Federal Contract Opportunities

Showing 151-200 of 1,797 opportunities

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

Synopsis - Materiel Management Operations

PART: U.S. GOVERNMENT PROCUREMENTS AFTC/PZZF Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Materiel Management Operations This is a synopsis of contract action (SOCA); this is not a solicitation for a Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that AFTC/PZIOA will take procurement action in the matter. No reimbursement will be made for any costs associated with providing information in response to this SOCA or any follow-up information requests. The purpose of this SOCA is to notify industry of a future requirement for Edwards AFB, CA. The Government is forecasting to post a solicitation prior to 30 SEP 2025. This notice is for the Edwards Air Force Base Materiel Management Operations. The applicable NAICS is 561210 with a size standard of $47.0 million. The following is a brief description of the requirement: The offeror shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform MMO services as defined in the attached draft Performance Work Statement (PWS). This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under any resulting contract. The offeror will be responsible for and required to implement, and maintain management control systems necessary to plan, organize, direct, and control all activities under any resulting contract. Note: The Government intends to incorporate Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 226.72 Demonstration Project for Contractors Employing Persons with Disabilities into the requirement. This notice does NOT constitute a Request for Quotation, Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that the Government will take procurement action in this matter. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. THIS IS NOT A REQUEST FOR PROPOSALS NOTICE.

Deadline: 1/1/2026
Posted: 11/14/2025
PresolicitationNAICS: 561210.0

7A21--RFI Repost for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)

The purpose of this notice is to notify interested parties that the Department of Veterans (VA) intends to issue a sole source procurement for Health Information Coding, Billing, and Auditing Encoder Software Solution. Following the review of all RFI responses, VA has determined that this requirement will be procured as a sole source in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. A formal notice of intent will be issued to Open Market via SAM.gov IAW FAR 5.201 and 5.203. We appreciate your interest and engagement in supporting VA s mission.

Deadline: 1/2/2026
Posted: 11/17/2025
RFINAICS: 541512.0

16--NRP,FILTER,NITROGEN, IN REPAIR/MODIFICATION OF

NSN 7R-1680-016336191-P8, TDP VER 001, QTY 7 EA, DELIVERY FOB ORIGIN. This part is a commercial/nondevelopmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 1/2/2026
Posted: 11/18/2025
Presolicitation

F-16 Electric Control Box

See attachment

Deadline: 1/2/2026
Posted: 12/26/2024
RFINAICS: 336413.0

7A21--RFI Industry Loopback for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)

The purpose of this notice is to notify interested parties that the Department of Veterans (VA) intends to issue a sole source procurement for Health Information Coding, Billing, and Auditing Encoder Software Solution. Following the review of all RFI responses, VA has determined that this requirement will be procured as a sole source in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. A formal notice of intent will be issued to Open Market via SAM.gov IAW FAR 5.201 and 5.203. We appreciate your interest and engagement in supporting VA s mission.

Deadline: 1/2/2026
Posted: 11/17/2025
RFINAICS: 541512.0

NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086

This solicitation will contain one NSN for an CONSOLE,TEST CONTROL. The original equipment manufacturer and only approved source is HYDRAULICS INTERNATIONAL, INC., Cage 56529; P/N: 180348-100. This procurement is unrestricted. The NSN and quantity are as follows: NSN:4920016807968, quantity 1 each. The delivery schedule is 185 days ARO. FOB: Origin; Inspection/Acceptance: Destination. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The solicitation issue date is on or about December 03, 2025, in accordance with 10 U. S. C. 2304 (c) (1), Other Than Full and Open Competition applies. Conditions for evaluation and acceptance of offers for part-numbered items cited in the PID: This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in Procurement Note: L04/M06, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the PID, sufficient to establish that the offeror’s product is equal to the product cited in the PID. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with the approved sources. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors must submit a completed solicitation package; a copy of the solicitation will be available via the DIBBS at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in this synopsis. RFP's are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat. This software is available free at http://www.adobe.com. The solicitation anticipated close date will be January 02, 2026. The buyer for this requirement is Diana Bell, tel : 445-737-4550, email diana.bell@dla.mil

Deadline: 1/2/2026
Posted: 11/18/2025
PresolicitationNAICS: 334419.0

NSN 5995-01-017-1230 - CABLE ASSEMBLY, SPECIAL PURPOSE, E

PR 1000203911 5995-01-017-1230 INDEFINITE QUANTITY CABLE ASSEMBLY, SPECIAL PURPOSE, E QUANTITY: 317 END ITEM APPLICATION: ARLEIGH BURKE CLASS DDG Solicitation will be unrestricted. Export Control; Source Control; Critical Application Item. FOB Destination and Inspection/Acceptance Origin for DLA Direct. DELIVERY: 123 DAYS ARO Pricing will be evaluated on the Estimated Annual Demand (EAD): 317 each The Guaranteed Minimum will be cited in the solicitation. There will be a 5-year base period without an option. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery. ELECTRONIC OFFERS ARE NOT ACCEPTABLE. OFFERORS MUST SUBMIT A COMPLETED SOLICITATION PACKAGE. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DIBBS AT https//www.dibbs.bsm.mil/RFP ON THE ISSUE DATE CITED IN THE RFP. RFP'S ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com. A PAPER COPY OF THIS SOLICITATION WILL BE AVAILABLE TO REQUESTERS. THE SOLICITATION ISSUE DATE IS OR ABOUT December 3, 2025.

Deadline: 1/2/2026
Posted: 11/17/2025
PresolicitationNAICS: 334419.0

B-1B Interface Unit, Comm

PR Number(s): FD20302600014ADV Line Item: 0001 NSN: 5895015899678EK INTERFACE UNIT,COMM P/N: 544R727G01, Description: Bus Controller Supp. Description: Common Bus Interface CCA, connectors, screws, washers, microcircuits, resistor chips Quantity: 4.0000 EA Delivery: 31 MAR 2026 On or Before Destn: SW3211,TINKER AFB OK 73145-8000, , - . Quantity: 4.00 Range- 1-6 Unit of Issue: EA Duration of Contract Period: 1 year Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government.

Deadline: 1/2/2026
Posted: 11/18/2025
PresolicitationNAICS: 336413.0

HOUSING,REDUCTION G

PR Number(s): FD20302402242 Line Item: 0001 NSN: 2840012168046OJ HOUSING,REDUCTION G P/N: 23006940, Description: The accessory drive housing assembly, a magnesium alloy casting, is mounted at the bottom of the com... Supp. Description: AMS 4434 Magnesium Alloy Quantity: 1.0000 EA Destn: FMS COUNTRIES. PR Number(s): FD20302402242 Line Item: 0002 NSN: 2840012168046OJ HOUSING,REDUCTION G P/N: 23006940, Quantity: 2.0000 EA Destn: FMS COUNTRIES. PR Number(s): FD20302402242 Line Item: 0003 NSN: 2840012168046OJ HOUSING,REDUCTION G P/N: 23006940, Quantity: 1.0000 EA Destn: FMS COUNTRIES. PR Number(s): FD20302402242 Line Item: 0004 NSN: 2840012168046OJ HOUSING,REDUCTION G P/N: 23006940, Quantity: 5.0000 EA Destn: FMS COUNTRIES. Duration of Contract Period: 21 August 2026 Electronic procedure will be used for this solicitation. This item was last purchased on Rolls Royce on SPE4AX20D9400SPRTA120F0214 IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency

