Federal Contract Opportunities
Showing 101-150 of 1,805 opportunities
AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
This Broad Agency Announcement (BAA), which sets forth by the U.S. Army’s Joint Program Executive Office Armament and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of white papers. White papers submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers shall be evaluated only if they contain all technical requirements, and show a functioning system that can achieve the requirement set forth by the PM CCS. White papers that do not fully meet the requirements set forth in this BAA will not be considered for award. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a white paper meets the guidelines described herein, prospective offerors contemplating submission of a white paper are strongly encouraged to talk with the Ground Obstacle Breaching Lane Neutralizer (GOBLN) Team during the Industry Day, 4-5 March, held at the Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, NJ 07856, or reach out to the GOBLN Team POC listed below, before submitting a white paper. Note, March 4th will primarily be briefs with the potential for optional one-on-ones with the GOBLN Team, and March 5th will be the primary day for optional one-on-ones with the GOBLN Team. If an offeror elects to submit a white paper, it shall be prepared in accordance with the instructions contained in PART II of this document. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of a white paper preparation in response to this BAA is not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. Administrative enquires regarding this BAA shall be addressed in writing via email to the Contract Specialist, Procurement Office Point of Contact, Jacqueline Smith: Email: jacqueline.m.smith95.civ@army.mil Address: ACC-NJ Attn: Jacqueline Smith, Bldg. 9, ACC-NJ-ET Picatinny Arsenal, NJ 07806-5000 Technical questions should be referred to the GOBLN Team Point of Contact (TPOC), PM CCS, MAJ Cameron Fulford: Email: Cameron.w.fulford.mil@mail.mil Address: U.S. Army, Office of the Project Manager Close Combat Systems Attn: MAJ Cameron Fulford, Demolitions and Countermeasures, SFAE-AA-CCS Bldg. 183, Buffington Road Picatinny Arsenal, NJ 07806-5000 (862) 399-6000 This BAA is available on the following websites: https://piee.eb.mil/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. PM CCS is seeking to award an initial contract(s) by 1 July 2025. This date is being driven based on a white paper submission of 2 April 2025. However, any proposals and white papers submitted prior to this BAA expiration date that are for development directed toward advancing the knowledge and understanding within PM CCS will be accepted for evaluation and potential secondary contract(s) award. Amendments to this BAA shall be posted to the Procurement Integrated Enterprise Environment web site (https://piee.eb.mil/) and published at the above websites when they occur. Interested parties are encouraged to periodically check these websites for updates and amendments
AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
This Broad Agency Announcement (BAA), which sets forth by the U.S. Army’s Joint Program Executive Office Armament and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of white papers. White papers submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers shall be evaluated only if they contain all technical requirements, and show a functioning system that can achieve the requirement set forth by the PM CCS. White papers that do not fully meet the requirements set forth in this BAA will not be considered for award. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a white paper meets the guidelines described herein, prospective offerors contemplating submission of a white paper are strongly encouraged to talk with the Ground Obstacle Breaching Lane Neutralizer (GOBLN) Team during the Industry Day, 4-5 March, held at the Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, NJ 07856, or reach out to the GOBLN Team POC listed below, before submitting a white paper. Note, March 4th will primarily be briefs with the potential for optional one-on-ones with the GOBLN Team, and March 5th will be the primary day for optional one-on-ones with the GOBLN Team. If an offeror elects to submit a white paper, it shall be prepared in accordance with the instructions contained in PART II of this document. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of a white paper preparation in response to this BAA is not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. Administrative enquires regarding this BAA shall be addressed in writing via email to the Contract Specialist, Procurement Office Point of Contact, Jacqueline Smith: Email: jacqueline.m.smith95.civ@army.mil Address: ACC-NJ Attn: Jacqueline Smith, Bldg. 9, ACC-NJ-ET Picatinny Arsenal, NJ 07806-5000 Technical questions should be referred to the GOBLN Team Point of Contact (TPOC), PM CCS, MAJ Cameron Fulford: Email: Cameron.w.fulford.mil@mail.mil Address: U.S. Army, Office of the Project Manager Close Combat Systems Attn: MAJ Cameron Fulford, Demolitions and Countermeasures, SFAE-AA-CCS Bldg. 183, Buffington Road Picatinny Arsenal, NJ 07806-5000 (862) 399-6000 This BAA is available on the following websites: https://piee.eb.mil/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. PM CCS is seeking to award an initial contract(s) by 1 July 2025. This date is being driven based on a white paper submission of 2 April 2025. However, any proposals and white papers submitted prior to this BAA expiration date that are for development directed toward advancing the knowledge and understanding within PM CCS will be accepted for evaluation and potential secondary contract(s) award. Amendments to this BAA shall be posted to the Procurement Integrated Enterprise Environment web site (https://piee.eb.mil/) and published at the above websites when they occur. Interested parties are encouraged to periodically check these websites for updates and amendments
B--EPA Region 7: Environmental Services Assistance Team (ESAT)
EPA Region 7: Environmental Services Assistance Team (ESAT)
AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
This Broad Agency Announcement (BAA), which sets forth by the U.S. Army’s Joint Program Executive Office Armament and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of white papers. White papers submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers shall be evaluated only if they contain all technical requirements, and show a functioning system that can achieve the requirement set forth by the PM CCS. White papers that do not fully meet the requirements set forth in this BAA will not be considered for award. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a white paper meets the guidelines described herein, prospective offerors contemplating submission of a white paper are strongly encouraged to talk with the Ground Obstacle Breaching Lane Neutralizer (GOBLN) Team during the Industry Day, 4-5 March, held at the Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, NJ 07856, or reach out to the GOBLN Team POC listed below, before submitting a white paper. Note, March 4th will primarily be briefs with the potential for optional one-on-ones with the GOBLN Team, and March 5th will be the primary day for optional one-on-ones with the GOBLN Team. If an offeror elects to submit a white paper, it shall be prepared in accordance with the instructions contained in PART II of this document. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of a white paper preparation in response to this BAA is not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. Administrative enquires regarding this BAA shall be addressed in writing via email to the Contract Specialist, Procurement Office Point of Contact, Jacqueline Smith: Email: jacqueline.m.smith95.civ@army.mil Address: ACC-NJ Attn: Jacqueline Smith, Bldg. 9, ACC-NJ-ET Picatinny Arsenal, NJ 07806-5000 Technical questions should be referred to the GOBLN Team Point of Contact (TPOC), PM CCS, MAJ Cameron Fulford: Email: Cameron.w.fulford.mil@army.mil Address: U.S. Army, Office of the Project Manager Close Combat Systems Attn: MAJ Cameron Fulford, Demolitions and Countermeasures, SFAE-AA-CCS Bldg. 183, Buffington Road Picatinny Arsenal, NJ 07806-5000 (862) 399-6000 This BAA is available on the following websites: https://piee.eb.mil/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. PM CCS is seeking to award an initial contract(s) by 31 August 2025. This date is being driven based on a white paper submission of 16 April 2025. However, any proposals and white papers submitted prior to this BAA expiration date that are for development directed toward advancing the knowledge and understanding within PM CCS will be accepted for evaluation and potential secondary contract(s) award. Amendments to this BAA shall be posted to the Procurement Integrated Enterprise Environment web site (https://piee.eb.mil/) and published at the above websites when they occur. Interested parties are encouraged to periodically check these websites for updates and amendments
28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N711.6|GRH|771-229-0400|leigh.e.catchings.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving (combo)|NA|TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|NA|NA|TBD|NA||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333611|1500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| This amendment hereby increases the qty. from qty. 11 to qty. 12. PLEASE PROVIDE REPAIR PRICE AS FIRM FIXED PRICE OR NOT TO EXCEED AND CONSIDER THE FOLLOWING: NOM: CASE, COMPRESSOR FRT P/N: L25723G03, NSN: 7HH 2835 011463530, QTY: 11 Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to LEIGH.E.CATCHINGS.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIRof the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 187.632z days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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 dateof physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for eachNSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of "0" (zero) per monthreflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. H.IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable 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,ncluding but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the followingprice reduction amount per unit/per month the contractor does not meet the RTAT: $___________, up to a maximum of: $__________. (vendor is to fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days - New unit price ______________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company's capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - 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/BER, 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 based on: ____________________________________________________________________ ______________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a currentBOA/IDIQ, for example) Only a firm-fixed price (FFP) for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repairof material that may be in incomplete condition, missing hardware, damaged, handling damage, missing parts, and wear damage. EVALUATION FACTORS: Evaluation Utilizing Simplified Acquisition Procedures The Government will issue anorder resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both priceand a non-price factors. The following factors will be used to evaluate quotations: 1) Price. 2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management, and customer satisfaction. 3) Supplier Performance Risk as described in DFARS 252.204-7024. (End of provision) Quotes shall be received no later than the date specified in the solicitation in order to be considered. 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 ina price reduction. If a price reduction is required due to unexcusable contractordelay, 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 CASE,COMPRESSOR FRT . 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 CASE,COMPRESSOR FRT 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. ;07482 L25723G03 ; 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.
