Federal Contract Opportunities

Showing 451-500 of 1,802 opportunities

20--TILE

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|2100|200|0002|2100|200|||||||0001|2100|500|0002|2100|500|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1300|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| 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| EVALUATION OF FIRST ARTICLE TESTING|3|||| This Amendmnet is being released to extend the solicitation closing date to 13 FEB 2026. \ This Amendment is being issued to extend the RFP closing date to 30 JUN 2025. 1. This solicitation is for the following PROCUREMENT: CLIN 0001; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. CLIN 0002; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. 2. The resultant award of this solicitation will be issued bilaterally,requiring the contractor?s written acceptance prior to execution. 3. Please provide the following information in the procurement quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit procurement price: $____________________________________ (FirmFixed Price). C. The procurement CAGE _____________ and packaging CAGE___________ (asdescribed in #2). D. Procurement Acquisition Time, delivered in _____ days. 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement aretheconsidered to be "issued" by the Government when copies are either deposited inthe mail, transmitted by facsimile, or sent by other electronic commerceited methods such as email. The Government's acceptance of the contractor's proposalconstitutes bilateral agreement to "issue" contractual documents as detailedherein. 5. If requirement will be packaged at a location different from the offeror'saddress, the offer or shall provide the name, street address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor national defense under the Defense Priorities and Allocations System(DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense,Emergency Preparedness, and Energy Program Use, shall be inserted insolicitations when the contract to be awarded shall be a rated order. 7. If drawings are included in the solicitation, access needs to be requested onthe individual solicitation page under Contract Opportunities on SAM.govwebsite. After requesting access, send an email to the POC listed on thesolicitation. 8. The POC per this solicitation is Vincent Molesky and can be reached atvincent.e.molesky.civ@us.navy.mil. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE , part of the ;Special Hull Treatment (SHT) Program. This specification covers one class of SHT Tiles, identified as AD-79 Shape A; . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.2 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. 2.3 ;Certain documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. Drawings (53711) 5808346 and 5808344 are classified. Classification is Confidential.; 2.4 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;Drawings # 5808346 & 5808344 (confidential); DRAWING DATA=5808278 |53711| I| |D|0001 | I|49998|0055339 DRAWING DATA=5808278 |53711| I| |D|0002 | I|49998|0020045 DRAWING DATA=5808278 |53711| I| |D|0003 | I|49998|0026681 DRAWING DATA=5808278 |53711| I| |D|0004 | I|49998|0035057 DRAWING DATA=5808278 |53711| I| |D|0005 | I|49998|0039263 DRAWING DATA=5808278 |53711| I| |D|0006 | I|49998|0022155 DRAWING DATA=5808278 |53711| I| |D|0007 | I|49998|0017245 DRAWING DATA=5808278 |53711| I| |D|0008 | I|49998|0037926 DRAWING DATA=5808278 |53711| I| |D|0009 | I|49998|0036457 DRAWING DATA=5808278 |53711| I| |D|0010 | I|49998|0027305 DRAWING DATA=5808278 |53711| I| |D|0011 | I|49998|0028560 DRAWING DATA=5808278 |53711| I| |D|0012 | I|49998|0027185 DRAWING DATA=5808278 |53711| I| |D|0013 | I|49998|0024123 DRAWING DATA=5808278 |53711| I| |D|0014 | I|49998|0036564 DRAWING DATA=5808278 |53711| I| |D|0015 | I|49998|0045738 DRAWING DATA=5808278 |53711| I| |D|0016 | I|49998|0042279 DRAWING DATA=5808278 |53711| I| |D|0017 | I|49998|0039438 DRAWING DATA=5808278 |53711| I| |D|0018 | I|49998|0032175 DRAWING DATA=5808278 |53711| I| |D|0019 | I|49998|0034470 DRAWING DATA=5808278 |53711| I| |D|0020 | I|49998|0031465 DRAWING DATA=5808278 |53711| I| |D|0021 | I|49998|0038438 DRAWING DATA=5808278 |53711| I| |D|0022 | I|49998|0039550 DRAWING DATA=5808278 |53711| I| |D|0023 | I|49998|0032985 DRAWING DATA=5808278 |53711| I| |D|0024 | I|49998|0037627 DRAWING DATA=5808278 |53711| I| |D|0025 | I|49998|0020182 DRAWING DATA=5808278 |53711| I| |D|0026 | I|49998|0031199 DRAWING DATA=5808278 |53711| I| |D|0027 | I|49998|0027656 DRAWING DATA=5808278 |53711| I| |D|0028 | I|49998|0032085 DRAWING DATA=5808278 |53711| I| |D|0029 | I|49998|0034677 DRAWING DATA=5808344 |53711| B| |D|0001 | B|00026|0000000 DRAWING DATA=5808346 |53711| E| |D|0001 | E|00026|0000000 DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-147 | | |D |960325|A| | | DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-10 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | |92 |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | |90 |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=DI-E-2121 |DI-MISC-80678 DOCUMENT CHANGE DATA=DI-T-2072 |DI-NDTI-80809 DOCUMENT CHANGE DATA=DI-T-4902 |DI-MISC-80678 DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073-1 DOCUMENT CHANGE DATA=PP-B-636 |ASTM-D5118 & ASTM-D1974 3. REQUIREMENTS 3.1 ;This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approver source(s).The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) program are urged to contact the Government design control activity to arrange for test and, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Manufacturing and Design - The TILE furnished under this contract/purchase order shall meet the material and physical requirements as specified ;on 53711 drawing 5808278, CONFIDENTIAL 53711 DRAWING 5808346, and CONFIDENTIAL 53711 drawing 5808344 except as amplified or modified herein.; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 3.6 ;Security - The contractor is responsible to provide security safeguards for all CONFIDENTIAL data, molds, tiles and the controlled area as specified in paragraph 6.9 of 53711 Drawing 5808278.; 3.7 ;MOLDS - The contractor is responsible for designing molds to produce the tiles as specified in paragraph 6.3 of 53711 Drawing 5808278. The contractor shall certify that all molds are equivalant in critical dimensions and allowable tolerances.The government reserves the right to examine mold drawings or molds and to accept or reject plan tolerances. The molds are UNCLASSIFIED but shall be afforded maximum protection to ensure minimum visibility and prevent access by unauthorized personnel in accordance with paragraph 6.3 and 6.9.1 of 53711 Drawing 5808278.; 3.8 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.2 of 53711 Drawing 5808278.; 3.9 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawaing 5808278.; 3.10 ;Adhesion of Tiles to Steel - "SHT" Epoxy Paint Hull Preservation DTNSRDC - 2844-1109 (NNVSEA Drawing 53711, 5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA Drawing 53711, 5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Tiles to Steel" testing.; 3.11 Marking - This item shall be physically identified in accordance with ;the requirements of MIL-STD-129 and paragraph 3.2.1 of 53711 Drawing 5808278; . 3.12 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3 and 5.2.3.1 of 53711 Drawing 5808278. In addition, all outside containers are to be marked with black letters a minimum of one (1) inch high in non - fading, water resistant ink, with the designation " SHT ".; 3.13 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Production Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; 3.13.1 ;Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for the First Article Test/ Engineering Source Approval Qualification (ESAQ) Testing.; 3.13.2 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot/Quility Conformance Inspection shall be as specified in Table III of 53711 Drawing 5808278.; NOTE: LOT - A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the nunber of tiles offered for inspection constitute the lot size. 3.13.3 ;Sampling and Rating for Production Lot Test/Quality Conformance Inspection - Sampling for Production Lot Test/Quality Conformance Inspection (Non Destructive and Destructive) shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278. ; 3.14 ;Manufacturing Accountability and Control - The contractor shall develop auditable records to account for all tiles molded in accordance with paragraph 6.9.4 of 53711 Drawing 5808278.; 3.15 ;Disposition of Non - Conforming, Excess, or Scrap Material - Disposal of non - conforming or scrap material shall be in accordance with the requirements of paragraph 6.5 of 53711 Drawing 5808278.; 3.16 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.17 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.18 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.19 ;The supplier shall provide a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each SHT material. Package one COC/COA per item. See CDRL A0001 for more information.; 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 ;Certification/Data Report (MOLDS) - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.6 ;Material Safety Data Sheet (MSDS) - The contractor shall prepare and submit material safety data sheets in accordance with the contract data requirements list (DD Form 1423). The MSDS is form OSHA-20 and is found as part of FED-STD-313.; 4.7 ;Responsibility for Inspection - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.8 ;Production Lot Test/Quality Conformance Inspection (LOT ACCEPTANCE TEST) (Government) - The Contractor shall deliver test samples to the Government Test Facility for Production Lot/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 Drawing 5808278. The Test/Inspection shall consist of all the requirements of 53711 Drawing 5808278, paragraph 4.3.1, Batch Acceptance, paragraph 4.3.2 Tile Assembly Inspection and paragraph 4.3.3, Lot Acceptance Test.; 4.9 ;Tile Assembly Inspection - The Contractor shall preform Tile Assembly Inspection as specified in paragraph 4.3.2 of 53711 Drawing 5808278.; 4.10 ;Certification Data Report (Material For Production Lot Test/Quality Conformance Inspection) - The Contractor Shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.11 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot Test/Quality Conformance Inspection (Lot Acceptance) shall be as specified in Table III of 53711 Drawing 5808278. Sampling for Lot Acceptance Test shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278.; 4.12 ;NOTE Production Lot Test/Quality Conformance Inspection - Lot; A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the number of tiles offered for inspection constitute the lot size.; 4.12.1 ;Production Lot/Quality Conformance Inspection Test Samples for Lot Acceptance Test shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER 5001 SOUTH BROAD STREET ATTN Paul Lampazzi-paul.lampazzi@navy.mil PHILADELPHIA PA 19112; 4.13 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.14 ;Manufacturing Accountability and Control - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.15 ;A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material, as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. SUPPLIER FORMAT IS ACCEPTABLE. As indicated in CDRL A0001.; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615.; SHT Tile Cleaning for the Tile Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test/ESAQ and Production Lot Test/Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor.; 6.3 ;Shelf Life - SHT Tiles shall have a five (5) year uninstalled shelf life from date of manufacture.; 6.4 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.5 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at ...