Deadline: 1/2/2026
Posted: 11/17/2025
PresolicitationNAICS: 336412.0

19--NPS ISRO Ranger IV Vessel

National Park Service, Isle Royale National Park, Ranger IV Vessel. The work of this requirement is for the manufacture of Isle Royale National Park Ranger IV, to be delivered to Park Headquarters in Houghton, MI. Work to be performed under this project requirement includes Marine Vessel Project Manager for the manufacture and delivery of a new passenger and cargo vessel, Ranger IV, to support National Park Service operations at Isle Royale National Park (ISRO). The new vessel will replace the parks current passenger and cargo vessel, the M/V Ranger III. Amendment 0001: System Error Transmitting Attachments Amendment 0002: Answers to Questions Amendment 0003: Answers to Questions and extend due date

Deadline: 1/2/2026
Posted: 11/14/2025
SolicitationNAICS: 336611.0

Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator

Amendment 004 - Posted 26 September 2025 (Please see updated attachment) Amendment 003 - Posted 20 Aug 2025 (Please see updated attachment) Amendment 002 - Posted 24 Jul 2025 (Please see updated attachments) Amendment 001 - Posted 24 Jun 2025 (Please see updated attachments) The Office of Naval Research (ONR) seeks potential performers who are interested in pursuing the rapid design, build, and testing of OEX, an ultra-large autonomous undersea vehicle capable of conducting extended ocean scale missions while carrying a large modular payload. Innovation is sought both in terms of ultra-large undersea vehicle technology and in rapid prototype design and fabrication. The BAA Call initially seeks white papers followed by a full costed proposal covering an OEX “Preliminary Design” phase (Phase 1A) with a “Detailed Design” option (Phase 1B). The purpose of the OEX Preliminary Design is to establish the technical feasibility of the vehicle (with a payload module) and to lay out the operational and maintenance infrastructure required to support a hypothetical OEX “squadron”.

Deadline: 1/2/2026
Posted: 9/26/2025
SolicitationNAICS: 541715.0

Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications

The Coast Guard Futures Development and Integration (FD&I) Directorate is the Coast Guard’s central force design and innovation hub guiding budget priorities by clarifying mission needs and capability requirements. Under FD&I, the Coast Guard Research and Development Center serves as the execution agent for research, modeling & simulation, technology forecasting, and field experimentation. The Coast Guard Rapid Response Rapid Prototype (RAPTOR) team is a barrier-breaking enabler that partners with Coast Guard offices to solve the biggest problems in the service by providing cutting edge capabilities and supporting the deployment of rapid solutions. This Request for Information (RFI) is part of an effort by the United States Coast Guard (USCG) to determine the availability and technical readiness of technologies and/or services that support Maritime Domain Dominance (MDD) Operational Concepts. Operational Concepts articulate unsolved challenges and propose solutions for experimentation and leadership validation before committing to force design or to create formal requirements. The Coast Guard desires unified, real-time MDD solutions that establish a “detect-to-act” pipeline connecting every cutter, small boat, aircraft, unmanned system (air and surface), and sensors (space, air, surface, and shore-based) that are networked to our operators and command centers to facilitate the decisions and actions that follow. The desired outcome of a robust MDD capability is faster, more accurate identification and warning of threats along U.S. borders and maritime approaches, enabling the Coast Guard and its partners to control, secure, and defend those areas. The Coast Guard is not looking for a singular solution to provide the MDD capability, but rather a holistic and/or collection of capabilities to achieve this desired outcome.

Deadline: 1/3/2026
Posted: 11/13/2025
RFINAICS: 928110.0

Non-Personal Healthcare Services-Physician & Other Professional Ambulatory Services for PRC Program

The Albuquerque Area Indian Health Services will require professional healthcare (i.e., medically necessary) outpatient/inpatient services) from local specialty healthcare providers & hospitals for the Purchased/Referred Care (PRC) eligible American Indian & Alaskan Natives. Services will not take place in the Indian Health Service (IHS) clinics or IHS hospitals, but at the Contractor's facility. The terms and consitions, as well as all other attachments required for this service are attached to the soliciation.

Deadline: 1/3/2026
Posted: 12/20/2024
Combined Synopsis/SolicitationNAICS: 621111.0

13--CASE,AFTERBODY TORP

NSN 3H-1355-015610821, TDP VER 028, QTY 44 EA, DELIVERY FOB ORIGIN. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 1/5/2026
Posted: 11/4/2025
Presolicitation

16--GEARBOX ASSEMBLY,AI

NSN 7R-1680-015554507-H1, REF NR 449-040-013-103, QTY 2 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/"

Deadline: 1/5/2026
Posted: 11/18/2025
Presolicitation

13--COVER,PROTECTIVE,TO

NSN 1H-1355-006901100, TDP VER 006, QTY 146 EA, DELIVERY FOB ORIGIN. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 1/5/2026
Posted: 10/21/2025
Presolicitation

13--FIN ASSEMBLY,TORPED

NSN 1H-1355-009772828-VN, TDP VER 010, REF NR 2540017-2, QTY 95 EA, DELIVERY FOB ORIGIN. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 1/5/2026
Posted: 10/21/2025
Presolicitation

13--BAFFLE,FUEL TANK

NSN 1H-1355-012635439, TDP VER 004, QTY 110 EA, DELIVERY FOB ORIGIN. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 1/5/2026
Posted: 10/21/2025
Presolicitation

13--PINTLE

NSN 1H-1355-010903808, TDP VER 002, QTY 427 EA, DELIVERY FOB ORIGIN. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 1/5/2026
Posted: 10/21/2025
Presolicitation

W912HN26RA003 - Hartwell O/M Project

This Solicitation is for a Request for Proposal (RFP) W912HN26RA003 for the Maintenance, Repair, Minor Construction/Operations of the Hartwell Project -Savannah District. The purpose of this Contract provides services for maintenance, repair, minor construction/operation of the Hartwell Project to include the Project Manager?s Office, campground / day-use parks, boating access areas, dams, power plant, Clemson Pumping Station, other project resources. Activities include: cleaning services; maintaining buildings, structures, security systems, mechanical, electrical, water supply/sewage disposal systems; maintenance of grass, tree / landscaped areas; maintenance, repair of govt equipment, vehicles, boats, trailers / attachments; maintenance, repair of earthen dams, dikes, rip rap, beaches, berms, bulkhead walls/impact sites; maintenance/repair of signs, trails, walkways, roads, barricades, gates, parking area, wheel stops, fencing / posts; natural resource management; boundary line maintenance; aids to navigation, encroachment/refuse removal, courtesy dock maintenance; minor construction / shoreline stabilization, emergency spill response support / other project resources as specified in the technical provisions. The contract requirements are geographically spread out across six (6) counties located in Georgia / South Carolina. This solicitation will result in a Standalone contract. Type of Contract/NAICS: This Acquisition will be solicited using FAR Part 15, Contracting by Negotiation for one (1) SMALL BUSINESS, Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 561210?Facilities Support Services with size standard of $47,000,000. The official solicitation, when posted, will be available on the PIEE (Procurement Integrated Enterprise Environment) website, https://piee.eb/mil. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Registrations: Offerors shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively / successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