28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N711.6|GRH|771-229-0400|leigh.e.catchings.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving (combo)|NA|TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|NA|NA|TBD|NA||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333611|1500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| PLEASE PROVIDE REPAIR PRICE AS FIRM FIXED PRICE OR NOT TO EXCEED AND CONSIDER THE FOLLOWING: NOM: CASE, COMPRESSOR FRT P/N: L25723G03, NSN: 7HH 2835 011463530, QTY: 11 Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to LEIGH.E.CATCHINGS.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIRof the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 187.632z days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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 dateof physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for eachNSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of "0" (zero) per monthreflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. H.IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable 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,ncluding but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the followingprice reduction amount per unit/per month the contractor does not meet the RTAT: $___________, up to a maximum of: $__________. (vendor is to fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days - New unit price ______________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company's capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - 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/BER, 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 based on: ____________________________________________________________________ ______________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a currentBOA/IDIQ, for example) Only a firm-fixed price (FFP) for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repairof material that may be in incomplete condition, missing hardware, damaged, handling damage, missing parts, and wear damage. EVALUATION FACTORS: Evaluation Utilizing Simplified Acquisition Procedures The Government will issue anorder resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both priceand a non-price factors. The following factors will be used to evaluate quotations: 1) Price. 2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management, and customer satisfaction. 3) Supplier Performance Risk as described in DFARS 252.204-7024. (End of provision) Quotes shall be received no later than the date specified in the solicitation in order to be considered. 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 ina price reduction. If a price reduction is required due to unexcusable contractordelay, 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 CASE,COMPRESSOR FRT . 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 CASE,COMPRESSOR FRT 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. ;07482 L25723G03 ; 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.
28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF
NSN 7H-2835-011463530-A1, TDP VER 008, QTY 11 EA, DELIVER TO SW3218, DLA DISTRIBUTION SAN DIEGO, SAN DIEGO, CA 92136-3581, INDUCTION NIIN IS 7H, 2835, 011463530, A1, CASE,COMPRESSOR FRT, L25723G03. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
SYNCHRONIZER
CONTACT INFORMATION|4|N771.1|APA|7176052375|HILARY.L.GARRETT.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 & RECEIVING REPORT)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334290|800|||||||||||| 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 contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 126 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 contractors facility as reflected in the AAction 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:__________ If Rent-Free Usage (RFU) of Government Furnished Equipment (GFE) is required for performance, provide a list of GFE Nomenclature and Item Numbers here:_____________________________________ _____________________________________ _____________________________________ _____________________________________ 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 SYNCHRONIZER . 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 SYNCHRONIZER 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. ;24930 299143-2; 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.