Deadline: 2/13/2026
Posted: 8/27/2025
SolicitationNAICS: 336611.0

AMENDED 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 November 5, 2025, the prospectus was amended as follows. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Wednesday, November 19, 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. If you have not registered under a previous amendment, 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 4:00 p.m. (Central Time) on Thursday, November 13, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two people 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 Friday, December 12, 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 January 12, 2026. 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 Friday, February 13, 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 Friday, February 20, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.

Deadline: 2/13/2026
Posted: 11/5/2025
SolicitationNAICS: 713990.0

Synopsis for Solicitation for NSN 4420-01-568-3537

This is a Synopsis as required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416) and fulfills the synopsis and advertising requirements prescribed in FAR Part 5 – Publicizing Contract Actions. The solicitation will consist of one NSN: 4420-01-568-3537 Cooler, Fluid, Industrial This item is proprietary to Rix Industries (Cage Code: 28953) (Part Number - 39-35318). Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. The solicitation issue date will be on or around 01/15/2026, and the closing date will be on or around 02/16/2026. The solicitation will be Set Aside for Small Business, utilizing other than full and open competition for a definite quantity type contract and does not authorize delivery of any material. The government plans to award a Fixed Price Definite Quantity Contract for a quantity of seven (7) each. Only FOB Origin pricing will be accepted. FAR Part 15, Contracting by Negotiations will be utilized. This synopsis should NOT be considered a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). The Government is in no way obligated to purchase any material as a result of this notice. In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM). The SAM site may be accessed at https://www.sam.gov. The final contract award decision will be Price Only. A copy of the solicitation can be obtained through the DLA Internet Bulletin Board System (DIBBS). To locate a solicitation go to the DIBBS website (https://www.dibbs.bsm.dla.mil), and from the menu bar select "RFP/IFBs", then conduct a search either through the "Search the RFP/IFB Database" or the "Solicitation Package Search" areas. The solicitation number is SPE8EG25R0012. For any questions or further details please contact Andrew C Rose at email andrew.c.rose@dla.mil and Asheai Patterson at email asheai.patterson@dla.mil.

Deadline: 2/16/2026
Posted: 11/18/2025
SolicitationNAICS: 332410.0

OSCILLATOR,PULSE DE

CONTACT INFORMATION|4|N7M2.23|BSH|SEE EMAIL|GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|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| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN THE SCHEDULE|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334419|750 EMPLOYEES|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. 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. The Government is seeking a Repair Turnaround Time (RTAT) of: 365 Days Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the OSCILLATOR,PULSE DE . 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 OSCILLATOR,PULSE DE repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;4U884 5231722-100; 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. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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.

Deadline: 2/17/2026
Posted: 10/21/2025
SolicitationNAICS: 334419.0

Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-2, Terrebonne Parish, Louisiana. ED 23-032

The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about 08 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Taylor Brandon at 504-862-1009 (email Taylor.H.Brandon@usace.army.mil). The Contracting Officer for this solicitation is Hillary Morgan at 504-862-1231 (email Hillary.A.Morgan@usace.army.mil).

Deadline: 2/19/2026
Posted: 2/21/2024
SolicitationNAICS: 237990.0

Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area

The National Park Service has released on November 18, 2025, a business opportunity soliciting proposals to award a new ten (10) year concession contract to operate Guided Water Tours, Food & Beverage, and Retail Services in Lake Mead National Recreation Area. The NPS will host a site visit for entities interested in bidding on the opportunity on December 2, 2025. The site visit provides interested entities an overview of the concession operation and a tour of the Concession Facilities (land and real property improvements assigned to the concessioner under the Draft Contract), as well as the Desert Princess vessel, which is government-owned personal property assigned to the concessioner. Site Visit Registration: Registration is required to attend the site visit. To register, contact Kelly Conner, Concessions Management Specialist, Lake Mead National Recreation Area at kelly_conner@nps.gov, along with a courtesy copy to Mark Juretschke, Financial Analyst, National Park Service, Interior Regions 8, 9, 10, and 12, at mark_juretschke@nps.gov, no later than 12:00 pm (Pacific Time) on November 28, 2025. You must provide your name, contact information, the name of the entity interested in submitting a proposal that you represent, the primary contact for the entity, and the number and names of people in your party. Due to space constraints, the NPS limits the number of site visit attendees to a total of five (5) people per interested entity. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the Concession Facilities. The operation is located at 490 Horsepower Cove, Boulder City, NV 89005. Attendance at the site visit is encouraged, but not required, to submit a proposal. The NPS will not answer questions about this prospectus or business opportunity during registration or the site visit. Interested entities must submit questions in writing after the release of the prospectus to the contact person and by the deadline that will be provided in the prospectus. Interested entities are asked not to interfere with concessioner operations during the site visit and not to film, record or photograph concessioner employees or concessioner operations. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Pacific Time) on December 10, 2025. Email your questions to Mark Juretschke, Financial Analyst, at mark_juretschke@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, no later than 12:00 p.m. (Pacific Time) on January 29, 2026. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 12:00 p.m. (Pacific Time) on February 19, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. 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 Mark Juretschke at mark_juretschke@nps.gov so you are placed on the mailing list to receive notifications of any future modifications or correspondence.