Deadline: 1/5/2026
Posted: 11/15/2025
SolicitationNAICS: 561210.0

Hartwell O/M Project

This Solicitation is for a Request for Proposal (RFP) W912HN26RA003 for the Maintenance, Repair, Minor Construction/Operations of the Hartwell Project -Savannah District. The purpose of this Contract provides services for maintenance, repair, minor construction/operation of the Hartwell Project to include the Project Manager?s Office, campground / day-use parks, boating access areas, dams, power plant, Clemson Pumping Station, other project resources. Activities include: cleaning services; maintaining buildings, structures, security systems, mechanical, electrical, water supply/sewage disposal systems; maintenance of grass, tree / landscaped areas; maintenance, repair of govt equipment, vehicles, boats, trailers / attachments; maintenance, repair of earthen dams, dikes, rip rap, beaches, berms, bulkhead walls/impact sites; maintenance/repair of signs, trails, walkways, roads, barricades, gates, parking area, wheel stops, fencing / posts; natural resource management; boundary line maintenance; aids to navigation, encroachment/refuse removal, courtesy dock maintenance; minor construction / shoreline stabilization, emergency spill response support / other project resources as specified in the technical provisions. The contract requirements are geographically spread out across six (6) counties located in Georgia / South Carolina. This solicitation will result in a Standalone contract. Type of Contract/NAICS: This Acquisition will be solicited using FAR Part 15, Contracting by Negotiation for one (1) SMALL BUSINESS, Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 561210?Facilities Support Services with size standard of $47,000,000. The official solicitation, when posted, will be available on the PIEE (Procurement Integrated Enterprise Environment) website, https://piee.eb/mil. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Registrations: Offerors shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively / successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

Deadline: 1/5/2026
Posted: 11/15/2025
SolicitationNAICS: 561210.0

R--Technical Support Services

Technical Support Services

Deadline: 1/5/2026
Posted: 11/17/2025
SolicitationNAICS: 541330.0

Q999 - VISN 12 Home Oxygen Delivery Services

Home Oxygen Delivery services for the following VISN 12 facilities and their catchment areas: Clement J. Zablocki VA Medical Center in Milwaukee, WI; William S. Middleton VA Hospital in Madison, WI; Tomah VA Medical Center in Tomah, WI; Oscar G. Johnson VA Medical Center in Iron Mountain, MI; James Lovell Federal Health Care Center in North Chicago, IL; Edward Hines VA Hospital in Hines, IL; Jesse Brown VA Medical Center in Chicago, IL; and VA Illiana Heath Care System in Danville, IL. See SOW for details.

Deadline: 1/5/2026
Posted: 11/14/2025
SolicitationNAICS: 621610.0

Production Capabilities to produce Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs)

Sources Sought Notice for: Production Capabilities to produce Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs) The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is conducting a market survey to identify potential sources for the production of 20 Ea. Advanced Multi-Purpose (AMP) Eye safe Laser Range Finder (ELRFs) in support of the M1A2T Abrams Tank. Specifically, the purpose of this notice is to gain current knowledge in the capabilities, qualifications, and interest from members of industry, both small and large business communities, which currently possess the production capabilities to produce them. THERE IS NO SOLICITATION AT THIS TIME AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. This is a request for information on capabilities and interest and does not constitute a Request for Proposal (RFP); submission of any information in response to this market survey is purely voluntary and the U.S. Government (USG) assumes no financial responsibility for any costs incurred. No funds have been authorized, appropriated, or received for this effort. Data submitted in response to this market survey will not be returned.

Deadline: 1/5/2026
Posted: 11/4/2025
RFI

48--VALVE ASSEMBLY - AND OTHER REPLACEMENT PARTS

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||X||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|X|X|X||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. No drawings or technical data are available for this item. Delivery lead time_________aro. Offer valid for _____ days. If you are not the manufacturer of the material you are offering, you must state who the OEM is (CAGE code) and the part number you are offering. Please provide an email address for follow up communications. ____________________________________________________________ If your organization uses more than one CAGE code, please note the specific CAGE code to be used for this order on your proposal. NOTE: FOB SOURCE IS REQUIRED, INSPECTION AND ACCEPTANCE AT SOURCE IS REQUIRED The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ REFURBISHED MATERIAL IS NOT ACCEPTABLE. NOTE TO DISTRIBUTORS/DEALERS: IF YOU ARE A DISTRIBUTOR, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A LETTER FROM THE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN "AUTHORIZED" DISTRIBUTOR. IF YOU ARE A DEALER, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A STATEMENT CLEARLY IDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. IF PROPOSING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE TAKE NOTE TO THE TRACEABILITY REQUIREMENTS CITED IN CLAUSES DLATERMHZ01 IN THE SOLICITATION. CONTRACT DISTRIBUTION: It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and e-mail address. Contractors can view their orders, contracts, and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Proposal will require electronic submittal of Receiving Report and Invoices through PIEE-WAWF. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 20423-003; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 3189050-21; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,REGULATING,FL . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,REGULATING,FL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 21335-001; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component cou...

Deadline: 1/5/2026
Posted: 10/1/2025
SolicitationNAICS: 332919.0

Central City Bypass Channel North

The solicitation W9126G25R0133 is currently under protest at the Court of Federal Claims. This is the Amendment 0012 to solicitation W9126G25R0133 for the Central City Bypass Channel North project. Use Projnet Method Below To Receive The Solicitation and Amendment and All Solicitation Attachments:** Due to file size limitations associated with SAM.gov, RFP documents have been posted to a Projnet plan room at www.projnet.org http://www.projnet.org using the quick add key QY3BEZ-FFK9QQ. On the Projnet login page, provide email address and enter the quick key in the key access section and check the box *I agree to the privacy and Security Notice*. Make sure the Managing Agency is USACE.

Deadline: 1/5/2026
Posted: 9/22/2025
SolicitationNAICS: 237990.0

Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)

Noun: Parachute Cargo NSN/Part Number: NSN: 1670-00-872-6109 MFP: 11-1-555 Commercial or Non-commercial: Non-commercial End item: Parachute Cargo Competition/Sole Source/Small Business Set Aside: Small Business Set-Aside

Deadline: 1/5/2026
Posted: 11/17/2025
SolicitationNAICS: 314999.0

Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)

Noun: Parachute Cargo NSN/Part Number: NSN: 1670-00-872-6109 MFP: 11-1-555 Commercial or Non-commercial: Non-commercial End item: Parachute Cargo Competition/Sole Source/Small Business Set Aside: Small Business Set-Aside

Deadline: 1/5/2026
Posted: 11/17/2025
SolicitationNAICS: 314999.0

CASE,AFTERBODY TORP

CONTACT INFORMATION|4|N744.10|CFA|N/A|zachary.r.morrill.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E. | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|7|579 Days|CLIN 0001AB|7|579|||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certification; COMBO - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|W25G1U - QTY: 7; W62G2T - QTY: 7|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||X| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CASE,AFTERBODY TORP . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2507355 |10001| H|FN |D| | | | DRAWING DATA=2508917 |10001| F|FN |D| | | | DRAWING DATA=2508918 |10001| G|FN |D| | | | DRAWING DATA=2508921 |10001| G|FN |D| | | | DRAWING DATA=2508923 |10001| F|FN |D| | | | DRAWING DATA=2508924 |10001| D|FN |D| | | | DRAWING DATA=2508925 |10001| E|FN |D| | | | DRAWING DATA=2509045 |10001| F|FN |D| | | | DRAWING DATA=7052967 |53711| C|FN |D| | | | DRAWING DATA=7052968 |53711| B|FN |D| | | | DRAWING DATA=7052968 |53711| D|PL |D| | | | DRAWING DATA=7052989 |53711| A|FN |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CASE,AFTERBODY TORP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;53711 7052968; cage ; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