COMPRESSOR,RECIPROC
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|x|x|x||x|x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333914|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to reduce the quantity and extend the close date. 1. PD N210155034W336 and N210155034W337 have been cancelled reducing the quantity for this requirement from qty 3 to qty 1. 2. The due date has been changed from 11 JUL 25 to 31 DEC 25. All other terms and conditions remain the same. The purpose of this amendment is to extend to close date to receive quotes. 1. The due date is changed from 27 JUN 25 to 11 JUL 25. All other terms and conditions remain unchanged. \ The purpose of this amendment is to extend the solicitation close date and update the part number. 1. The old part number N6300 has been corrected to 5MH40-149 as shown in the technical data package. 2. The solicitation close date had been changed from 09 jun 25 to 27 jun 25. All other terms and conditions remain unchanged. \ The purpose of this amendment is to extend the close date for quotes. 1. The due date is hereby changed from 14 may 25 to 09 jun 25. 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. No drawings or technical data are available for this item. 3. RFID is only required if the Ship To code identified above is listed at the website with DFARS 252.211-7006 PASSIVE RFID, as the time of shipment. Currently, there are no locations listed that require passive RFID tagging. 4. Delivery days_________aro. 5. Offer valid for _____ days. 6. Notice to surplus/new surplus/new manufactured surplus suppliers: Submission of your quote without a surplus certificate will null and void your quote. A surplus material certificate must accompany all quotes for surplus/new surplus/new manufactured. If submitting quote via EDI, a faxed or scanned copy must be sent to the buyer. 7. 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. 8. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name and street address of the packaging facility. Inspection of material will be at: ______________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________ 9. 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. 10. Please provide an email address for follow up communications. ____________________________________________________________ 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. 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. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPRESSOR,RECIPROC . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The COMPRESSOR,RECIPROC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;9D672 5MH40-149; 3.2 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130 H 01 DEC 93; . 4. QUALITY ASSURANCE 4.1 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. 4.2 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- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
COMPRESSOR,RECIPROC
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|tbd|||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|x|x|x||x|x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333914|750|||||||||||| 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 to close date to receive quotes. 1. The due date is changed from 27 JUN 25 to 11 JUL 25. All other terms and conditions remain unchanged. \ The purpose of this amendment is to extend the solicitation close date and update the part number. 1. The old part number N6300 has been corrected to 5MH40-149 as shown in the technical data package. 2. The solicitation close date had been changed from 09 jun 25 to 27 jun 25. All other terms and conditions remain unchanged. \ The purpose of this amendment is to extend the close date for quotes. 1. The due date is hereby changed from 14 may 25 to 09 jun 25. 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. No drawings or technical data are available for this item. 3. RFID is only required if the Ship To code identified above is listed at the website with DFARS 252.211-7006 PASSIVE RFID, as the time of shipment. Currently, there are no locations listed that require passive RFID tagging. 4. Delivery days_________aro. 5. Offer valid for _____ days. 6. Notice to surplus/new surplus/new manufactured surplus suppliers: Submission of your quote without a surplus certificate will null and void your quote. A surplus material certificate must accompany all quotes for surplus/new surplus/new manufactured. If submitting quote via EDI, a faxed or scanned copy must be sent to the buyer. 7. 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. 8. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name and street address of the packaging facility. Inspection of material will be at: ______________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________ 9. 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. 10. Please provide an email address for follow up communications. ____________________________________________________________ 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. 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. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPRESSOR,RECIPROC . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The COMPRESSOR,RECIPROC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;9D672 5MH40-149; 3.2 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130 H 01 DEC 93; . 4. QUALITY ASSURANCE 4.1 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. 4.2 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- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
PARTS KIT,BALL VALV
CONTACT INFORMATION|4|N743.30|N/A|717-605-2379|SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N/A|N/A|SEE DD FORM 1423|PORT_PT NH_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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The small business set-aside has been dissolved. This is full and open competition. Any resultant award will be pursuant to the Emergency Acuisition Flexibilities . DD1423 Data Item A001 may be waived if already on file atNAVSUP WSS Mechanicsburg. Any contract awarded as a result of this solicitation will be DO rated order certified fornational defense use under the Defense Priorities andAllocations 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=EB-4147 |96169| B|SP |D| | | | DRAWING DATA=2643-820-23C1 |53711| A|ER |D| | | | DRAWING DATA=6758076 |53711| C| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | 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=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Parts Kit for size 1 inch Ball Valve consisting of one Ball, Find No. IB5, and two matching Seats, Find No. IB36, must be in accordance with NAVSEA Drawing 6758076 and all EB ERs provided with this Contract/Purchase Order except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball, Find No. IB5; Material - SAE-AMS-6931 Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3) Find No 1B36; Material - Torlon 4503, 4203, or 4203L (unfilled polyamide-imide) per Electric Boat Specification 4147. (Certificate of Compliance only is required) 3.3 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. Test - Hydrostatic Test Item - Each Ball Performance - 30 minutes at ;1275 psi; with stem hole plugged Acceptance - No weeping, leakage, or permanent deformation. The following may be substituted by manufacturers who do not posess a hydrostatic test fixture: Test - Dye Penetrant Inspection Item - Each Ball Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 (Castings) / MIL-STD-2035 (Wrought) Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.5 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;2366 and 2367; of drawing ;801-6758076; . 