Federal Contract Opportunities
Showing 351-400 of 1,796 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Supply Blanket Purchase Aggreement
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under North American Industry Classification System Code (NAICS) 33399: All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard for this industry is $7.5 million in average annual revenue. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize Unison Global in order to compete the calls. The Contractor shall register with Unison Global once the Master Blanket Purchase Agreement is signed. The website to register is http://www.unisonglobal.com/, email:info@fedbid.com, phone: 877-933-3243 BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. As prescribed in FAR 52.204-7, interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at http://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to entering into a BPA. Any interested party may inquire with the following Contract Specialist via email: victoria.e.schermerhorn.civ@mail.mil Any correspondence relating to this synopsis should have “Hardware BPA" notated in the subject field.
Supply Blanket Purchase Aggreement
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for supplies under North American Industry Classification System Code (NAICS) 33399: All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard for this industry is $7.5 million in average annual revenue. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize Unison Global in order to compete the calls. The Contractor shall register with Unison Global once the Master Blanket Purchase Agreement is signed. The website to register is http://www.unisonglobal.com/, email:info@fedbid.com, phone: 877-933-3243 BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. As prescribed in FAR 52.204-7, interested parties must be registered and current in the System for Award Management (SAM), representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at http://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to entering into a BPA. Any interested party may inquire with the following Contract Specialist via email: victoria.e.schermerhorn.civ@mail.mil Any correspondence relating to this synopsis should have “Hardware BPA" notated in the subject field.
Policy, Engineering, Analysis, and Research Contract (PEARS III)
The purpose of this posting is to inform industry of the contract opportunity and request feedback from sources capable of meeting the requirements outlined in the attached draft SIR for the Policy, Engineering, Analysis, and Research Contract (PEARS III) prior to the release of the formal SIR. THIS IS A REQUEST FOR INFORMATION ONLY. This draft SIR is issued solely for information and planning purposes. It does not constitute a formal solicitation (Screening Information Request) or a promise to issue a solicitation in the future. This does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is seeking feedback from any potential offerors that choose to provide it; however, the Government is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this draft SIR. All costs associated with responding to this will be solely at the responding party's expense. **The FAA is not seeking or accepting unsolicited proposals** Documents that are available for feedback as part of the draft SIR package are the Draft SIR and attachments. All information provided in these draft documents is notional, and the Government may add, remove, or change it before a final SIR is released. Information Requested: Interested offerors/vendors are invited to submit comments to the Government to ensure the draft Screening Information Request (SIR) is understood. Any feedback or clarification requested will help the Government to ensure that the resultant SIR accurately and clearly describes the intended work to meet the Government’s requirements. The Government welcomes industry feedback with respect to any of the documents provided in this posting. The Government requests that responses to this Draft SIR be submitted in the attached comment matrix excel file. All information received in response to this draft SIR that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submission Details: Interested offerors/vendors are invited to submit a written response via email and include the attached “comment matrix” excel file. Please identify the Subject Line of your email as: “[Company Name] DRAFT SIR #693KA9-25-R-00016_Response]” Responses are to be sent to: AAQ 460, email: 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov. Responses must be submitted no later than 1200 (noon) Eastern Time on Wednesday, January 21, 2026. NOTICE TO INTERESTED VENDORS: To facilitate effective market research and promote visibility among potential teaming partners, the Government encourages all interested vendors to add their company information to the "Interested Vendors List" (IVL) for this opportunity on SAM.gov. Participation in the IVL is voluntary and is not a requirement for responding to this notice. However, doing so will help the Government assess the level of interest in this requirement and allow interested parties to identify potential collaborators or subcontractors. To add your company to the Interested Vendors List, navigate to this opportunity on https://sam.gov, ensure you are logged in with your active SAM account, and click the “Add Me to Interested Vendors” button.