13--CASE,AFTERBODY TORP

CONTACT INFORMATION|4|N744.10|CFA|N/A|zachary.r.morrill.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E. | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|24|177 Days|CLIN 0001AB|20|177 Days|||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certification; COMBO - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|W25G1U - QTY: 24; W62G2T - QTY: 20|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||X| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13||X|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|334511|1355||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1355|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CASE,AFTERBODY TORP . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=6934935 |53711| P|FN |D| | | | DRAWING DATA=6934935 |53711| K|PL |D| | | | DRAWING DATA=6934936 |53711| E|FN |D| | | | DRAWING DATA=6934937 |53711| C|FN |D| | | | DRAWING DATA=6934938 |53711| D|FN |D| | | | DRAWING DATA=6934939 |53711| C|FN |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CASE,AFTERBODY TORP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;6934935 ; cage ;53711; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Serialization - The supplier shall mark a serial number on each CASE,AFTERBODY TORP in accordance with ;IAW DWG 6934935 Rev "P" note 18 serialization is required.; . Actual serial numbers will be assigned ;IAW DWG 6934935 Rev "P" note 11 serial numbers shall be obtained from NUWC_NPT_SerialNumbers@navy.mil; . 3.4 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.5 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.6 ;DWG 6934935 Rev "P" note 18, identify with Unique Identification (UID) IAW MIL-STD-130.; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

13--COVER,PROTECTIVE,TO

CONTACT INFORMATION|4|N744.11|CRL|771-229-0480|rachel.e.kern4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001, please reference TDP| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|NA|TBD|N00104|TBD|TBD|See Schedule|TBD|NA|NA|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 Days| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|365 days| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. This solicitation is for the procurement of 146 each of NSN 1355 006901100 in accordance with Reference number 2048297. The Government does own the drawings or data rights to this NSN. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. The Government retains the option to order an additional quantity up to 100% of this order for 365 days ARO. The Government may choose to exercise this option or not. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COVER,PROTECTIVE,TO . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2048297 |10001| H|FN |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the COVER,PROTECTIVE,TO furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;2048297; cage ;10001; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

13--FIN ASSEMBLY,TORPED

CONTACT INFORMATION|4|N744.11|CRL|771-229-0480|rachel.e.kern4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|NA|TBD|N00104|TBD|TBD|See Schedule|TBD|NA|NA|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. This solicitation is for the procurement of 95 each of NSN 1355 009772828 inaccordance with Reference number 2540017-2. The Government does own the drawings or data rights to this NSN. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the FIN ASSEMBLY,TORPED . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=1399933 |10001| D|FN |D| | | | DRAWING DATA=2540017 |10001| P|FN |D| | | | DRAWING DATA=2540019 |10001| P|FN |D| | | | DRAWING DATA=2540020 |10001| H|FN |D| | | | DRAWING DATA=2540066 |10001| G|FN |D| | | | DRAWING DATA=2540070 |10001| N|FN |D| | | | DOCUMENT REF DATA=MIL-STD-130 | | |M |051202|A| | | 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the FIN ASSEMBLY,TORPED furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;2540017-2; cage ;10001; . 3.2 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.3 Marking - This assembly and its piece parts shall be physically identified in accordance with MIL-STD-130. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

13--BAFFLE,FUEL TANK

CONTACT INFORMATION|4|N744.11|CTK|771-229-0480|rachel.e.kern4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|NA|TBD|N00104|TBD|TBD|See Schedule|TBD|NA|NA|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is for the PROCUREMENT of 110 each NSN: 1355 012635439 in accordance with reference number 2526771-2. The Government owns the drawings or data rights to this NSN. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the BAFFLE,FUEL TANK . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2526771 |10001| W|FN |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the BAFFLE,FUEL TANK furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;2526771-2; cage ;10001; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

13--PINTLE

CONTACT INFORMATION|4|N744.11|CFD|771-229-0480|rachel.e.kern4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001, please reference TDP| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|NA|TBD|N00104|TBD|TBD|See Schedule|TBD|NA|NA|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is for the PROCUREMENT of 427 each NSN: 1355 010903808 in accordance with reference number 2074431. The Government owns the drawings or data rights to this NSN. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PINTLE . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2074431 |10001| D|FN |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PINTLE furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;10001 2074431; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Deadline: 1/5/2026
Posted: 11/5/2025
SolicitationNAICS: 334511.0

X1DB--KATY TX OPC 175,306 ANSI/BOMA 197,219 RSF Due Date and paragraphs 1.05D, 1.13 and RLP Exhibit 19 are hereby deleted and replaced with this RLP Amendment.

Katy TX OPC 175,306 ANSI/BOMA

Deadline: 1/5/2026
Posted: 10/28/2025
Combined Synopsis/SolicitationNAICS: 531120.0

Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery

36C25726R0013 0002 End of Solicitation Amendment.

Deadline: 1/5/2026
Posted: 11/17/2025
SolicitationNAICS: 238290.0

New Manufacture: NSN 1560010048749FL / PN 35-33076-4 / Door, Access, Aircraft / BOEING RIGHTS GUARD

See attached synopsis

Deadline: 1/5/2026
Posted: 10/23/2025
PresolicitationNAICS: 336413.0

PROJECT CM25265004

NSN(s): 4710-01-229-7700 “TUBE ASSEMBLY, METAL” 4730-01-493-8729 “ELBOW, TUBE” 4710-01-229-7700 Item Description: see above Item procured in accordance with: EATON AEROQUIP LLC (00624) P/N: AE8533OU RC FLUID ENGINEERING, INC (057Y9) P/N: 180002-00 Unit of Issue: EA Inspection/Acceptance: Origin FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY Delivery Schedule: The required delivery is 120 days for Production. Item requires a Government First Article Test. Delivery of FAT is 90 days with 90 days for Government review. Total delivery with FAT requirement is 300 days. Delivery will be 120 days with waiver of FAT. 4730-01-493-8729 Item Description: see above Item procured in accordance with: EATON AEROQUIP LLC (00624) P/N: AE73294U RC FLUID ENGINEERING, INC (057Y9) P/N: 180007-00 Unit of Issue: EA Inspection/Acceptance: Destination FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY Delivery Schedule: The required delivery is 150 Days The Small Business size standard for this acquisition is 750 employees. Quantity: Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. Unit of Issue: EA One or more of the items under this acquisition may be subject to the World Trade Organization Government Procurement Agreement and Trade Agreements This acquisition is for firm fixed price, Indefinite Quantity Contract (IQC) utilizing FAR Part 15 procedures. Acquisition is an other than full and open competition and is not set-aside for small business The solicitation will be available on DLA’s Internet Bid Board Site http://www.dibbs.bsm.dla.mil/rfp on or about 12/02/2025 The total duration shall not exceed 1 BASE year and 2 single option years. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. INSTRUCTIONS FOR SUBMISSION OF OFFERS will be included in the solicitation. The following method(s) of submitting a proposal are authorized in the solicitation: 1. DIBBS Upload – to submit an offer through DIBBS, search for the solicitation then click the red “offer” button on the search results screen. (Note: Users must be logged onto DIBBS in order to submit the offer through DIBBS.) For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/solicitations/DIBBS-Upload-Offer-User-Help.pdf 2. Email Proposals - Proposals, including modifications and revisions per FAR 15.203(c)), may be received by electronic commerce methods