Deadline: 2/19/2026
Posted: 11/18/2025
PresolicitationNAICS: 713990.0

Clamp, Display (DTS) Display

The Army Contracting Command - Detroit Arsenal (ACC-DTA) is seeking to gain knowledge of interest, capapbilities, and qualifications of various members of the community, to include both small and large businesses, for production of the military-unique component listed below. CLAMP, DISPLAY NSN: 5975-99-994-9017 Part No: 464-020 FAT: Not Required Responses to this survery will assist ACC-DTA in planning for a potential contract. Interessted vendors are encouraged to complete the survey located under "Attachments/Links" and then return it via e-mail to: Catherine Castonguay Contract Specialist, ACC-DTA EMAIL: catherine.a.castonguay.mil@army.mil Subject Line: Clamp, Display Survey Responses You may respond in total, or in part, to the survey. However, all responses must be received no later than 4:30 p.m. Eastern Standard Time (EST) on Thursday, 19-FEB-2026 PLEASE NOTE: The associated Technical Data Package (TDP) will only be made available to vendors if/when a solicitation is released.

Deadline: 2/19/2026
Posted: 8/21/2025
RFINAICS: 332510.0

48--ROD,OPERATING

NSN 1H-4820-015452584-L1, TDP VER 001, QTY 5 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 2/20/2026
Posted: 10/22/2025
Presolicitation

48--ROD,OPERATING

NSN 1H-4820-015452582-L1, TDP VER 001, QTY 5 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 2/20/2026
Posted: 10/22/2025
Presolicitation

66--INERTIAL NAVIGATION - AND OTHER REPLACEMENT PARTS

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|AS/EN/JISQ 9100 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TAC: P937, CASE: GY-P-SCO(GERMANY)/ TAC: PE57, Case: UK -P-JZX (UNITED KINGDOM)|N52214.03 (GERMANY) / N52214.10 (UNITED KINGDOM)| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2in1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334511 (NIIN 016193389,016320381), 336413 (NIIN 016276002,016193390)|1250 ALL NIINs||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|IN LIEU OF FAX, EMAIL ELECTRONIC VERSION TO SAMUEL.EVERETT@DLA.MIL| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| Can only be procured only from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag. This Solicitation is being issued under EAF Authority formally known as SEPA. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Drawings are not available for this Request For Quote. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources MUST submit a copy of their authorized distributor letter, on the source letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 which mandates the use of DFARS clause 252.211-7003 ?Item Unique Identification and Valuation? in all solicitations and contracts, be deleted from all non-CLSSA FMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, are not covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), these same assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID ?is a system of marking, valuing and tracking items delivered to DoD.? These spares are non-CLSSA FMS assets and will never be delivered to DoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset?s lifecycle. These parts will never be owned by the U.S. Government, and will never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to be specially marked for tracking by DoD. \

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 334511.0

48--ROD,OPERATING

CONTACT INFORMATION|4|N743.43|WVE|N A|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|STAND-ALONE RECEIVING REPORT-CERTIFICATIONS COMBO-RECEIVING REPORT & INVOICES-MATERIALS|N/A|TBD|N00104|TBD|N39040-CERTIFICATIONS S4306A-MATERIALS|N50286|TBD|133.2|N/A|N/A|N39040-CERTIFICATIONS|N/A|N/A|SEE DD FO RM 1423|PORT_PTNH_WAWF_NOTIFICATIONS@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR FROM DATE OF DELIVERY|ONE YEAR FROM DATE OF DELIVERY||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| DD1423 Data Item A001 may be waived if already on file atNAVSUP WSS Mechanicsburg. Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 6 days after effective date of the resulting contract. Any contract awarded as a result of this solicitation will be"DO" rated order certified for national defense use under the Defense Priorities and AllocationsSystem (DPAS). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H841-0311A02 |53711| A|ER |D|0001 | A|00026|0000000 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0001 | A|49998|0063794 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0002 | A|49998|0045143 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0003 | A|49998|0019525 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0004 | A|49998|0076636 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0005 | A|49998|0081129 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0006 | A|49998|0060643 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0007 | A|49998|0059733 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0008 | A|49998|0060515 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0009 | A|49998|0058068 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0010 | A|49998|0060261 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0011 | A|49998|0059329 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0012 | A|49998|0055878 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0013 | A|49998|0059753 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0014 | A|49998|0066702 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0015 | A|49998|0065597 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0016 | A|49998|0055280 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0017 | A|49998|0256312 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0018 | A|49998|0226401 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0019 | A|49998|0151896 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0020 | A|49998|0261479 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0001 | A|49998|0049209 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0002 | A|49998|0019529 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0003 | A|49998|0064214 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0004 | A|49998|0245768 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0001 | A|49998|0052299 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0002 | A|49998|0038687 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0003 | A|49998|0071568 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0004 | A|49998|0062986 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0001 | A|49998|0062579 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0002 | A|49998|0046869 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0003 | A|49998|0070171 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0004 | A|49998|0070640 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0005 | A|49998|0071440 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0006 | A|49998|0069962 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0007 | A|49998|0069633 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0008 | A|49998|0070395 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0009 | A|49998|0070028 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0010 | A|49998|0061605 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0011 | A|49998|0059982 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0012 | A|49998|0065829 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0013 | A|49998|0079632 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0014 | A|49998|0077596 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0015 | A|49998|0054419 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001 | A|49998|0054082 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.1 | A|49998|0049163 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.2 | A|49998|0018325 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0002 | A|49998|0073431 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0003 | A|49998|0321693 DRAWING DATA=H841-0311A45 |53711| A|ER |D|0001 | A|49998|0472265 DRAWING DATA=7068535 |53711| A| |D|0000.A | A|49998|0073590 DRAWING DATA=7068535 |53711| A| |D|0001 | A|49998|0113855 DRAWING DATA=7068535 |53711| A| |D|0002 | A|49998|0073787 DRAWING DATA=7068535 |53711| A| |D|0003 | A|49998|0013516 DRAWING DATA=7068535 |53711| A| |D|0004 | A|49998|0017576 DRAWING DATA=7068535 |53711| A| |D|0005 | A|49998|0042496 DRAWING DATA=7068535 |53711| A| |D|0006.1 | A|49998|0088288 DRAWING DATA=7068535 |53711| A| |D|0006.2 | A|49998|0081582 DRAWING DATA=7068535 |53711| A| |D|0007.1 | A|49998|0036809 DRAWING DATA=7068535 |53711| A| |D|0007.10 | A|49998|0065677 DRAWING DATA=7068535 |53711| A| |D|0007.11 | A|49998|0080102 DRAWING DATA=7068535 |53711| A| |D|0007.12 | A|49998|0077264 DRAWING DATA=7068535 |53711| A| |D|0007.13 | A|49998|0054331 DRAWING DATA=7068535 |53711| A| |D|0007.2 | A|49998|0070235 DRAWING DATA=7068535 |53711| A| |D|0007.3 | A|49998|0070925 DRAWING DATA=7068535 |53711| A| |D|0007.4 | A|49998|0069720 DRAWING DATA=7068535 |53711| A| |D|0007.5 | A|49998|0069460 DRAWING DATA=7068535 |53711| A| |D|0007.6 | A|49998|0070275 DRAWING DATA=7068535 |53711| A| |D|0007.7 | A|49998|0069898 DRAWING DATA=7068535 |53711| A| |D|0007.8 | A|49998|0064791 DRAWING DATA=7068535 |53711| A| |D|0007.9 | A|49998|0059742 DRAWING DATA=7068535 |53711| A| |D|0008 | A|49998|0256964 DRAWING DATA=7068535 |53711| A| |D|0009 | A|49998|0226814 DRAWING DATA=7068535 |53711| A| |D|0010 | A|49998|0165069 DRAWING DATA=7068535 |53711| A| |D|0011 | A|49998|0149929 DRAWING DATA=7068535 |53711| A| |D|0012 | A|49998|0322268 DRAWING DATA=7068535 |53711| A| |D|0013 | A|49998|0106935 DRAWING DATA=7068535 |53711| A| |D|0014 | A|49998|0203470 DRAWING DATA=7068535 |53711| A| |D|0015 | A|49998|0165822 DRAWING DATA=7068535 |53711| A| |D|0016 | A|49998|0260634 DRAWING DATA=7068535 |53711| A| |D|0017 | A|49998|0157258 DRAWING DATA=7068535 |53711| A| |D|0018 | A|49998|0186764 DRAWING DATA=7068535 |53711| A| |D|0019 | A|49998|0097801 DRAWING DATA=7068535 |53711| A| |D|0020 | A|49998|0090271 DRAWING DATA=7068535 |53711| A| |D|0021 | A|49998|0164439 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;Operating Rod, must be in accordance with Naval Sea Systems Command drawing 7068535 item number 61, and ER's ERH841-0311A2, ERH841-0311 A3, ERH841-0311A7, ERH841-311A10, ERH841-0311A12, ERH841-0311A16, and ERH841-0311A45, except as amplified or modified herein.; 3.2 ;No weld repair allowed on QQ-N-286 Material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Operating Rod; Material - ;QQ-N-286, form 2, annealed & age hardened, finish A; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Attribute - Annealing and Age Hardening Item - ;Operating Rod; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.6 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.9 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.10 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.10 Statements on material certification ...