MAKING OBSTETRIC CARE SMART (MOCS)
The Advanced Research Projects Agency for Health (ARPA-H) Making Obstetric Care Smart (MOCS) program aims to launch a new era of data-driven maternity care— transforming labor and delivery decision making from guesswork into one of objective insight and individually tailored care. These innovations will equip both clinicians and families with the clarity and confidence needed for safer births. Interested parties are invited to review the attached MOCS Innovative Solutions Opening (ISO) ARPA-H-SOL-26-143. The MOCS program has posted a separate Special Notice (SN) ARPA-H-SN-26-141 that provides information about Proposers' Day. It is anticipated that creation of a quality proposal to meet all criteria will require combining technologies and/or companies, which can be time consuming and challenging.? It is recommended that proposers and potential collaborators (clinical partners, malpractice attorneys, regulatory consultants, CROs, etc.) submit a teaming profile as soon as possible to form the best teams possible. Teaming profiles can be submitted at solutions.arpa-h.gov/teaming. Program Dates: Proposers' Day: December 11th, 2025 Mandatory Pre-Proposal Discussions: December 15th, 2025 – December 19th,2025; 30-45 min slots between 9 AM-5 PM EST Proposal Due Date: January 21st, 2026, 12 PM EST For more information on the MOCS program visit: https://arpa-h.gov/explore-funding/programs/mocs
DLA Distribution Djibouti, Africa Warehouse and Distribution Services
DLA Distribution has a requirement for continuing distribution support capabilities in Djibouti to serve as the primary conduit for sustainment cargo in support of customers in the region. The primary mission of the Djibouti Distribution Center is to manage and execute efficient and effective receiving, storage, inventory, packaging, Care of Supplies in Storage, stock control, stock selection, issue processing, packing, shipping, and distribution of contingency material. The Contractor shall perform warehouse and distribution operations requirements in a Government Owned / Contractor Operated facility using the DLA Distribution Standard Operating Procedures/ Addendums, Process Manuals, DLA?s Warehouse Management System, various Government and Commercial applications, and all other references as set forth in this contract. The Contractor shall provide all management, personnel, supervision, materials, tools, equipment, transportation, and any other items and/or services not provided by the Government. *****Amend 0001 - Due Date for receipt of proposal 24 Oct 2025/Questions Due 14 Oct 2025 *****Amend 0002 - Pre-Proposal Conference Information, Due Date for receipt of proposal 19 Nov 2025/Questions Due 26 Oct 2025 *****Supplement 1 - PPC and Registrant Roster - added Amend 0002 10/21/2025 *****Amend 0003 -Attachment 8 -PPQ Update*****Amend 0004 - Due Date for receipt of proposal 21 Jan 2026, incorporate necessary Clauses and Provisions, correct solicitation language, and provide revised instructions for the Technical Library.
Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
523A4-20-208; Replace Boilers and Upgrade Controls VA Medical Center West Roxbury, MA Procurement Number: 36C24125R0077 This is a pre-solicitation notice synopsizing an upcoming unrestricted competitive solicitation satisfying the requirements of FAR 5.201. A request for proposal will be posted on or about November 21, 2025. All business sizes and classifications that meet the requirements of the solicitation are invited to participate. The VAMC West Roxbury Campus has identified a need for Project 523A4-20-208 Replace Boilers & Upgrade Controls. For this requirement, the general contractor will be required to include general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8) in accordance with specifications, drawings, and other documentation. The magnitude of construction as supplemented in accordance with VAAR 836.204 is between $50,000,000 and $100,000,000. The NAICS Code is 236220 and the small business size standard is $45 million. The period of performance is 943 calendar days from the issuance of the Notice-to-Proceed. A bid bond is required in accordance with FAR 52.228-1, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. Performance and payment bonds in the amount of 100% of the contact award amount will be required in accordance with FAR 52.228-15. This procurement will be solicited in accordance with FAR Part 15.101-1, Best Value Continuum Tradeoff Source Selection Process. A firm fixed price award will be made to the responsible offeror whose offer conforms to the solicitation, results in the best value to the Government, all factors considered. The purpose of the price evaluation is to provide an assessment of the reasonableness of the proposed price in relation to the solicitation requirements. Reasonableness of an offeror's proposal is evaluated through price analysis techniques as described in FAR Subpart 15.404-1. The Contracting Officer will establish the Veterans Preference Solely for purposes of price evaluation and implementation in accordance with VAAR 819.70 The VA Veterans First Contracting Program. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0077 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/.
BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Veterinary Services Laboratories (NVSL), has an upcoming requirement for a multiple-award firm fixed-price, Blanket Purchase Agreement commercial supply contract to obtain Theileria equi and Babesia caballi test kits. This an established multiple award BPA and will be for 4 remaining (ordering periods) years. Estimated quantity of supply is 400 test kits per year. This will be a Small Business set-aside solicitation under NAICS 325413 (size standard 1,250). RFQ Solicitation with complete details will be issued on or about 01/22/2025. It is the responsibility of interested parties to monitor this site for the solicitation and amendments, if any. Questions concerning this synopsis should be directed to Mario Garcia, Contract Specialist, by email at mario.garcia2@usda.gov.
BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
Purpose of this solictation is to encourage vendors to provide quotes and encourage vendors to enter this field to satisfy this requirement. This is a multiple award FAR Part 13 BPA and vendors are encouraged to develop kits and seek certification.
Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)
The Broad Agency Announcement (BAA) associated with this BAA Call, 693JJ3-24-BAA-0003_A0001, can be found at the following link: https://sam.gov/opp/467ddb3e92da404f9cd1511478f64446/review. Please refer to the BAA for detailed information and instructions. The concrete industry has undergone more change in the last 10 years than it did in the prior 60 years. The driver for this was industry-led innovation, as showcased by the cement producer’s shift from traditional Type I/II cement to a Type IL cement as the majority on the market as of 2023. A primary barrier to entry for this new cement was state Departments of Transportation (DOTs), where their specifications and lack of familiarity with the new material resulted in a decade long delay of adoption from the establishment of an initial consensus material specification that was passed in 2012. This shift was a catalyst for innovation and change in the industry, with at least 30 different innovative materials currently known to be attempting to make similar inroads in the marketplace. These materials boast a variety of different claims including lower costs, improved performance, better supply, and lower variability. With ongoing challenges from diminishing sources of conventional supplementary materials like fly ash and seasonal shortages of silica fume and ground-granulated blast furnace slag, these innovative alternative cements and supplementary materials collectively represent a significant improvement to the supply chain for concrete production and construction. The FHWA seeks to accelerate the implementation of next generation binder technologies into engineering practice while assuring these materials maintain proper durability and improve infrastructure integrity. This is anticipated to be accomplished in part through benchmarking performance of solutions which have achieved a suitable technology readiness level such that they may be implemented in an industrial trial. The FHWA is seeking solutions of market-ready binders to be benchmarked against (at a minimum) an industrially produced Class A concrete with a target 28-day compressive strength of 4000 psi (see Table 8.2.2-1, AASHTO LRFD Bridge Construction Specifications), with mixture proportions preferably in general agreement with the offeror’s regional norms.
SCS Radio Amplifier
Combined Request for Information and Synopsis This notice is a combined Request for Information and Synopsis. The primary purposes of this notice are as follows: Conduct market research to determine if other sources capable of satisfying the agency’s requirements exist and if commercial items or non-developmental items are available that meet the agency’s requirements. Improve small business access to acquisition information Enhance competition by identifying contracting and subcontracting opportunities This announcement is not a Request for Proposal or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to contract based on this request or otherwise pay for any information solicited herein. Interested parties should contact Travis Bodily at 385-519-8100 or email travis.bodily@us.af.mil Detailed Information Noun: Amplifier, Radio Fre NSN: 5996-01-499-6546 P/N: BHE5819-300/3159A P/N: D0412897-2 Estimated Quantity: 2 EA Destination: SW3215 Estimated Delivery Schedule: 13 March 2026 Set-aside: It is NOT expected that this requirement will be set-aside for small businesses Statements Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement contact the following firm(s): Stellant PST Corp. (CAGE 31196) Decryptor, Inc. (CAGE 98K83) Based upon market research, the Government is not planning on using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements.
Q402--CNH Services Long Term Contract (Rison) VA-25-00006263 (VA-25-00006263)
CNH Nursing Homes Central Arkansas
48--VALVE ASSEMBLY - AND SIMILAR REPLACEMENT PARTS
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|31|365|0002AA|31|365|||||||0001AA|31|900|0002AA|31|900|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|X|X|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|332919|750|||||||||||| 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|| THE SUBJECT AMENDMENT IS HEREBY INCORPORATED TO. UPDATE THE TOTAL QUANTITY FOR NIIN 017185495, SUBCLIN 0002AA HAS BEEN REDUCED FROM A TOTAL QUANTITY 31, TO A TOTAL QUANTITY 11. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ THE SUBJECT AMENDMENT IS HEREBY INCORPORATED TO. NOTE 3 SHALL BE REMOVED FROM THE SOLICITATION. CLAUSE 252.215-7008 SHALL BE REMOVED, AS ONLY ONE OFFER IS EXPECTED. CLAUSE 52.211-9, HAS BEEN UPDATED. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ NECO proposal will not be accpted. Submit them Via email to the POC. 1. WHEN SUBMITTING PROPOSALS , MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-SPACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGINGHOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED,AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FORCHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 2. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFERORADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OFTHE PACKAGING FACILITY. 3. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUSTSTATE WHO THE MANUFACTURER IS (NAME & CAGE CODE) AND BE ABLE TO PROVIDETRACEABILITY INFORMATION IF REQUESTED. EXAMPLES OF TRACEABILITY DOCUMENTATIONINCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: PURCHASE ORDER/INVOICE BETWEENYOU AND THE MANUFACTURER IDENTIFYING THE PART NUMBER, REVISION LEVEL ANDQUANTITIES & MANUFACTURER'S PACKING SLIP OR CERTIFICATION IDENTIFYING THE PARTNUMBER, REVISION LEVEL AND QUANTITIES. 4. SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONALCOSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 5. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THIS PROCUREMENT ARE CONSIDEREDTO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL,TRANSMITTED BY FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH ASEMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTESBILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 6. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRI 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE ASSEMBLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99517 V1E10602-02; 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 ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE ASSEMBLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99517 V1E10601-02; 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.