Deadline: 1/5/2026
Posted: 11/14/2025
PresolicitationNAICS: 332919.0

SKI ASSEMBLY, LANDIN

Solicitation is attached

Deadline: 1/5/2026
Posted: 11/17/2025
SolicitationNAICS: 336413.0

Conventional Aircraft Tow Tractor

Description: This is a Sources Sought synopsis only, not a solicitation announcement and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or a Request for Quotes (RFQ) and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this Sources Sought synopsis. No basis for claim against the Government shall arise as a result of a response to this Sources Sought synopsis or Government use of any information provided. Further, the Government is not at this time seeking proposals or quotes and will not accept unsolicited proposals or quotes. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought synopsis. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time, no solicitation exists; therefore, do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is conducting market research to seek sources that can provide or manufacture a Conventional Aircraft Tow Tractor for use that meets the requirements as outlined in Attachment 1 – Salient Characteristics. Responses: Responses to this notice should include company name, address, telephone number, point of contact (POC), repair capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Please respond to the following questions when submitting capabilities. 1. Is your company a large or small business? 2. If small, does your company qualify as a small, emergent business, or a small, disadvantaged business? 3. If disadvantaged, specify under which disadvantaged group and is your company certified under Section 8(a) of the Small Business Act? 4. Is your company a certified hub zone firm? 5. Is your company a woman-owned or operated business? 6. Is your company a certified Service-Disabled Veteran-Owned? 7. Are your company's services listed on a GSA schedule? 8. Do you have other government agencies using this service, and if so which agencies, POC’s and contract numbers? 9. Do you offer a warranty with your product, if so, how long? 10. What is the production timeline per month and year? 11. How long have you been producing the product? 12. Do you offer training? After review of the responses to this Sources Sought/RFI, and if the USCG plans to proceed with the acquisition, a Request for Quotes (RFQ) will be published on the Contract Opportunities website www.sam.gov. Responses to this Sources Sought/RFI are not adequate responses to any future RFQ. All interested offerors must respond to the RFQ in addition to responding to this Sources Sought/RFI notice. Responses to this Sources Sought/RFI are NOT a request to be added to a list of prospective offerors or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this notice and any follow-up information requests. Closing date and time for receipt of response is 01/05/2026 at 5:00 P.M. Eastern Time. Telephone responses will not be accepted. Email responses may be submitted to Denise Bulone at denise.j.bulone@uscg.mil. Please indicate 70Z03826IE0000001 in the subject line.

Deadline: 1/5/2026
Posted: 10/23/2025
RFINAICS: 333924.0

Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park

On September 16, 2025, the National Park Service (NPS) released a business opportunity soliciting proposals to award a new ten (10) year concession contract to provide traditional bathhouse services and massage therapy services within Hot Springs National Park. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Tuesday, October 7, 2025. The site visit provides interested parties an overview of the concession operations along with a tour of the Concession Facility, (as that term is defined in the Draft Contract), assigned to the Concessioner under the Draft Contract. To attend the site visit, registration is required. To register, please email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 and 5 at: eric_nikkel@nps.gov with the name of your company, contact phone number and email, and the number of people attending from your organization, no later than no later than 4:00 p.m. (Central Time) on Thursday, October 2, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two persons per business entity will be authorized to attend the site visit. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the respective Concession Facility. Participants must be 18 years of age or older. Attendance at the site visit is not required to submit a proposal for the prospectus; however, it is encouraged. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Central Time) on October 31, 2025. Email your questions to Eric Nikkel, Commercial Services Specialist, at eric_nikkel@nps.gov. Any interested party intending to submit a proposal must submit a “Notice of Intent to Propose” as described in the Business Opportunity and Proposal Instructions to Eric Nikkel at eric_nikkel@nps.gov, no later than 12:00 p.m. (Central Time) on December 5, 2025. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 4:00 p.m. (Central Time) on January 5, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. Prior to the electronic submission deadline, you will receive a welcome email message from the Service’s Microsoft Teams platform at the email address you provide when you notify the Service of your intent to submit a proposal. You must accept the invitation before you can access the Teams site to upload your proposal. A hardcopy of the Offeror’s Transmittal Letter, with original signature, must be received by the National Park Service no later than 4:00 p.m. (Central Time) on January 12, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.

Deadline: 1/5/2026
Posted: 9/16/2025
SolicitationNAICS: 713990.0

Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park

On September 16, 2025, the National Park Service (NPS) released a business opportunity soliciting proposals to award a new ten (10) year concession contract to provide traditional bathhouse services and massage therapy services within Hot Springs National Park. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Tuesday, October 7, 2025. The site visit provides interested parties an overview of the concession operations along with a tour of the Concession Facility, (as that term is defined in the Draft Contract), assigned to the Concessioner under the Draft Contract. To attend the site visit, registration is required. To register, please email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 and 5 at: eric_nikkel@nps.gov with the name of your company, contact phone number and email, and the number of people attending from your organization, no later than no later than 4:00 p.m. (Central Time) on Thursday, October 2, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two persons per business entity will be authorized to attend the site visit. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the respective Concession Facility. Participants must be 18 years of age or older. Attendance at the site visit is not required to submit a proposal for the prospectus; however, it is encouraged. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Central Time) on October 31, 2025. Email your questions to Eric Nikkel, Commercial Services Specialist, at eric_nikkel@nps.gov. Any interested party intending to submit a proposal must submit a “Notice of Intent to Propose” as described in the Business Opportunity and Proposal Instructions to Eric Nikkel at eric_nikkel@nps.gov, no later than 12:00 p.m. (Central Time) on December 5, 2025. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 4:00 p.m. (Central Time) on January 5, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. Prior to the electronic submission deadline, you will receive a welcome email message from the Service’s Microsoft Teams platform at the email address you provide when you notify the Service of your intent to submit a proposal. You must accept the invitation before you can access the Teams site to upload your proposal. A hardcopy of the Offeror’s Transmittal Letter, with original signature, must be received by the National Park Service no later than 4:00 p.m. (Central Time) on January 12, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.