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 332919.0

48--ROD,OPERATING

CONTACT INFORMATION|4|N743.43|WVE|N/A|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|STAND-ALONE RECEIVING REPORT-CERTIFICATIONS COMBO-RECEIVING REPORT & INVOICES-MATERIALS|N/A|TBD|N00104|TBD|N39040-CERTIFICATIONS S4306A-MATERIALS|N50286|TBD|133.2|N/A|N A|N39040-CERTIFICATIONS|N A|N A|SEE DD FO RM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR FROM DATE OF DELIVERY|ONE YEAR FROM DATE OF DELIVERY||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| DD1423 Data Item A001 may be waived if already on file at NAVSUP WSS Mechanicsburg. Submission of Certification Data CDRLs will be on or before 20days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will beon or before 6 days after effective date of the resulting contract. Any contract awarded as a result of this solicitation will be"DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H841-0311A02 |53711| A|ER |D|0001 | A|00026|0000000 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0001 | A|49998|0063794 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0002 | A|49998|0045143 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0003 | A|49998|0019525 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0004 | A|49998|0076636 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0005 | A|49998|0081129 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0006 | A|49998|0060643 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0007 | A|49998|0059733 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0008 | A|49998|0060515 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0009 | A|49998|0058068 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0010 | A|49998|0060261 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0011 | A|49998|0059329 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0012 | A|49998|0055878 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0013 | A|49998|0059753 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0014 | A|49998|0066702 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0015 | A|49998|0065597 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0016 | A|49998|0055280 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0017 | A|49998|0256312 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0018 | A|49998|0226401 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0019 | A|49998|0151896 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0020 | A|49998|0261479 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0001 | A|49998|0049209 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0002 | A|49998|0019529 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0003 | A|49998|0064214 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0004 | A|49998|0245768 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0001 | A|49998|0052299 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0002 | A|49998|0038687 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0003 | A|49998|0071568 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0004 | A|49998|0062986 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0001 | A|49998|0062579 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0002 | A|49998|0046869 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0003 | A|49998|0070171 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0004 | A|49998|0070640 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0005 | A|49998|0071440 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0006 | A|49998|0069962 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0007 | A|49998|0069633 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0008 | A|49998|0070395 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0009 | A|49998|0070028 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0010 | A|49998|0061605 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0011 | A|49998|0059982 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0012 | A|49998|0065829 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0013 | A|49998|0079632 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0014 | A|49998|0077596 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0015 | A|49998|0054419 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001 | A|49998|0054082 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.1 | A|49998|0049163 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.2 | A|49998|0018325 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0002 | A|49998|0073431 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0003 | A|49998|0321693 DRAWING DATA=H841-0311A45 |53711| A|ER |D|0001 | A|49998|0472265 DRAWING DATA=7068535 |53711| A| |D|0000.A | A|49998|0073590 DRAWING DATA=7068535 |53711| A| |D|0001 | A|49998|0113855 DRAWING DATA=7068535 |53711| A| |D|0002 | A|49998|0073787 DRAWING DATA=7068535 |53711| A| |D|0003 | A|49998|0013516 DRAWING DATA=7068535 |53711| A| |D|0004 | A|49998|0017576 DRAWING DATA=7068535 |53711| A| |D|0005 | A|49998|0042496 DRAWING DATA=7068535 |53711| A| |D|0006.1 | A|49998|0088288 DRAWING DATA=7068535 |53711| A| |D|0006.2 | A|49998|0081582 DRAWING DATA=7068535 |53711| A| |D|0007.1 | A|49998|0036809 DRAWING DATA=7068535 |53711| A| |D|0007.10 | A|49998|0065677 DRAWING DATA=7068535 |53711| A| |D|0007.11 | A|49998|0080102 DRAWING DATA=7068535 |53711| A| |D|0007.12 | A|49998|0077264 DRAWING DATA=7068535 |53711| A| |D|0007.13 | A|49998|0054331 DRAWING DATA=7068535 |53711| A| |D|0007.2 | A|49998|0070235 DRAWING DATA=7068535 |53711| A| |D|0007.3 | A|49998|0070925 DRAWING DATA=7068535 |53711| A| |D|0007.4 | A|49998|0069720 DRAWING DATA=7068535 |53711| A| |D|0007.5 | A|49998|0069460 DRAWING DATA=7068535 |53711| A| |D|0007.6 | A|49998|0070275 DRAWING DATA=7068535 |53711| A| |D|0007.7 | A|49998|0069898 DRAWING DATA=7068535 |53711| A| |D|0007.8 | A|49998|0064791 DRAWING DATA=7068535 |53711| A| |D|0007.9 | A|49998|0059742 DRAWING DATA=7068535 |53711| A| |D|0008 | A|49998|0256964 DRAWING DATA=7068535 |53711| A| |D|0009 | A|49998|0226814 DRAWING DATA=7068535 |53711| A| |D|0010 | A|49998|0165069 DRAWING DATA=7068535 |53711| A| |D|0011 | A|49998|0149929 DRAWING DATA=7068535 |53711| A| |D|0012 | A|49998|0322268 DRAWING DATA=7068535 |53711| A| |D|0013 | A|49998|0106935 DRAWING DATA=7068535 |53711| A| |D|0014 | A|49998|0203470 DRAWING DATA=7068535 |53711| A| |D|0015 | A|49998|0165822 DRAWING DATA=7068535 |53711| A| |D|0016 | A|49998|0260634 DRAWING DATA=7068535 |53711| A| |D|0017 | A|49998|0157258 DRAWING DATA=7068535 |53711| A| |D|0018 | A|49998|0186764 DRAWING DATA=7068535 |53711| A| |D|0019 | A|49998|0097801 DRAWING DATA=7068535 |53711| A| |D|0020 | A|49998|0090271 DRAWING DATA=7068535 |53711| A| |D|0021 | A|49998|0164439 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;Operating Rod, must be in accordance with Naval Sea Systems Command drawing 7068535 item number 60, and ER's ERH841-0311A2, ERH841-0311 A3, ERH841-0311A7, ERH841-311A10, ERH841-0311A12, ERH841-0311A16, and ERH841-0311A45, except as amplified or modified herein.; 3.2 ;No weld repair allowed on QQ-N-286 Material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Operating Rod; Material - ;QQ-N-286, form 2, annealed & age hardened, finish A; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Attribute - Annealing and Age Hardening Item - ;Operating Rod; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.6 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.9 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.10 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.1...