48--VALVE ASSEMBLY - AND SIMILAR REPLACEMENT PARTS
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|31|365|0002AA|31|365|||||||0001AA|31|900|0002AA|31|900|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|X|X|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|332919|750|||||||||||| 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|| THE SUBJECT AMENDMENT IS HEREBY INCORPORATED TO. NOTE 3 SHALL BE REMOVED FROM THE SOLICITATION. CLAUSE 252.215-7008 SHALL BE REMOVED, AS ONLY ONE OFFER IS EXPECTED. CLAUSE 52.211-9, HAS BEEN UPDATED. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ NECO proposal will not be accpted. Submit them Via email to the POC. 1. WHEN SUBMITTING PROPOSALS , MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-SPACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGINGHOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED,AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FORCHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 2. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFERORADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OFTHE PACKAGING FACILITY. 3. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUSTSTATE WHO THE MANUFACTURER IS (NAME & CAGE CODE) AND BE ABLE TO PROVIDETRACEABILITY INFORMATION IF REQUESTED. EXAMPLES OF TRACEABILITY DOCUMENTATIONINCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: PURCHASE ORDER/INVOICE BETWEENYOU AND THE MANUFACTURER IDENTIFYING THE PART NUMBER, REVISION LEVEL ANDQUANTITIES & MANUFACTURER'S PACKING SLIP OR CERTIFICATION IDENTIFYING THE PARTNUMBER, REVISION LEVEL AND QUANTITIES. 4. SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONALCOSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 5. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THIS PROCUREMENT ARE CONSIDEREDTO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL,TRANSMITTED BY FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH ASEMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTESBILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 6. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRI 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE ASSEMBLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99517 V1E10602-02; 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 ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE ASSEMBLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99517 V1E10601-02; 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.
48--VALVE ASSEMBLY - AND SIMILAR REPLACEMENT PARTS
NSN 7H-4820-017185495, TDP VER 001, REF NR V1E10601-02, QTY 31 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. 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. 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.
SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
Amendment 9: - Changing BAA POC for contracting and technical - updating length of time white papers are held Amendment 8: - Changing BAA POC for contacting Amendment 7: -Changing BAA POCs for contracting Amendment 6: - Removed BAA ceiling, changed to single award limit - Increased open period from 5 years to 20 years. Annual Review accomplished - 4 Oct 21 Amendment 5: - Changed Contracting Point of Contact (CPOC) info - Adding a template cover page for white papers (use is optional) Amendment 4: -Changed solicitation/reference number from BAA-RQR-2019-0001 to FA9300-19-S001 -Add Para. VIII-11 Compliance with Safeguarding Covered Defense Information Controls to incorporate DFARS 252.204-7008 by reference. -Update Table of Contents to Include VIII-11.
SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
Amendment 8: - Changing BAA POC for contacting Amendment 7: -Changing BAA POCs for contracting Amendment 6: - Removed BAA ceiling, changed to single award limit - Increased open period from 5 years to 20 years. Annual Review accomplished - 4 Oct 21 Amendment 5: - Changed Contracting Point of Contact (CPOC) info - Adding a template cover page for white papers (use is optional) Amendment 4: -Changed solicitation/reference number from BAA-RQR-2019-0001 to FA9300-19-S001 -Add Para. VIII-11 Compliance with Safeguarding Covered Defense Information Controls to incorporate DFARS 252.204-7008 by reference. -Update Table of Contents to Include VIII-11.
SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
Amendment 8: - Changing BAA POC for contacting Amendment 7: -Changing BAA POCs for contracting Amendment 6: - Removed BAA ceiling, changed to single award limit - Increased open period from 5 years to 20 years. Annual Review accomplished - 4 Oct 21 Amendment 5: - Changed Contracting Point of Contact (CPOC) info - Adding a template cover page for white papers (use is optional) Amendment 4: -Changed solicitation/reference number from BAA-RQR-2019-0001 to FA9300-19-S001 -Add Para. VIII-11 Compliance with Safeguarding Covered Defense Information Controls to incorporate DFARS 252.204-7008 by reference. -Update Table of Contents to Include VIII-11.
SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
Amendment 7: -Changing BAA POCs for contracting Amendment 6: - Removed BAA ceiling, changed to single award limit - Increased open period from 5 years to 20 years. Annual Review accomplished - 4 Oct 21 Amendment 5: - Changed Contracting Point of Contact (CPOC) info - Adding a template cover page for white papers (use is optional) Amendment 4: -Changed solicitation/reference number from BAA-RQR-2019-0001 to FA9300-19-S001 -Add Para. VIII-11 Compliance with Safeguarding Covered Defense Information Controls to incorporate DFARS 252.204-7008 by reference. -Update Table of Contents to Include VIII-11.
SPACE PROPULSION RESEARCH AND INNOVATION FOR NEUTRALIZING SATELLITE THREATS (SPRINT) BROAD AGENCY ANNOUNCEMENT (BAA)
Amendment 6: - Removed BAA ceiling, changed to single award limit - Increased open period from 5 years to 20 years. Annual Review accomplished - 4 Oct 21 Amendment 5: - Changed Contracting Point of Contact (CPOC) info - Adding a template cover page for white papers (use is optional) Amendment 4: -Changed solicitation/reference number from BAA-RQR-2019-0001 to FA9300-19-S001 -Add Para. VIII-11 Compliance with Safeguarding Covered Defense Information Controls to incorporate DFARS 252.204-7008 by reference. -Update Table of Contents to Include VIII-11.
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. On October 1, 2025, the business opportunity was amended as follows. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Tuesday, October 28, 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 23, 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 November 21, 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 19, 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 23, 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 30, 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.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
The Government contemplates the following: The award of a Firm-Fixed-Price, Blanket Purchase Agreement (BPA) IAW FAR 13.303 The purpose of this requirement is for the finishing repairs (Repairs 005 – 010) of the F- 108/CFM 56-2A/B Stage 1 Fan Blade: NSN: 2840-01-196-6053PN, PN: 305-433-401-0, 301- 291-938-0, 301-291-939-0; 301-291-941-0, 301-291-942-0, 301-291-947-0, 301-291-948-0. The Government has the associated technical data to provide to potential sources and qualification requirements (QRs) apply. The Repair Data List (RDL) and Repair Qualification Requirements (RQR-848) are attached.
Combined Request for Information and Synopsis
Combined Request for Information and Synopsis This notice is a combined Request for Information and Synopsis. The primary purposes of this notice are as follows: • Conduct market research to determine if other sources are capable of satisfying the agency’s requirements exist and if commercial items or nondevelopmental items are available that meet the agency’s requirements • Improve small business access to acquisition information • Enhance competition by identifying contracting and subcontracting opportunities This announcement is not a Request for Proposal or an Invitation for Bid, nor is it to be construed as a commitment by the Government. The Government does not intend to contract on the basis of this request or otherwise pay for any information solicited herein. Interested parties should contact Kitty Lam at 385-519-8181 or email kitty.lam@us.af.mil Detailed Information Contracting Office: DLA Aviation Address: 6051 Gum Lane, Hill AFB, UT 84056 Noun: Valve, Linear, Direct NSN: 1630-00-332-5721LE P/Ns: 313707 Estimated Quantity: 70 NAICS: 336413 Classification Code: 16 Destination: USAF Duration of Contract Period: TBD Estimated Delivery Schedule: 20 Months ARO Solicitation Number: SPRHA1-25-R-0324 Response Date: 23 Jan 2025 Archive Date: 23 Jan 2026 Set-aside: It is NOT expected that this requirement will be set-aside for small businesses Statements Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies required are available from only one or a limited number of responsible sources and no other type of supplies will satisfy agency requirements. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the following firms: Hydri-Aire, Inc. (81982). This is proposed to be a FAR 12 effort, in its solicitation for the described supplies or services. interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 30 days of this notice. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements. Prospective offerors are advised that foreign participation is not permitted at the prime contractor level.
A-- NAWCTSD R&D Broad Agency Announcement
Please see the attached BAA Document (Amendment 05) for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A-- NAWCTSD R&D Broad Agency Announcement
Please see the attached BAA Document (Amendment 04) for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A-- NAWCTSD R&D Broad Agency Announcement
Please see the attached BAA Document (Amendment 03) for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A-- NAWCTSD R&D Broad Agency Announcement
Please see the attached BAA Document (Amendment 03) for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A--Broad Agency Announcement
Please see the attached BAA Document for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A--Broad Agency Announcement
Please see the attached BAA Document for complete details - what you see below is only a brief excerpt summary. NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged.