Deadline: 1/5/2026
Posted: 9/16/2025
SolicitationNAICS: 713990.0

AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center

This Announcement for Proposals (AFP) solicits proposals for the lease of Parcel 7 at MSFC (Property). The Property can only be leased in whole. The Property (Exhibit A, Graphic Descriptions of Parcel 7) is centrally located within the boundaries of MSFC, which is surrounded by the U.S. Army Redstone Arsenal. The Property is approximately 5.1 acres. It is relatively flat with the western third containing mixed deciduous forest. The Property can accommodate multiple users performing concurrent, discrete activities. The Property will be available at award in its current condition for a ten-year (10-year) base term with an additional two (2) 10-year options. Proposers may request during the Question-and-Answer Period (defined herein) alternate terms based on their business model for NASA’s consideration if the above 30-year term is not preferred. Utilities available and adjacent to the Property include electricity, potable water, industrial water, sanitary sewer, natural gas, and high-pressure gases. Available communications duct banks are located approximately 1,500 ft to the west of the site. Center support services not otherwise available from the private sector, including fire protection, security/law enforcement, and utilities, will be provided by MSFC and the U.S. Army Garrison - Redstone with reimbursement by the tenant under a separate services agreement. The Property is subject to environmental contamination and includes a stormwater conveyance system. Two abandoned industrial sewer lines, one running northeast-southwest in the northwestern corner of the Property, and another running north-south in the center of the Property, have environmental controls requiring mitigation measures if disturbed. A drainage swale traverses the northwest corner of the Property. This swale serves as a storm water conveyance system for sites north of the Property. Due to potential presence of threatened and endangered bat species, tree clearing exceeding one acre is subject to approval by the United States Fish and Wildlife Service (USFWS), which may require surveys and seasonal restrictions. The selected Proposer is expected to work with the NASA natural resource manager and to fund any required surveys and timber clearing. Q&A PERIOD ENDS NOVEMBER 1, 2025 PROPOSAL DUE: JANUARY 5, 2026 BY 5PM AFP UPDATED ON 8.26.25 TO UPDATE NEW AFP WITH CORRECTED DATE OF JANUARY 6, 2026.

Deadline: 1/5/2026
Posted: 8/26/2025
SolicitationNAICS: 53.0

AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center

This Announcement for Proposals (AFP) solicits proposals for the lease of Parcel 7 at MSFC (Property). The Property can only be leased in whole. The Property (Exhibit A, Graphic Descriptions of Parcel 7) is centrally located within the boundaries of MSFC, which is surrounded by the U.S. Army Redstone Arsenal. The Property is approximately 5.1 acres. It is relatively flat with the western third containing mixed deciduous forest. The Property can accommodate multiple users performing concurrent, discrete activities. The Property will be available at award in its current condition for a ten-year (10-year) base term with an additional two (2) 10-year options. Proposers may request during the Question-and-Answer Period (defined herein) alternate terms based on their business model for NASA’s consideration if the above 30-year term is not preferred. Utilities available and adjacent to the Property include electricity, potable water, industrial water, sanitary sewer, natural gas, and high-pressure gases. Available communications duct banks are located approximately 1,500 ft to the west of the site. Center support services not otherwise available from the private sector, including fire protection, security/law enforcement, and utilities, will be provided by MSFC and the U.S. Army Garrison - Redstone with reimbursement by the tenant under a separate services agreement. The Property is subject to environmental contamination and includes a stormwater conveyance system. Two abandoned industrial sewer lines, one running northeast-southwest in the northwestern corner of the Property, and another running north-south in the center of the Property, have environmental controls requiring mitigation measures if disturbed. A drainage swale traverses the northwest corner of the Property. This swale serves as a storm water conveyance system for sites north of the Property. Due to potential presence of threatened and endangered bat species, tree clearing exceeding one acre is subject to approval by the United States Fish and Wildlife Service (USFWS), which may require surveys and seasonal restrictions. The selected Proposer is expected to work with the NASA natural resource manager and to fund any required surveys and timber clearing. Q&A PERIOD ENDS NOVEMBER 1, 2025 PROPOSAL DUE: JANUARY 5, 2026 BY 5PM AFP UPDATED ON 8.26.25 TO UPDATE NEW AFP WITH CORRECTED DATE OF JANUARY 6, 2025.

Deadline: 1/5/2026
Posted: 8/26/2025
SolicitationNAICS: 53.0

AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center

This Announcement for Proposals (AFP) solicits proposals for the lease of Parcel 7 at MSFC (Property). The Property can only be leased in whole. The Property (Exhibit A, Graphic Descriptions of Parcel 7) is centrally located within the boundaries of MSFC, which is surrounded by the U.S. Army Redstone Arsenal. The Property is approximately 5.1 acres. It is relatively flat with the western third containing mixed deciduous forest. The Property can accommodate multiple users performing concurrent, discrete activities. The Property will be available at award in its current condition for a ten-year (10-year) base term with an additional two (2) 10-year options. Proposers may request during the Question-and-Answer Period (defined herein) alternate terms based on their business model for NASA’s consideration if the above 30-year term is not preferred. Utilities available and adjacent to the Property include electricity, potable water, industrial water, sanitary sewer, natural gas, and high-pressure gases. Available communications duct banks are located approximately 1,500 ft to the west of the site. Center support services not otherwise available from the private sector, including fire protection, security/law enforcement, and utilities, will be provided by MSFC and the U.S. Army Garrison - Redstone with reimbursement by the tenant under a separate services agreement. The Property is subject to environmental contamination and includes a stormwater conveyance system. Two abandoned industrial sewer lines, one running northeast-southwest in the northwestern corner of the Property, and another running north-south in the center of the Property, have environmental controls requiring mitigation measures if disturbed. A drainage swale traverses the northwest corner of the Property. This swale serves as a storm water conveyance system for sites north of the Property. Due to potential presence of threatened and endangered bat species, tree clearing exceeding one acre is subject to approval by the United States Fish and Wildlife Service (USFWS), which may require surveys and seasonal restrictions. The selected Proposer is expected to work with the NASA natural resource manager and to fund any required surveys and timber clearing. Q&A PERIOD ENDS NOVEMBER 1, 2025 PROPOSAL DUE: JANUARY 5, 2026 BY 5PM

Deadline: 1/5/2026
Posted: 8/25/2025
SolicitationNAICS: 53.0

AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center

NASA is currently closed due to a lapse in government funding. While this announcement will remain open, we will be unable to respond to messages at this time. This Announcement for Proposals (AFP) solicits proposals for the lease of Parcel 7 at MSFC (Property). The Property can only be leased in whole. The Property (Exhibit A, Graphic Descriptions of Parcel 7) is centrally located within the boundaries of MSFC, which is surrounded by the U.S. Army Redstone Arsenal. The Property is approximately 5.1 acres. It is relatively flat with the western third containing mixed deciduous forest. The Property can accommodate multiple users performing concurrent, discrete activities. The Property will be available at award in its current condition for a ten-year (10-year) base term with an additional two (2) 10-year options. Proposers may request during the Question-and-Answer Period (defined herein) alternate terms based on their business model for NASA’s consideration if the above 30-year term is not preferred. Utilities available and adjacent to the Property include electricity, potable water, industrial water, sanitary sewer, natural gas, and high-pressure gases. Available communications duct banks are located approximately 1,500 ft to the west of the site. Center support services not otherwise available from the private sector, including fire protection, security/law enforcement, and utilities, will be provided by MSFC and the U.S. Army Garrison - Redstone with reimbursement by the tenant under a separate services agreement. The Property is subject to environmental contamination and includes a stormwater conveyance system. Two abandoned industrial sewer lines, one running northeast-southwest in the northwestern corner of the Property, and another running north-south in the center of the Property, have environmental controls requiring mitigation measures if disturbed. A drainage swale traverses the northwest corner of the Property. This swale serves as a storm water conveyance system for sites north of the Property. Due to potential presence of threatened and endangered bat species, tree clearing exceeding one acre is subject to approval by the United States Fish and Wildlife Service (USFWS), which may require surveys and seasonal restrictions. The selected Proposer is expected to work with the NASA natural resource manager and to fund any required surveys and timber clearing. Q&A PERIOD ENDS NOVEMBER 1, 2025 PROPOSAL DUE: JANUARY 5, 2026 BY 5PM AFP UPDATED ON 8.26.25 TO UPDATE NEW AFP WITH CORRECTED DATE OF JANUARY 6, 2026.