3.5.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.6 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.7 ;Surface waviness must be verified prior to Teflon coating.; 3.8 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat individually by measuring the seat height with the ball resting on the seat. Limits are determined by the ball diameter tolerance and the stack height tolerance combined. Refer to CSD171 for recommended methods to measure and calculate stack heights. CSD171 is available in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.9 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.10 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. 3.11 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. 3.11.1 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. 3.11.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.11.3 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. 3.12 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. 3.13 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. 3.13.1 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 ^ 3.14 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. 3.15 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.15.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.15.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.15.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.15.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.15.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.15.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.15.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.15.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.15.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.15.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.15.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.15.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.16 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-45662, is acceptable as an alternate. 3.16.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 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. 3.17.2 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. 3.18 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." 3.19 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. 3.19.1 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. 3.19.2 The prime contractor must ensure that the purchased product conforms to 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. 3.19.3 The prime contractor must evaluate the requirements of the contract and 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. 3.19.4 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. 3.20 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: 3.20.1 Visual examination upon receipt to detect damage during transit. 3.20.2 Inspection for completeness and proper type. 3.20.3 Verification of material quality received. 3.20.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.20.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.20.6 Identification and protection from improper use or disposition. 3.20.7 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. 3.20.8 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. 3.20.9 Material returned to the contractor must be handled as GFM. 3.21 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. 3.21.1 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. 3.22 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number for metallic material or batch of non-metallic material, 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. 3.22.1 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. 3.22.2 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. 3.22.3 Permanent marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Ball is to be marked in the waterway and Seats to be marked on the outer cylindrical surface; 3.22.4 Seat Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which must only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool must be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. Seat marking requirements must maintain complete traceability to certification OQE. Seat marking must be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and must be unique to the material certification. 3.22.5 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.23 See CDRL-DI-MISC-81020 (Chemical and Mechanical) and CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certifications - The following material certification requirements apply: 3.23.1 Metallic Material - 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 composi...
SYNCHRONIZER
CONTACT INFORMATION|4|N771.1|APA|7176052375|HILARY.L.GARRETT.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 & RECEIVING REPORT)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334290|800|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Amendment to adjust quantity requested. 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 contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 126 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 contractors facility as reflected in the AAction 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:__________ If Rent-Free Usage (RFU) of Government Furnished Equipment (GFE) is required for performance, provide a list of GFE Nomenclature and Item Numbers here:_____________________________________ _____________________________________ _____________________________________ _____________________________________ 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 SYNCHRONIZER . 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 SYNCHRONIZER 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. ;24930 299143-2; 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.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
Request for Information Trusted Partner Program
THIS IS A REQUEST FOR INFORMATION (RFI) - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV and GRANTS.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Do not submit any CUI or classified information to this RFI. The US Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP) Division, 800 Park Offices Drive – Suite 4229 Research Triangle Park, NC 27709 is exploring options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). The purpose of this notice is to encourage competition and exchanges of information. Additionally, response to this notice will be used to gather market research in order to identify potential offerors having an interest in and the resources to support this requirement.