A--Broad Agency Announcement
NAWCTSD has comprehensive simulation and training systems responsibilities ranging from research and technology base development through system acquisition and life cycle support. The Research and Engineering Competency is NAWCTSD’s arm of the laboratory system. Its mission is to plan and perform a full range of directed R&D in support of Naval training systems. The work covers the broad spectrum of training simulation technology as applied across mission areas and all stages of training. It is intended that programs under the BAA include Fundamental research related to this mission. “Fundamental Research” means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. The requirement for R&D conducted under this BAA is to explore unique training techniques incorporating innovative behavioral and engineering technologies, which are needed for more effective and/or less expensive training systems. Technology products may include empirical research, software and computer models, test beds and proof of concept demonstrations. Projects should provide insight to NAWCTSD personnel to optimize the use of training systems. Research areas that are described in the remainder of this chapter are important, but other R&D topics supporting training systems may also be considered. The following research areas and topics are not intended to be mutually exclusive but rather are often interdependent and may be exercised in various combinations at any time. In fact, proposals that involve interdisciplinary teams are especially encouraged. Please see the attached BAA Document for complete details.
Z2DA--Replace Auxiliary Chiller
The Department of Veterans Affairs, 2300 Ramsey Street, Fayetteville, NC 28301 has a requirement for a contractor to provide all labor, material, supplies, transportation, permits, license and qualified supervision for Project 565-24-113, Replace Auxiliary Chiller located at the Fayetteville VA Medical Center, Fayetteville, NC. General Scope: Remove and replace the existing 120-ton auxiliary chiller at Building 3. The purpose of this chiller is to provide chilled water redundancy to Building 3. The new auxiliary chiller shall be the same size/capacity as the existing chiller and shall be fully functional. The contractor shall replace and install all required piping, valves, supports, and controls. The new auxiliary chiller shall be integrated with the existing Building Automation System (BAS). Chiller controller shall be BACNET compliant, and all data points should be pulled through the BACNET connection. The contractor shall install minimum (hard wired) data points to include but not limited to (1) Start/Stop, (2) Status, and (3) Alarm (hard wired). All low voltage control wirings must be installed in blue control conduit. All graphics/trends and digital alarming associated with the new chiller must be updated on the Tridium Direct Digital Control (DDC) Supervisor located in Room 2 in Building no. 35. The contractor shall replace two (2) 250 gpm pumps located in an adjacent mechanical room. Contractor may reuse the existing concrete pads. Replace/reroute piping, if required, to install the new pumps. Pumps shall be programmed into the BAS with the same data points as the chiller. Estimated construction magnitude is between $250,000 and $500,000. NAICS CODE: 238220 Size Standard: $19.0 Million This solicitation is anticipated to be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. Network Contracting Office 6 (NCO 6) intends to issue a Invitation for Bids (IFB) and award a single, firm fixed-price contract. Solicitation material will be available on/about December 9, 2025. Any specifications, drawings and amendments will be posted on the System for Award Management (SAM) Contract Opportunities website (https://sam.gov/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. Offers will be due approximately 48 days after issuance of the solicitation. Only one (1) site visit will be scheduled. Location and point(s) of contact for the site visit will be identified in the solicitation. This notice is for informational purposes only and is not a request for quotation. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No offerors list is maintained. All interested vendors should register on SAM.gov. Interested offerors are advised they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers and should revisit the website periodically for any amendments/notices to the solicitation. Prospective contractors must be registered in the SAM database in order to obtain access in Contract Opportunities. SAM and SBA Certification Database registration must be current and active to be eligible for contract award. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA; you now have the availability to enter and maintain your reps and certs with your proposal. Any questions regarding this announcement and all future announcements regarding this project must be emailed to the Contract Specialist, Michael Proctor, at Michael.proctor2@va.gov. NO TELEPHONE REQUESTS FOR SOLICIATION MATERIAL WILL BE ACCEPTED.
66--WAVE FORM SYNTHESIZ
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|G710386-2|150|180||||||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| 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 (SEP 2023)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN THE SCHEDULE|||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (MAY 2014)|1|| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334515|750 EMPLOYEES|||||||||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (NOV 2021))|7|||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED-PRICE| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to remove WSSTERMMZ01. All other terms and conditions remain the same. OFFERORS SHALL SUBMIT PROPOSALS VIA NECO OR EMAIL ONLY. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the WAVE FORM SYNTHESIZ . 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 WAVE FORM SYNTHESIZ furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;Z4937 G710386-2 15090 G710386-2 (AUTH DISTRIB FOR Z4937); 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 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; . 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 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
SEE ATTACHED FOR DETAILS. AMD 0001 WAS COMPLETED ON 11/5 TO correct the MAX quantities in the table below to be in line with Enclosures 5 and 23 quantities. The updates are highlighted in YELLOW in the attached document.
AGMS Production FY26, Sole Source to Lockheed Martin
SEE ATTACHED FOR DETAILS.