Deadline: 1/5/2026
Posted: 10/1/2025
SolicitationNAICS: 53.0

Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO

I. INTRODUCTION / PURPOSE The Federal Aviation Administration (FAA) is seeking an experienced information technology (IT) contractor to provide technical development, integration, and support services that will meet the evolving needs of the Air Traffic Organization (ATO) within the Configuration, Logistics and Maintenance Resources Solutions (CLMRS) portfolio. The contractor will work closely with teams responsible for maintaining and enhancing the FAA Configuration, Logistics and Maintenance Systems, including ongoing projects and future initiatives. The primary focus will be on supporting the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system as well as other critical systems within the ATO’s eco system. This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this Market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. Responders are advised that the FAA will not pay for any information received or for administrative costs incurred in preparing a response to the Market survey. Any costs associated with responding to this survey are solely at the interested company’s expense. Companies who choose not to respond to this RFI are not precluded from responding to future CLMRS requests. The FAA does not intend to publish the results of this Market survey. II. NATURE OF COMPETITION The acquisition strategy for this procurement has not been determined at this time. The FAA intends to consider the information provided in this RFI to develop FAA's future acquisition strategy. The FAA may use portions of the contractors’ responses in developing FAA’s strategy. III. BACKGROUND The FAA Configuration, Logistics and Maintenance Systems Group plays a vital role in supporting the Air Traffic Organization’s (ATO) critical operations, delivering lifecycle business and information technology resources for configuration, maintenance, and logistics systems within the FAA. By providing expert support, the group enables the FAA to drive business needs, manage maintenance and supply chain operations of the National Airspace System (NAS), and align with the ATO strategic initiatives. The FAA Configuration, Logistics and Maintenance Systems Group is poised for expansion into new areas, including emerging technology and second level engineering capabilities, ensuring the organizations need to remain agile and responsive to changing requirements. This growth will be driven by the need for enhanced support in supply chain management, logistics, maintenance, and configuration, with a focus on delivering sustainable solutions that meet the evolving needs of ATO’s operations. Within the FAA Configuration, Logistics and Maintenance Systems Group, is the Supply Chain Management Enterprise Resource Planning (SCM-ERP) team, who will be the primary direct consumer of the CLMRS IT Support Services outlined herein. SCM-ERP platform is built on top of IFS, a commercial off the shelf (COTS) enterprise resource planning (ERP) software application that is configured by the FAA. SCM-ERP (and thereby IFS ERP product) has been supporting the FAA since its implementation in 2016. As part of ongoing modernization efforts, the FAA is currently upgrading from IFS 10 to IFS Cloud with an estimated completion in 2027. During this upgrade, SCM-ERP will continue to interface with a suite of FAA systems and technologies to support critical functions, including, but not limited to: Supply Chain Management Procurement (Purchase Requests and Purchase Orders) Operations (Shop Orders) Order Fulfillment (Customer Orders). Inventory Management Accounting and Financial Administration Lifecycle Management Project and Document Management Configuration Management Further, the SCM-ERP platform is built on Amazon Web Services (AWS), utilizing RedHat OpenShift on AWS (ROSA) as the foundation for its highly scalable and reliable architecture. Leveraging continuous integration and continuous deployment (CI/CD) toolchains, SCM-ERP delivers modern solutions with reliable deployment cycles, ensuring seamless business value delivery. SCM-ERP currently supports three (3) business sectors, with the possibility to expand: Facilities & Equipment Project Materiel Management (F&E PMM): Responsible for deploying new systems to the National Airspace System (NAS). The FAA Logistics Center (FAALC): Responsible for supplying parts to maintain existing systems within the NAS. Configuration Management Automation (CMA). Responsible for the system specifications throughout the NAS. IV. OBJECTIVES The FAA is committed to further enhancing the efficiency and effectiveness of the FAA supply chain, with a strategic focus on modernizing operations and processes. To achieve this objective, the FAA aims to leverage emerging technologies and implement additional functionalities within the FAA supply chain to improve data analytics, automate business processes, and enhance overall system performance. Further, the FAA intends to conduct Business Process Re-Engineering (BPR) initiatives to optimize its use of the configuration, maintenance and logistics systems, streamline internal processes, and reduce operational costs. By implementing these improvements, the FAA seeks to create a more agile, responsive, and efficient configuration, maintenance and logistics systems that support the agency’s strategic objectives and meet the evolving needs of its stakeholders. The intent of CLMRS IT Support Services is to cover the scope of services and support listed below. Be responsible for software development and customization (configuration). Associated support services include program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Provide operational support (ILS), and associated support services for areas such as supply chain management (SCM), in-service lifecycle management and support of agency optimization initiatives for NAS supply chain and maintenance, incorporating planning, requirements, design, development, testing, training, implementation, and maintenance support for Logistics Center, NISG and NSST programs, applications, and databases. Provide a flexible staffing model by maintaining a staff of full-time core contractors in addition to a dynamic, temporary staff augmentation model that enables FAA to ramp up and ramp down additional full-time equivalents (FTEs) as and when needed. Support IT Operations and Maintenance Services with core contract staff needed to keep current systems online and operational. Support IT Project Development and Implementation Services with core contract staff needed to design, develop, and implement projects. Provide Program Support and Program Management Services for program support and program management services that do not necessarily fall under the two core staffing requirements (IT Operations and Maintenance Services & IT Project Development and Implementation Services) but are still critical for the execution of the NAS. V. REQUESTED INFORMATION / QUESTIONS TO INDUSTRY Please address the following questions in your market survey responses. Responses should be provided in the order listed below. It is not required to answer every question. However, respondents are requested to address questions to the maximum possible extent with the primary focus on questions that fall within their expertise. For items requesting vendor experience, please provide the following for each response: (1) Program/Contract(s) name, (2) Company role (i.e. Prime/Sub), and (3) Customer point of contact information. General Questions Describe your company’s experience in providing technical development, integration services and support services for government clients. Note any experience directly with supply chain, logistics and maintenance systems. Describe your company’s experience in providing the following support services: program management, system integration, security, test and evaluation, system implementation and in-service support, training, technical documentation. Describe your company’s experience in providing integrated logistics support (ILS), supply chain management (SCM), in-service lifecycle management and support of optimization initiatives for supply chain, logistics and maintenance. Service Delivery Approach Describe how your company approaches project management and what methodologies do you use to ensure successful delivery. Describe your company’s approach to estimating projects, meeting project deadlines, milestones, and quality standards. Describe your company’s approach to understanding client requirements and how do you ensure that your company meet those requirements? Describe your company’s experience related to the FAA, or equivalent scope of work, within the last 3 years. If no FAA experience is available, describe experience with Supply Chain tools including IFS ERP or otherwise. The FAA may issue one or more contracts for CLMRS IT Support Services. Do you have any experience working with other companies on a multi-award contract? If yes, describe how you have successfully collaborated with the other Companies. Technical Capabilities Describe your company’s experience in software development and customization (configuration) of an ERP platform. What strategies were used? Note any specific experience with IFS ERP. Describe your company’s approach with integrating emerging technologies, trends, and best practices in the industry. Describe your company’s approach to cloud computing and cloud adoption with clients in the government space. Describe your company’s experience with DevSecOps practices, such as continuous integration (CI) and continuous deployments (CD). Describe your company’s approach to designing and implementing scalable, secure, and highly available platforms using platform engineering principles. Describe your company’s approach to security, data protection, and compliance with regulatory requirements. Describe your company’s approach to data ingestion, integrity, and governance within a data lake or data warehouse. Describe your company’s experience with any data lake/data warehouse platforms that support machine learning, analytics, and business intelligence use cases. Interested vendors may choose to submit the Technical Capabilities responses in a table format identifying each of area experience and associated details pertaining to their past performance. People, Processes, and Performance Describe your company’s approach to staffing to meet clients’ needs and requirements. Describe your company’s communication strategy for keeping stakeholders informed throughout the contract engagement. Provide specific examples on facilitating collaboration among team members, customers, and other stakeholders. Describe your company’s approach to facilitate remote work, virtual meetings, and collaboration. Describe your company’s approach with maintaining and growing skills, qualifications, and certifications among team members. Describe your company’s experience in Business Process Re-engineering (BPR) in association with an ERP and/or a Supply Chain context. If applicable, note any specific experience with IFS and outcomes. Other To succeed in this effort, the contractor must bring subject matter expertise in relevant IT areas, a proven track record of experience delivering similar services to government clients, and available staffing capacity to align with ATO’s needs and objectives. Interested parties should propose appropriate Labor Categories skill sets for the required services. Please provide the following administrative/background information for your company: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type/Size based on North American Industry Classification System (NAICS) code 541512 Computer Systems Integration Design Services. VI. LIST OF ATTACHMENTS None at this time. VII. SUBMISSION INSTRUCTIONS Interested parties must provide responses in writing. Submissions should be submitted electronically in Microsoft Word format, Times New Roman, font size 12, and in accordance with the following instructions: Questions must be addressed individually, but it is not required to answer every question. Companies are asked to address questions that fall within their expertise. The written submission cannot exceed 25 pages (maximum 10 MB document). Note that certain questions may require less than one page response and others may require more. This can be accommodated as long as all questions are addressed individually in 25 pages or less. Optional: Any technical diagrams to support a technical solution can be accommodated but cannot exceed three pages (maximum 5 MB for jpeg format). This can be in addition to the 25-page written submission limitation. Please address questions to maximum extent possible. Company capability statements are not desired responses so please do not include capability statements. All submissions must be sent via email. Telephone calls or paper submissions will not be accepted. The subject line for all submittals must be CLMRS IT Support Services [Company Name] Clarifications and questions regarding this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov) by no later than 5:00pm CT on November 21, 2025. Questions beyond this date will not be considered. NO PHONE CALLS PLEASE. Responses to this RFI must be submitted to the Contracting Officer, Stephanie Riddle (stephanie.r.riddle@faa.gov), no later than 5:00pm CT on January 05, 2026. Responses will not be returned. The FAA is generally not seeking proprietary material. If the respondent feels there is a benefit to providing certain proprietary material, the respondent must appropriately mark any proprietary or confidential information contained in the market survey/RFI submissions. The FAA is not seeking marketing material. Any and all material submitted – whether proprietary or not – may be used to develop FAA’s acquisition strategy. If respondents do not want specific information used in this manner, then such information should not be submitted. Providing a response to this Market Survey/RFI neither qualifies respondents for, nor excludes respondents from, responding to a resulting SIR, if any. The FAA, at its sole discretion, may contact one, some, all, or none of the respondents to the RFI to ask for additional information. This may include, but is not limited to, demonstrations of previously developed tools that companies choose to describe in their responses.