Murden Shipyard Repair Services
The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide the Dredge Murden with up to (90) days of Shipyard Repair Services. The principal dimensions and physical data for the vessel are shown below: GENERAL DESCRIPTION Length Overall............................................................................ 156’-2” Breadth, Molded........................................................................... 35’ 0” Depth, Molded Amidships to Main Deck at Side........................ 10’-9” Material (Hull and Deckhouse Platform)....................All Welded Steel Material (Deckhouse)…………………………..All Welded Aluminum Gross Tonnage…………................................................... 551 tons ITC Hull Form............................................................…………… Split Hull ABS I.D. No. ……………………………………………….. 12222423 The major work scope includes dry-docking the vessel, cleaning, and painting the exterior (including underneath the deckhouse) and interior of the vessel, assisting with ABS and USCG required inspections, and miscellaneous modifications and repairs in accordance with these specifications. The work scope also includes various items required to satisfy the requirements of the American Bureau of Shipping (ABS) with 7-3-2/5 ABS Steel Vessel Rules for Special Periodical Survey No. 3 and 7-6-2/3 ABS Steel Vessel Rules for Machinery Surveys – Survey Requirements/Special Periodical Surveys. The Contractor is responsible for the costs associated with providing the inspection services of ABS. Repair work must be completed from Brownsville TX, along the intercostal waterway to Tampa, Florida. Facilities are acceptable located up to 90 miles from the intercoastal waterway in any direction between these ports. The contact facility must be navigable by the dredge allowing for 8’ of draft to transit safely. Certification for the dry-dock to be used to lift the plant shall be submitted with the Contractor’s proposal. The dry-dock shall be certified for docking the plant of the dimensions and weight given by one of the following: (a) US Navy, Naval Sea Systems Command (b) American Bureau of Shipping (ABS) (c) An independent registered Professional Engineer specializing in dry-docks, who shall cover the inspection requirements of item (a) or (b) above. The Inspection Certificate shall be within three (3) years if the age of the dock is less than ten (10) years old and within two (2) years if the age of the dock is over ten (10) years old. The Contract duration is ninety (90) calendar days after delivery of the vessel to Contractor’s yard. The Contractor is responsible for completing all definite and indefinite work items within the ninety (90) calendar day Contract duration. This solicitation is a 100% Small Business set-aside. The contract issued will be Firm Fixed Price. This solicitation will be issued in electronic format only and will be available on or about 10 February 2025. The quote due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The North American Industry Classification System (NAICS) code is 336611 – Ship Building and Repairing and the size standard is 1,300 Employees. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.sam.gov. In order to locate solicitation, Contractors can go to www. sam.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access through the www.sam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Diana Curl, Contract Specialist, phone (910) 251-4915, email diana.d.curl@usace.army.mil or Rosalind Shoemaker, Contract Office, phone (910) 251-4436, email rosalind.m.shoemaker@usace.army.mil.