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 332919.0

Brand Name National Stock Numbers: Industry Feedback Request

GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”

Deadline: 2/24/2026
Posted: 9/25/2025
RFINAICS: 332216.0

Brand Name National Stock Numbers: Industry Feedback Request

GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”

Deadline: 2/24/2026
Posted: 2/25/2025
RFINAICS: 332216.0

Brand Name National Stock Numbers: Industry Feedback Request

GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”

Deadline: 2/24/2026
Posted: 7/3/2025
RFINAICS: 332216.0

NGWSP BLOCK 2-3 HDD

NGWSP BLOCK 2-3 HDD

Deadline: 2/25/2026
Posted: 11/17/2025
SolicitationNAICS: 237110.0

Request for Proposal SPRRA223R0068

Amendment 0022 change proposal due date to 25 February 2026. _______________________________________________________________________ Amendment 0021 change proposal due date to 31 October 2025 and update the Estimated Annual Demand quantities for the parts below: PRON Nsn Part Solicited EADs Current EADs D13F0246D1 1450014411625 13507200 62 47 D14F0078D1 6150015315487 13508084-4 20 68 D14F0087D1 5998014406581 13508050 100 98 _______________________________________________________________________ Amendment 0020 change proposal due date to 25 February 2025. _______________________________________________________________________ Amendment 0019 is to remove the listed part numbers: P/N:13508085-4, NSN:6150-01-531-5490, NOUN:Cable Assembly, Umbil, Signal LR, Qty:15 P/N:13508084-3, NSN:6150-01-531-5486, NOUN:Cable Assembly, Umbil, Power LL, Qty:20 P/N:13507915, NSN:5998-01-678-4764, NOUN:Circuit Card Assembly, Mic, Qty:11 _______________________________________________________________________ Amendment 0018 change proposal due date to 16 January 2025. _______________________________________________________________________ Amendment 0017 change proposal due date to 12 December 2024. _______________________________________________________________________ Amendment 0016 change proposal due date to 3 December 2024. _______________________________________________________________________ Amendment 0015 change proposal due date to 14 November 2024. _______________________________________________________________________ Amendment 0014 change proposal due date to 7 November 2024. _______________________________________________________________________ Amendment 0013 change proposal due date to 31 October 2024. _______________________________________________________________________ Amendment 0012 change proposal due date to 10 October 2024. _______________________________________________________________________ Amendment 0011 change proposal due date to 3 October 2024. _______________________________________________________________________ Amendment 0010 change proposal due date to 19 September 2024. _______________________________________________________________________ Amendment 0009 change proposal due date to 29 August 2024. _______________________________________________________________________ Amendment 0008 change proposal due date to 8 August 2024. _______________________________________________________________________ Amendment 0007 change proposal due date to 9 July 2024. _______________________________________________________________________ Amendment 0006 change proposal due date to 12 June 2024. _______________________________________________________________________ THE PURPOSE OF AMENDMENT 0005 TO SOLICITIATION SPRRA223R0068 IS TO EXTEND THE PROPOSAL DUE DATE TO 15 MAY 2024.

Deadline: 2/25/2026
Posted: 10/17/2025
SolicitationNAICS: 334412.0

Airlift Efficiency Commercial Solutions Opening (CSO)

This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.

Deadline: 2/26/2026
Posted: 2/27/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Airlift Efficiency Commercial Solutions Opening (CSO)

This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.

Deadline: 2/26/2026
Posted: 2/26/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Airlift Efficiency Commercial Solutions Opening (CSO)

This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.

Deadline: 2/26/2026
Posted: 2/26/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Airlift Efficiency Commercial Solutions Opening (CSO)

This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron for Air Force Operational Energy Office (SAF/IE). Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.

Deadline: 2/26/2026
Posted: 2/27/2025
Combined Synopsis/SolicitationNAICS: 541715.0

LEFT TRAINING HDL

CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| In accordance with 04 NOV 2025 program quantity change request per FY26 S&OP plan, the following is incorporated. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com / Dakota Wheeler, PH: 413-387-1839, E-mail: Dakota.Wheeler@L3Harris.com / Nathan Wright, PH: 413-356-3677, E-mail: Nathan.Wrightl@L3Harris.com / Kim Richardson, E-mail: Kim.Richardson@l3harris.com, N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: Quantity is decreased from 4 EA to 3 EA. Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: Quantity is decreased from 4 EA 0 EA. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997) Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the LEFT TRAINING HDL . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 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.

Deadline: 2/27/2026
Posted: 11/10/2025
SolicitationNAICS: 336612.0

LEFT TRAINING HDL

CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the LEFT TRAINING HDL . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 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.

Deadline: 2/27/2026
Posted: 11/10/2025
SolicitationNAICS: 336612.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 10/3/2025
SolicitationNAICS: 541714.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

September 25, 2025: Details for the ARPA-H GIVE Program Proposer's Day are currently being finalized. A Special Notice with the event information and logistics will be forthcoming. Interested parties are encouraged to provide their contact information for a notification of the Special Notice posting at the following link: https://ebkh9.share.hsforms.com/2-IoRosMRTUGk4OD_61aXJQ __________________________________________________________ The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 9/25/2025
SolicitationNAICS: 541714.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once focused on accelerating innovation in the manufacture, testing, and release of RNA-containing modalities. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 10/10/2025
SolicitationNAICS: 541714.0

BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT

Broad Agency Announcement (BAA) for BAA-25-G-01 BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT IN THE AREAS OF DIVER HEALTH, SAFETY, AND EFFECTIVENESS, AS WELL AS SUBMARINER SURVIVABILITY IN A DISABLED SUBMARINE Naval Sea Systems Command (NAVSEA) is soliciting pre-proposals and full proposals for applied Biomedical Research and Diving Equipment Development with a focus on Diver Health, Safety, and Performance, Deep Diving Advancements, and Submarine Escape and Rescue. The program’s goals are presented in detail below. It is the intent that this Broad Agency Announcement (BAA) be open for a two-year period from the date of publication. Specified dates are given in paragraph 2.a. below for submission of pre-proposals and full proposals to be awarded within Fiscal Year (FY) 2026 and 2027. 1. Primary Areas of Interests Program objectives are to focus research on improving or developing diving equipment for rapid transition to fleet capabilities, and biomedical aspects of Diver Health, Safety, and Performance, Deep Diving, and Submarine Escape and Rescue to develop and/or improve procedures that increase Navy personnel safety and effectiveness. The typical project will be two years or less, although three-year projects will be considered. Contracts awarded as a result of these BAAs historically average around $300K or less cost annually. This information is provided for informational purposes only to provide a sense of scope desired by NAVSEA. This is not an obligatory value and pre-proposals/proposals valued above or below will be considered. However, budgetary constraints are a deciding factor in the selection for award. a. Diving: This interest area is comprised of five task areas focused on items that impose limitations on diver capabilities, specifically: breathing gas supply; human performance; protection from the undersea environment; decompression; and tools, transportation and training. Focus areas for each task are: Breathing Gas Supply (product goal should meet both US Navy General Specification for Diving and Manned Hyperbaric Systems and US Navy Dive Manual requirements): Improve carbon dioxide (CO2) scrubbing materials or systems (i.e. canister systems), used for both free-swimming (i.e. underwater breathing apparatuses (UBAs)) and fixed systems (i.e. recompression chambers), that extend diving duration; Develop portable, minimal power input, ambient oxygen (O2) concentrators capable of working in conjunction with existing diving air compressors; Improve helium reclaim systems to support mixed gas and saturation diving systems and compact, portable mix-making system to reduce large gas storage logistical footprints; Develop CO2 sensor and improve O2 sensors for measuring ppO2 in closed-circuit UBA; Develop innovative diluent gas solutions that combine the advantages of nitrogen’s abundance and availability and helium’s non-narcotic properties; Develop high-pressure air flasks, hoses and regulators, with high pressure defined for this purpose as greater than 5,000 pounds per square inch (psi), for surface-supplied diving (SSD) emergency gas supplies (EGS) and SCUBA/ closed and semi-closed UBAs. Current diver worn EGS is not sufficient to provide organic gas supply for recovery from deepest depths if primary gas source is lost. Human Performance: Improve understanding of oxygen toxicity mechanisms and oxygen toxicity mitigation development; Develop pharmacological or other novel mitigations to prevent or delay pulmonary and CNS oxygen toxicity; Develop and/or refine underwater noise protection strategies, equipment, and diver underwater exposure limits; Improve current comprehension of the environmental and physiological mechanisms via which sound is perceived via wetted auditory interface; Develop permissible exposure limits (PEL) for typical broadband noise sources insonifying the aquatic mission environment; Develop compact, adaptive, wearable acoustic dosimetry technology for use in conjunction with PEL and to inform long-term auditory hazards associated with diving; Develop methods to assess and mitigate diver underwater sound/blast/implosion exposure. Refine the understanding of hypercapnia and its effects on divers and mitigations thereof; Improve understanding of gas (N2, O2, CO2) narcosis to include mitigations and predictions of equivalent narcotic depths; Improve understanding of effects on the human body from immersion, exertion, breathing resistance, and temperature, or a combination thereof, in relation to working underwater; Develop breathing standards for resting and working personnel in dry hyperbaric environments to 6 Atmospheres Absolute (ATA). (3) Protection from the Environment: Improve knowledge of submerged body heat loss/retention to inform development of future heating/cooling systems; Develop analytical tools for exposure planning for deep / long duration diving operations based off know levels of thermal protection and environmental factors (i.e. depth, temperature, etc.); Improve heating/cooling methods/systems for submerged free-swimming divers; Examine novel mechanism for actively cooling a diver underwater. Specifically in helmeted or unhelmeted and tethered and untethered conditions. The system should be capable of functioning in a highly contaminated environment; Improve physical protection for divers in contaminated water (i.e. full encapsulation) to include novel non-permeable membranes; Improve equipment and procedures used to decontaminate divers and diving gear; Improve equipment and/or procedures to detect and quantify biologic and/or chemical contamination on-site within 24 hours of diving; Develop permissible exposure limits for common biological/chemical contaminants for risk mitigation planning. (4) Decompression: Develop/test decompression models valid across the full spectrum of U.S. Navy diving, including diving to depths beyond 300 fsw; Develop pharmacological or other novel mitigations for preventing or treating decompression sickness; Improve decompression sickness diagnosis through, but not limited to, the utilization of algorithms; Improve decompression guidance using alternate gas mixtures. (5) Tools, Transportation and Training: Improve diver communications, both wired and through-water; Improve the ability to track diver location underwater from surface support craft; Improve through-water data communication for divers (text, navigation, biometrics); Improve diver propulsion devices to include diver worn and diver as passenger. b. Submarine Escape and Rescue: This interest area relates to optimizing submariner survival in a disabled submarine event. Focus areas are: Development of rapid, accurate methods to assess a disabled submarine (DISSUB) atmosphere, with focus on Submarine Escape Action Limit (SEAL) gases, to internal pressures up to 6 ATA; Develop novel means to mitigate oxygen toxicity (Pulmonary and CNS) aboard a pressurized disabled submarine; Develop novel means to accelerate or eliminate saturation decompression of a pressurized disabled submarine (DISSUB) survivors, including but not limited to, greater oxygen use; Evaluation of the utility of non-hyperbaric interventions to prolong survival and accelerate decompression from a pressurized DISSUB; Evaluation of the impact of starvation, dehydration, sleep deprivation, and/or gas narcosis at 5 atmospheres absolute (ATA) on decision making in a pressurized DISSUB; Improve understanding and guidance of thermal stress (with focus on hyperthermia) and associated fluid loss in a pressurized DISSUB and rescue vehicles to 5 ATA by: Development and evaluation of physiological heat stress limits based on time and environmental conditions, and Development and evaluation of heat mitigation measures (body cooling) under conditions of increased temperature, humidity, and elevated CO2 (2.5 - 3%); Improve understanding and guidance for mitigation of surface interval decompression sickness (DCS) risk associated with rescue using either the Pressurized Rescue Module (PRM) or the Submarine Rescue Chamber (SRC) after saturation dropout or aborted decompression, including, but not limited to, mitigation with various periods of oxygen pre-breathing and/or other non-hyperbaric interventions e.g. pharmacological; Develop procedures to fully decompress pressurized rescuees within the PRM if needed; Improve guidance for hypothermia prevention in submarine escape scenarios using existing Submarine Escape and Surface Survival Personnel Equipment (SESSPE); Improve Guard Book guidance, procedures, and related senior survivor decision tools, to include reducing the risk of pulmonary oxygen toxicity for rescuees; Improve care of escape and rescue casualties within the U.S. Navy Submarine Rescue Diving and Recompression System (SRDRS), to include critical care and casualty assessment; Improvement of current concepts of rescuee triage, holding, and movement, including assessment of the adequacy of established procedures and available equipment, for rescues involving the PRM and the SRC; Improvement of current tracking of rescuee triage, holding, and movement. c. Additional interest items include any equipment, procedure, or medical treatment protocol, not specifically listed above, that could be used to improve the safety or effectiveness of Navy divers or submarine rescue operations. 2. Instructions for Preparation of Pre-proposal and Proposals a. Proposals to this BAA are reviewed using a two-step process. To be considered for an award, respondents are first required to submit a pre-proposal. Multiple submissions are allowed and encouraged if a respondent wishes to be considered for award under more than one of the task areas identified above. Separate submissions would be required for each area of interest. (1) For FY26, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2024. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2025. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2026. (2) For FY27, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2025. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2026. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2027. b. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i). The Step One pre-proposal shall be three to five pages of text using the format provided with this BAA, and should include an estimate of overall costs (including indirect costs) for each year of the proposed effort. Pre-proposals will be evaluated based on the criteria specified below using a scale of 1 (lowest) to 10 (highest). c. The highest rated pre-proposal responses will be invited to submit a Step Two full technical and cost proposal on all or part of their pre-proposal submission. The technical proposal will be submitted using the format provided with this BAA and not be more than 20 pages excluding curriculum vitae and supporting documentation that would be included in the Appendix. Any such invitation does not obligate the U.S. Government to make an award. Offerors are also advised all awards are subject to the Defense Contract Audit Agency (DCAA) contract audit process. Any proposal that involves animal research must comply with the following requirements before a contract can be awarded: 7 U.S.C. 2131-2159 and 9 CFR parts 1 thru 4, SECNAVINST 3900.38C, DoDINST 3216.01 and Defense Federal Acquisition Regulation Supplement (DFARS) 252.235-7002 Animal Welfare, as applicable. Additionally, any proposal that involves human subject research must comply with the following requirements before a contract can be awarded: 32 CFR 219, DoDINST 3216.02, the SECNAVINST 3900.39 series, and all applicable sections of the 21 CFR as outlined in DFARS 252.235-7004 Protection of Human Subjects. Each pre-proposal and full proposal must state that it is submitted in response to this BAA. This BAA provides no funding for pre-proposal or subsequent proposal development purposes. Proposals will be evaluated based on the criteria specified below. 3. Criteria for Scoring and Ranking Pre-proposals and Proposals, their Relative Importance, and the Method of Evaluation. a. Pre-proposal and full technical proposal submissions will be evaluated on: (1) the basis of innovation and scientific merit; (2) the relevance to diving and submarine escape and rescue; (3) the overall value to the U.S. Government and affordability of the proposal; (4) the likelihood of achieving success, based on the Offeror’s abilities, capabilities, strengths, and weaknesses, all of which impact the ability to achieve the proposal objectives; (5) the potential benefits of any proposed data rights (if applicable); (6) the ability of the offeror to efficiently managing their project, funds and timely completion of work products; and (7) The overall impression of the project by the expert reviewer(s). These criteria are all of equal importance. b. Selection of proposals for award will be based on the total evaluated score of the items above. c. This is to notify potential Offerors that each contract that may be placed under this announcement to an institution of higher education must include the following clause: "As a condition for receipt of funds available to the Department of Defense (DoD) under this award, the recipient agrees that it is not an institution that has a policy of denying, and that it is not an institution that effectively prevents the Secretary of Defense from obtaining for military recruiting purposes: (A) an entry to campuses or access to students on campuses; or (B) access to directory information pertaining to students. If the recipient is determined, using procedures established by the Secretary of Defense to implement Section 558 of Public Law 103-337 (1994), to be such an institution during the period of performance of this agreement, and therefore to be in breach of this clause, the Government will cease all payments of DoD funds under this agreement and all other DoD grants and cooperative payments unilaterally for material failure to comply with the terms and conditions of award. If your institution has been identified under the procedures established by the Secretary of Defense to implement Section 558, then: (1) no funds available to DoD may be provided to your institution through any contract, including any existing contract, (2) as a matter of policy, this restriction also applies to any cooperative agreement, and (3) your institution is not eligible to receive a contract or cooperative agreement in response to this solicitation." d. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit pre-proposals or join others in submitting pre-proposals; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete and severable areas of submarine escape and rescue, and diving for exclusive competition among these entities. This announcement constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2)(i). The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. 4. Pre-proposals and subsequent full proposals shall be submitted to: Dr. David Southerland, david.g.southerland.civ@us.navy.mil; usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil, lisa.m.grayum.civ@us.navy.mil, and daniel.w.kough2.civ@us.navy.mil. Attn: BAA-25-G-01. Offerors are to follow the sample format for submission of pre-proposals and proposals as found in enclosures (1) and (2) of this BAA. a. All pre-proposals and full-proposals will be acknowledged within 7 working days after the published due date. If no acknowledgement is received after 7 working days it is the responsibility of the submitter to contact the Naval Sea Systems Command office at 202-781-3854 to verify that their submission has been received. Pre-proposals and full-proposals will not be returned after evaluation. General and technical questions regarding this announcement should be sent to: usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil b. The point of contact for information regarding contractual issues is Ms. Lisa Grayum, Contracting Officer, at email: lisa.m.grayum.civ@us.navy.mil with copy to daniel.w.kough2.civ@us.navy.mil. The following additional information is provided: (1) Proposals may be submitted by any governmental agency, commercial firm, individual, non-profit, or institution of higher education. (2) Offerors must be current in System for Award Management (SAM). c. Phase II of the proposal selection process for non-government institutions (contractors) will consist of a request from the U.S. Government to the Offeror(s) for full technical and cost proposals to support the Navy in one or more of the primary areas of interest listed in paragraph 1 above. An Offeror can be considered for contract award only upon preparation and submittal of a fully compliant Phase II Proposal. In the event that a Phase II technical and cost proposal is requested, the applicable Request for Proposal will contain the terms and conditions and clauses to be incorporated in the potential contract. 5. Any contract(s) awarded based on responses to this BAA are considered to be the result of full and open competition (see FAR 6.102(d)(2)(i)) and in full compliance with the provisions of Public Law (PL) 98-369, “The Competition in Contracting Act of 1984.”