Deadline: 1/5/2026
Posted: 11/12/2025
RFINAICS: 541512.0

THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN

PLEASE FOLLOW "PIEE Solicitation Module Link for W912HV25RA006" TO SEE SOLICITATION ATTACHMENTS **10/31/2025 Two For Information Only (FIO) attachments are added **10/30/2025 Added 1 For Information Only (FIO) document. Two (2) more FIO documents will be added on 10/31/2025 (having system issues). **AM-0001 is released on 09/18/2025. Follow the link to PIEE to see the atachments. ** 08/28/2025 Uploaded the following 5 attachments to SAM.gov: CCPH Pre Proposal Conference Slides, CCPH Site Visit contact sheet, Sign-in sheet Pre-proposal Conference, Sign-in sheet Site Visit, Sign-in sheet Site Visit 2. **08/08/2025 10:00 AM JST: 3 missing attachments were uploaded to PIEE - Section_00_22_00_Proposal_Submission_Requirements, Section_00_22_16_Evaluation_Criteria, and Class_JA_for_USAF_Brand_Name_HVAC__signed_Redacted. Please follow the link to PIEE under attachments. ***Original: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 10/31/2025
SolicitationNAICS: 236220.0

THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN

**10/31/2025 Two For Information Only (FIO) attachments are added **10/30/2025 Added 1 For Information Only (FIO) document. Two (2) more FIO documents will be added on 10/31/2025 (having system issues). **AM-0001 is released on 09/18/2025. Follow the link to PIEE to see the atachments. ** 08/28/2025 Uploaded the following 5 attachments to SAM.gov: CCPH Pre Proposal Conference Slides, CCPH Site Visit contact sheet, Sign-in sheet Pre-proposal Conference, Sign-in sheet Site Visit, Sign-in sheet Site Visit 2. **08/08/2025 10:00 AM JST: 3 missing attachments were uploaded to PIEE - Section_00_22_00_Proposal_Submission_Requirements, Section_00_22_16_Evaluation_Criteria, and Class_JA_for_USAF_Brand_Name_HVAC__signed_Redacted. Please follow the link to PIEE under attachments. ***Original: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 10/31/2025
SolicitationNAICS: 236220.0

THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN

**10/30/2025 Added 1 For Information Only (FIO) document. Two (2) more FIO documents will be added on 10/31/2025 (having system issues). **AM-0001 is released on 09/18/2025. Follow the link to PIEE to see the atachments. ** 08/28/2025 Uploaded the following 5 attachments to SAM.gov: CCPH Pre Proposal Conference Slides, CCPH Site Visit contact sheet, Sign-in sheet Pre-proposal Conference, Sign-in sheet Site Visit, Sign-in sheet Site Visit 2. **08/08/2025 10:00 AM JST: 3 missing attachments were uploaded to PIEE - Section_00_22_00_Proposal_Submission_Requirements, Section_00_22_16_Evaluation_Criteria, and Class_JA_for_USAF_Brand_Name_HVAC__signed_Redacted. Please follow the link to PIEE under attachments. ***Original: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 10/30/2025
SolicitationNAICS: 236220.0
Page 4 of 36