GSA Leasing Support Services Max (GLS Max)
*04 September 2025: Updated Pre-Solicitation Notice: Revised Solicitation and Proposal Submission Timeline Due to continuing administrative delays, GSA has revised the anticipated timeline for the release of the upcoming solicitation and associated proposal submission period. New Planned Solicitation Date range: 01 Oct 2025 and 31 Dec 2025 Anticipated Proposal Due Date range: 01 Jan 2026 and 30 Mar 2026 GSA remains committed to providing timely updates and appreciates your continued interest and patience. ------------------------------------------------------------------------------------------------------ *31 July 2025: Updating pre-solicitation for delay in planned solicitation and proposal due dates. Due to administrative delays, GSA now anticipates issuing this solicitation durring the month of August 2025. New Planned Solicitation Date range: 01 Aug 2025 and 31 Aug 2025 Anticipated Proposal Due Date range: 01 Sep 2025 and 30 Sep 2025 DRAFT Statement of Work is updated with clarifications of zone information and sub-contracting plan requirements provided. Please reference the attached 'SOW GSA Leasing Support Services GLS Max.pdf' for details. All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ **21 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates. GSA is also releasing a DRAFT statement of work, document titled "SOW GLS Max DRAFT 2025 07 17.pdf" dated 17 July 2025, as an attachment to this presolicitation notice.** GSA now anticipates issuing this solicitation between the dates of 22 July 2025 and 29 July 2025. New Planned Solicitation Date range: 22 July 2025 and 29 July 2025 Anticipated Proposal Due Date range: 25 August 2025 and 01 September 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *01 July 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between the dates of 07 July 2025 and 21 July 2025. New Planned Solicitation Date range: 07 July 2025 and 21 July 2025 Anticipated Proposal Due Date range: 07 August 2025 and 21 August 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *30 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation on 30 June 2025. New Planned Solicitation Date: 30 June 2025 Anticipated Proposal Due Date: 31 July 2025 - Dates are subject to change. GSA will update this notice once firm dates are received.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ *09 May 2025: Updating pre-solicitaiton for delay in planned solicitation and proposal due dates.* GSA now anticipates issuing this solicitation between 15 and 31 May 2025. New Planned Solicitation Dates: Between 15 - 30 May 2025 Anticipated Proposal Due Date: Between 1 - 15 June 2025 - Dates are subject to change. GSA will update this notice once firm dates are recieved.- All other information remains unchanged at this time. We appreciate your understanding and look forward to hearing from you on this project. ------------------------------------------------------------------------------------ * 1 May 2025: Updating pre-solicitation due to change (2nd) in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 09 May 2025 ~ 21 May 2025 All other information remains unchanged at this time. We appologize for any incovenience and look forward to hearing from you on this project. ---------------------------------------------------------------------- * 24 April 2025: Update to pre-solicitation notice for a change in planned solicitation and proposal due dates.* New Planned Solicitation and Proposal Due Dates: 01 May 2025 ~ 15 May 2025 All other information remains unchanged at this time. -------------------------------------------------------------------------------- 16 April 2025: This is a pre-solicitation notice. GSA intends to issue a solicitation for Leasing Support Services. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. Contract Title: GSA Leasing Support Services Max NAICS: 531210, Offices of Real Estate Agents and Brokers Planned Solicitation and Proposal Due Dates: 25 April 2025 ~ 05 May 2025 Issuing Contracting Office: GSA PBS Acquisition Division 8PQ 1 Denver Federal Center PO Box 25546, Building 41 Denver, CO 80225-0546 USA Contracting Officer: Felipe Jolles (felipe.jolles@gsa.gov) Contract Specialists: John Kelley (john.kelley@gsa.gov) Christine Allen (christine.allen1@gsa.gov) Description: GSA intends to issue a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for lease procurement support services. This contract facilitates the delivery of a holistic and integrated national lease acquisition program that will meet the current and future needs of GSA and tenant agencies through accomplishment of predefined tasks and the technical, consultative and decision-making expertise of our successful Contractors. The objective of this contract is to partner with the successful Contractors as trusted advisors to gain the benefit of their problem-solving skills, thought processes, professional judgment, innovation, collaboration, and negotiation skills. GSA will not make any direct commission payment or reimbursement to a Contractor for any contracted services. Rather, under the terms and conditions of this Contract, and in accordance with industry practice, successful