6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
THIS IS A SOURCES SOUGHT NOTICE Subject: The purpose of this Sources Sought is to conduct market research to identify companies capable of providing staff and patient parking for the Department of Veterans Affairs, Veterans Health Administration (VHA) Network Contracting Office (NCO) 21, on behalf of VA Reno Health Care System, Sterile Processing Services (SPS) located at VA Reno Health Care System,975 Kirman Avenue, Reno NV 89502 (1) The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information solicited. (2) Although proposal, offeror, contractor, and offeror may be used in this source sought notice, any response will be treated as information only. It shall not be used as a proposal. (3) The purpose of this sources sought is to conduct market research to support the procurement of NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. This notice serves to survey the market to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The source s sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns: the qualifying NAICS code for this effort is NuTrace R+ Two Dimensional (2D) Surgiscan and Size Standard of 800 Employees. 4) This source sought notice to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. (5) Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received that is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. Background: The Department of Veterans Affairs, VA Reno Health Care System, Sterile Processing Services is seeking vendors who can demonstrate the ability to meet all requirements for this notice. The attached salient characteristics and/or statement of work are a draft and are NOT finalized. If any portions seem unclear or prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS. (a) Company name, Address, Point of Contact (POC) name, email address, and phone number (b) Indicate whether your business is large or small. (c) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business. (d) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (e) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). (f) Include the Unique Entity Identifier (UEI) number of your firm. (g) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at Veteran Small Business Certification (sba.gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM, and to receive the award based on VOSB or SDVOSB status you must be registered in the VetCert Registry. (h) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts. (i) Link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable. (j) Capabilities Statement (k) Place of manufacturing (this includes leased equipment of where they are manufactured) (l) Authorized Distributorship letter issued from the manufacturer (if applicable) (m) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number, or e-mail address; and (n) Other material relevant to establishing core competencies of the firm. (o) Contractor shall include the terms and conditions of the warranty for all products listed in the attachment. The response is due no later than 5:00PM Hawai i Standard Time on Wednesday, January 29, 2025. Please submit e-mail responses to Haunani Freeman, Contract Specialist, at darralynn.freman@va.gov. Please place NuTrace R+ Two Dimensional (2D) Surgiscan in the subject line of the email. Your response should include a Company POC, CAPABILITIES STATEMENT, GSA SCHEDULE INFORMATION if any, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event, that the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. Statement of work: A. GENERAL INFORMATION Title of Project: NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System. Background: The VA Reno Health Care System, Sterile Processing Services (SPS) is looking for a NuTrace R+ Two Dimensional (2D) Surgiscan, address: 975 Kirman Avenue, Reno, NV 89502. The requirement is for Sterile Processing Services (SPS). Scope of Work: NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System. Period of Performance: The period of performance (POP) shall be one 120 days. The POP will begin with the latter: the date of Office of Management and Budget (OMB) approval or the date of award. Type of Contract: Firm Fixed Price (FFP) Place of Performance: The Contractor shall support this effort for NuTrace R+ Two Dimensional (2D) Surgiscan for VA Reno Health Care System, located at the VA Reno Health Care System, 975 Kirman Avenue, Reno, NV 89502. B. GENERAL REQUIREMENTS The contractor shall provide NuTrace R+ Two Dimensional (2D) Surgiscan. Marking of any instruments or data entry/ service is not included on this quote. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces | EDA: 03/31/2026 ss. | Status: Preparing for Pre-Solicitation (10/16/2025 LJH). (VA-26-00011684)
See attached amendment verifying the site visit and RFI due dates.
TULE PROPERTY CLEARING
Tule Property Clearing The Government anticipates issuing a Request for Quote (RFQ) with the intent of awarding a Firm-Fixed Price purchase order for clearing encumbrances on select properties adjacent to Lake Success to ensure that the Tule River Spillway Enlargement Project can operate as designed once construction is complete at Tule Property Clearing area/Lake Success, Porterville, CA. Project Description: Provide all labor, supervision, materials, equipment, tools and supplies necessary to remove old perimeter fencing, water trough, irrigation piping, steel/metal/wooden posts, tires, concrete blocks/culverts etc., and cap wells. Tasks include reporting requirements and clearing encumbrances. This prospective contract action will be conducted using NAICS Code is 238910– Site Preparation Contractors. The size standard is $19,000,000.00. Product Service Code is P500- Salvage - Demolition of Structures/Facilities (Other Than Buildings). The solicitation will proceed as a total small business set-aside and is estimated to be issued on or about December 23, 2025, with quotes due tentatively on January 27, 2026. The RFQ will be issued on the Government Point of Entry known as www.SAM.gov and will establish a firm proposal due date/time. If applicable, the site visit date, time and location will be identified in the solicitation announcement on SAM. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check SAM.gov frequently for any changes to the interested vendors list and notice.