Deadline: 2/28/2026
Posted: 10/7/2024
RFINAICS: 541714.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/7/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 {OM24002)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 (OM24002). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00 . This solicitation will be issued on or about 19 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/2/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/1/2024
PresolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM240001)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 3/1/2026
Posted: 2/1/2024
PresolicitationNAICS: 237990.0

Expert Services Sources Sought Notice

3/3/2022 -- The purpose of this post is to publish Amendment 0001 to FY20 Class JA Expert and Third Party Neutral Services. 9/2020 -- This sources sought notice is issued for information purposes. The Securities and Exchange Commission (SEC) does not intend to award a contract solely on the basis of this notice. This is not a Request for Proposal (RFP) and does not commit the SEC to solicit or award a contract now or in the future or otherwise pay for the information solicited. Respondents shall be responsible for all costs associated with the information submitted in response to this notice. The purpose of this notice is to identify sources with expert services experience relevant to securities law enforcement. All large and small business concerns capable of providing expert testimony in a U.S. Federal Court relevant to securities law enforcement actions are encouraged to respond to this notice. This includes, Small Business (SB), Veteran-Owned (VOSB), Service-Disabled Veteran Owned (SDVOB), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Small Disadvantaged Business (SDB), and Section 8(a) small business concerns. BACKGROUND The SEC Division of Enforcement investigates possible violations of securities laws and recommends Commission action when appropriate, either in a federal court or before an administrative law judge, and negotiates settlements. As an adjunct to the SEC's civil enforcement authority, ENF Division staff work closely with law enforcement agencies in the U.S. and around the world to bring criminal cases, when appropriate. For more information on the Division of Enforcement and recent litigation and administrative proceedings visit: https://www.sec.gov/enforce. SCOPE Expert services may be required to assist the SEC in the analysis or presentation of an investigation or litigation matter. The nature of the work is specific to the type of case, requirements of the respective court, and the location of the court's jurisdiction. The Division of Enforcement maintains a list of experts with experience in a vast array of areas, including, but not limited to: Accounting; Forensic Accounting; Broker-Dealer; Investment Management; Computer Forensics; Fair Value Accounting; Rating and Closing Procedures; Accounting and Auditing Standards; Broker-Dealer Supervision; Municipal Bond Industry; Economics; Fixed-income Securities; Mutual Funds; Market Manipulation; Mutual Fund Portfolio Analysis; Microcap Stock Manipulation; Economic and Financial Economics; International Bank Foreign Exchange Industry; Life Expectancy Analysis; Investment Analysis; Economic Impact Analysis; Securities Lending; Structuring and Marketing of Complex Structured Financial Products; Hedge Funds; Margins; Options Pricing and Options Back-dating; FHA Loan origination and issuance; Collateralized Mortgage Obligations; Fiduciary Duties of Investment Advisor; Securities Registration; Oil and Gas Real Property Valuation; Asset Management; Mortgage-backed Securities; Derivatives; Investment Adviser Supervision; Foreign Law; Pricing Illiquid Securities; High Yield Investment Fraud; Options Trading; Futures Trading; Foreign Exchange (FOREX) Trading; Explanations of How Markets and Exchanges Work; Insurance-related Products; Hand-writing Analysis; Auditing Standards; Event Study Analysis; Churning; Suitability of Securities; Foreign Corrupt Practices Act (FCPA); Ponzi Schemes; Private Investment in Public Equity (PIPE) Offerings; Trade Risk Management; Unregistered Securities Offerings; Fund or Securities Valuation; and other specialties relevant to securities law enforcement actions. REQUIREMENT Respondents must be able to qualify as an expert witness in federal court with regard to one or more of the issues presented in an enforcement action brought by the SEC. Information regarding how to qualify as an expert witness in a federal court can be found in Article VII - Opinions and Expert Testimony of The Federal Rules of Evidence found at http://www.uscourts.gov/uscourts/rules/rules-evidence.pdf. Respondents shall submit a complete capabilities package to include, 1) cover page; 2) information listed below; and 3) vitae or resume. The cover page should include a brief overview of the respondent's experience in the securities law enforcement area(s) listed above. Respondents shall provide the following information, including the exact name of company and/or expert, physical street address, point-of-contact, phone number, email address, Dunn & Bradstreet Number (DUNs), and the System of Award Management (SAM) expiration date. The capabilities package shall be submitted electronically to OA_Expert_Services@sec.gov, ON OR BEFORE 3:00 p.m. ET, Sept 1, 2020. The email must be clearly marked “503102-20-9000" in the subject line. The entire capabilities package may not exceed 10MB. All questions regarding this notice shall be submitted in writing, addressed to Victor Cairo, and emailed to OA_Expert_Services@sec.gov. Respondents with complete capabilities packages will be added to the list of experts maintained by the Division of Enforcement. Federal Acquisition Regulation (FAR) Requirements The System for Award Management (SAM) is the primary database for procurement and payment information for contractors who wish to conduct business with the Federal Government. Prospective contractors are required to complete a one-time registration to provide basic information relevant to procurement and financial transactions. SAM includes Contractor Central Registration (CCR), Federal Agency Registration (Fedreg), Online Representation and Certification Application (ORCA), and Excluded Parties List System information. Additional information regarding registration and annual confirmation requirements may be obtained via SAM accessed through https://www.sam.gov/portal/SAM/#1 or by calling 866-606-8220, Monday - Friday 8 a.m. to 8 p.m. ET. NOTE: Registration in SAM does not guarantee that a contract will be awarded to a prospective contractor.