MOTOR,DIRECT CURREN
CONTACT INFORMATION|4|N774.9|BSB|771-229-0467|DARIAN.M.HOLLEY.CIV@US.NAVY.MIL| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|SEE SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335312|1250|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to DARIAN.M.HOLLEY.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. E. Only a Firm-Fixed Price (FFP) will be accepted. F. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. Your quote should include the following information for justification purposes: - New procurement unit price____________________ - Total Price _____________________ - Procurement delivery lead time (PTAT) _________________ days - Award to CAGE _______________ - Inspection & Acceptance CAGE, if not at Award to CAGE _____________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________ (90 Days minimum is requested). H. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the MOTOR,DIRECT CURREN . 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 MOTOR,DIRECT CURREN furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 7102570-002; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the MOTOR,DIRECT CURREN . 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 MOTOR,DIRECT CURREN furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 7102570-001; 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. 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.
13--CASE,AFTERBODY TORP
NSN 1H-1355-015610794, TDP VER 017, QTY 19 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.
Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
SOLE SOURCED TO RAYTHEON See attachments and enclosure documets for official Letter Request for Proposal. Enclosures: Enclosure 1 - Identification of Requirements (IOR) and Proposal Information Enclosure 2 - Required Reps and Certs (FAR 52.204-8) Enclosure 3 - Data Rights and Assertions DFARS 252.227-7017
Q402--CNH Services Long Term Contract (Rison) VA-25-00006263 (VA-25-00006263)
Multi-Award CNH for Central Arkansas
Y--SAN JUAN LATERAL BLOCK 2-3 HDD
SAN JUAN LATERAL BLOCK 2-3 HDD - Amendment 1 corrected response due date.
Y--SAN JUAN LATERAL BLOCK 2-3 HDD
SAN JUAN LATERAL BLOCK 2-3 HDD
Y--NGWSP BLOCK 2-3 HDD
NGWSP BLOCK 2-3 HDD - This amendment is issued to notify contractors that the solicitation number for this requirement has been changed from 140R4025R0027 to 140R4026R0002. These is a separate pre-solicitation notice posted for 140R4026R0002 and the solicitation will be posted under solicitation number 140R4026R0002 only.
Y--NGWSP BLOCK 2-3 HDD
NGWSP BLOCK 2-3 HDD
13--BULKHEAD, ENGINE HO
NSN 1H-1355-016999602, TDP VER 003, QTY 94 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.
15--RADOME, IN REPAIR/MODIFICATION OF
NSN 7R-1560-015415158-QE, IAW REF NR 74A301001-1003, QTY 18 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/" 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
Renovate B26 Mental Health THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE. THIS PROJECT IS SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Renovate B26 Mental Health (Project 538-23-102) at the Chillicothe VA Medical Center, 17273 OH-104, Chillicothe, OH 45601. The contractor shall furnish all labor, materials and equipment necessary to complete new construction including, but is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and specifications. The general scope of this will partially renovate approximately 19,000 sf of the existing Sustained Behavioral Treatment Unit (SBTU) located on the first floor of Building 26. This renovation will slightly modify the unit and will also address the MHEOCC (Mental Health Environment of Care Checklist) items that were previously identified by the local MHEOCC group. In addition, this project will also provide a basement floor on the ground level of B26 that houses the new AHU (Air Handling Unit) that serves the treatment space on the first floor. Specific new work tasks include, but are not necessarily limited to the following: Partial renovation in a multiphase project to allow uninterrupted operations. Partial demo of existing SBTU area. Partial new construction of the SBTU to include hard ceilings, modify floors in the patient showers, upgraded Nurse Call systems, modify existing window ledge to address MHEOCC deficiencies. In additional Anti-ligature hardware will be used. Two new sally-ports to facilitate the 1st floor into three separate SBTU treatment wings. Concrete basement floor to improve environmental concerns in the basement space that houses the AHU. Completely renovate two patient rooms to provide for two bariatric rooms. DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 320 calendar days from issuance of the Notice to Proceed. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities https://sam.gov/ on or about November 12, 2025, with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at https://sam.gov/ so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the https://sam.gov/ website. SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://search.certifications.sba.gov, and https://sam.gov/, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $2,000,000.00 and $5,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73(d)(4), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 15% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: A copy of Bid, Payment and Performance bonds shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (Jeremy.Nee@Va.Gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at https://sam.gov/. Paper copies of the amendment(s) WILL NOT be individually mailed. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR Overhaul 52.214-3 [AMENDMENTS TO INVITATIONS FOR BIDS]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to Jeremy.Nee@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to Contract Opportunities https://sam.gov/. All emails pertaining to this project must identify the project and contain: 538-23-102 Renovate B26 Mental Health in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.