Deadline: 3/1/2026
Posted: 6/4/2025
RFINAICS: None

66--TRANSMITTER,POSITION

Proposed procurement for NSN 6610014650807 TRANSMITTER,POSITION: Line 0001 Qty 25 UI EA Deliver To: DLA DISTRIBUTION DEPOT OKLAHOMA By: 0532 DAYS ADO Approved source is 3BMV1 510000-10. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.

Deadline: 3/2/2026
Posted: 3/24/2025
Combined Synopsis/SolicitationNAICS: 334511.0

CIRCUIT,CARD,IP

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||TBD| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750|x|x|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to extend the due date for quotation. 1 . Due date extended from 17 NOV 25 to 02 MAR 26. All other terms and conditions remain unchanged. \ 1. All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 2. Drawings or technical data are not available for this item. (If drawings are available, include remark under "For Drawings") 3. Delivery days_________aro. 4. Offer valid for _____ days. 5. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 7. Please provide an email address for follow up communications. ____________________________________________________________ 8. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and email address. 9. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. 10. The following website is provided to suppliers to obtain the full text ofthe DLA Procurement Notes listed below:http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspxThe following DLA Procurement Notes are applicable to this requirement: C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing C04 Unused Former Government Surplus Property (SEP 2021) C14 Correction of Nonconforming Packaging or Marking (MAY 2020) E05 Product Verification Testing (MAY 2020) E06 Inspection and Acceptance at Source (JUN 2018) L06 Agency Protests (DEC 2016) \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT,CARD,IP . 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 CIRCUIT,CARD,IP furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-5579-5; 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 PTAP SBC . 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 PTAP SBC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-4734-5-V5; 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.

Deadline: 3/2/2026
Posted: 11/18/2025
SolicitationNAICS: 334412.0

Strategic Trends Division Broad Agency Announcement (BAA)

The DTRA Broad Agency Announcement activity proposes to solicit outstanding private and public research institutions (to include – but not limited to – think tanks, industry, and universities) to develop and provide credible, timely, operationally relevant and actionable research products that inform Strategic Trends Division’s efforts to characterize the 2025 to 2030 threat environment in an era of Great Power Competition through the Strategic Trends Research Initiative. Per priorities identified by the 2018 National Defense Strategy, SI-STT seeks proposals and white papers for research studies, strategic dialogues, and TTXs.

Deadline: 3/2/2026
Posted: 3/20/2025
SolicitationNAICS: 5417.0

FSG53 HARCD SPE4A2-26-R-0001

RFP SPE4A2-26-R-0001 for the Hardware Acquisition Recompete- Customer Direct (HARCD) has been posted and all attachments can be found on DIBBS at: https://www.dibbs.bsm.dla.mil/ Scroll down to "Solicitations" and click on "RFP". From there type in the solicitation number: SPE4A226R0001 in the search box. The solicitation closes on 03/03/2026 at 1500 EST.

Deadline: 3/3/2026
Posted: 11/5/2025
SolicitationNAICS: 336411.0

Q702--El Paso Health Care Center IOT&A

Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) September 3, 2025 PRESOLICITATION NOTICE Initial Outfitting, Transition, and Activation Services in support of the El Paso Health Care Center. 100% SDVOSB SET ASIDE This is a Pre-Solicitation Notice that the Veterans Health Administration (VHA) intends to solicit quotes to provide non-personal Initial Outfitting, Transition, and Activation (IOT&A) services for the El Paso Health Care Center. This requirement supports VHA's mission by providing contractor support services to help bring the facility into full planned operations that will provide health care services to Veterans. This will be a firm-fixed-price contract with an estimated Period of Performance of (39) thirty-nine months. The United States Congress approved the construction of the New El Paso Health Care Center (HCC) for the El Paso Veterans Affairs Health Care System (EPVAHCS). This project is a Major Construction project that will construct a new health care center on Ft. Bliss Garrison land. The project will be a joint effort between VA, CFM, VHA, USACE and Ft. Bliss. The El Paso VA Health Care System has been approved for this major construction project to create an expanded service opportunity for Veteran health care. El Paso VA Health Care Center proposed to build a new El Paso VA Healthcare Facility with approximately 492,996 new usable square feet (NUSF). The types of Services to be offered in the new facility will include but will not be limited to the following: Prosthetics Geriatrics and Extended Care Clinic Audiology & Speech Pathology Service Dental Whole Health Clinic Pharmacy Primary Care Radiology Pathology & Laboratory Medicine Service Women s Health Special Exams Surgical Services Medical Specialties Behavioral Health Community Care Service This requirement will be set-aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) using FAR Part 12, 13 and 37. To be eligible for an SDVOSB set aside under VA s Veterans First Contracting Program, SDVOSBs must: be verified by the Department of Veterans Affairs (VA) as SDVOSB (see https://search.certifications.sba.gov/ for details) and meet the small business size standard for NAICS 541614. The solicitation is anticipated to be posted on Contract Opportunities for download on or about 09 February 2026. Potential offerors are advised that there may be truncated response time on the solicitation that will follow this Pre-Solicitation notice. Anticipated closing date of the solicitation will be 05 March 2026. Solicitation initial posting date and the closing date are subject to change as necessary. Any questions for this Pre-solicitation notice should be sent via e-mail to both Michele.Laser@va.gov and Mercedes.Blanton@va.gov. No telephone requests/questions will be accepted. This Pre-Solicitation notice does not constitute a request for proposals. P.O.C: Michele.Laser@va.gov, Contract Specialist Mercedes.Blanton@va.gov, Contracting Officer

Deadline: 3/5/2026
Posted: 9/16/2025
PresolicitationNAICS: 541614.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/6/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0
Page 10 of 37