Contractors have the opportunity to obtain payment for their services by collecting a negotiated real estate commission paid by a building owner (the successful offeror on a lease acquisition). The contractor will retain that commission as payment for services performed (“commission”). Each Contract will be performed in one of three (3) geographical zones. The solicitation is expected to result in two (2) base contracts per zone, creating a total of six (6) distinct contract awards. To ensure competitive diversity, each Contractor will be limited to a single contract award across all territories. See DRAFT statement of work attached for details. The Government intends to award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts having a base performance period of one (1) year, with four (4) one year option periods. The exercise of an option period is the unilateral right of GSA. The Government reserves the right to add vendors, subtract vendors, or issue no contract award as a result of this solicitation. The Contractor shall provide all management, supervision, material, labor, supplies, and equipment for all of the services described in this solicitation. Services provided will support the General Services Administration (GSA), Public Building Service (PBS) Office of Leasing. The services will support the acquisition of leasehold interest and related real estate services for GSA's Federal tenants. The menu of services (Contract Line Item Numbers) are anticipated as follows: Lease Procurement Actions CLIN 0001 -- Module 1 -- Lease Acquisition -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions CLIN 0002 -- Module 2 -- Lease Acquisition + Post Award Services -- Includes new, replacing, succeeding, superseding, Census or disaster lease acquisitions and Post Award Services CLIN 0003 -- Module 3 -- Lease Renewal -- Includes the addition of a renewal and the exercise of said renewal CLIN 0004 -- Module 4 -- Lease Extension -- Increase the term of an existing lease Set-Aside: No Small Business set-aside Other Requirements: Contractors must have an active registration in the System for Award Management (SAM) at time proposals are due and SAM registration must remain active throughout the period of performance in order to receive a government contract award. An active registration is one that complies with the annual representations and certifications requirements. To register, the SAM.gov Internet address is: https://sam.gov/ Proposals Due Date: 4:00 PM (Eastern Time) on 05 May 2025. All responsible sources may submit a proposal which shall be considered by GSA. Contract Award Estimated Dollar Value: (Minimum Guaranteed) $50,000 per awardee Projected Contract Award Date: 30 June 2025
Open and Continuous Community Nursing Home RFQ
Notice of Conversion to PDPM rates. Payment is issued IAW will use the Patient Driven Payment Model (PDPM) as the pricing method for new IDIQ contracts. VHA will also propose to modify current contracts in effect after September 30, 2025 to use PDPM. PDPM was introduced by Centers for Medicare and Medicaid Services (CMS) in 2019 and some states have adopted PDPM. CMS stopped supporting the Resource Utilization Groups (RUG) rates on in 2020. The temporary exceptions to this change are contracts awarded for Alaska and Oregon or awarded to a Medicaid-only nursing home in a state that has not yet converted to PDPM. Future contract prices and modified contract prices using PDPM will follow the same fee schedule used for Veterans Care Agreements (VCA). These rates are set nationally and published at https://www.va.gov/COMMUNITYCARE/revenue-ops/Fee-Schedule.asp. VHA will no longer negotiate rates. VHA will provide PDPM claims assistance during the transition.
Open and Continuous Community Nursing Home RFQ
Notice of Converation to PDPM rates. Payment is issued IAW will use the Patient Driven Payment Model (PDPM) as the pricing method for new IDIQ contracts. VHA will also propose to modify current contracts in effect after September 30, 2025 to use PDPM. PDPM was introduced by Centers for Medicare and Medicaid Services (CMS) in 2019 and some states have adopted PDPM. CMS stopped supporting the Resource Utilization Groups (RUG) rates on in 2020. The temporary exceptions to this change are contracts awarded for Alaska and Oregon or awarded to a Medicaid-only nursing home in a state that has not yet converted to PDPM. Future contract prices and modified contract prices using PDPM will follow the same fee schedule used for Veterans Care Agreements (VCA). These rates are set nationally and published at https://www.va.gov/COMMUNITYCARE/revenue-ops/Fee-Schedule.asp. VHA will no longer negotiate rates. VHA will provide PDPM claims assistance during the transition.
Open and Continuous Community Nursing Home RFQ
Open and Continuous Community Nursing Home
Q402--Open and Continuous Community Nursing Home RFQ 12.31.2024/12.30.2025
Community Nursing Home Service request for quote
Commercial Data Hub Pilot Program
The purpose of this amendment is to extend the open period of this open and continuous solicitation to obtain commercially available data on behalf of the Department of Commerce (DOC) through a Commercial Data Hub Pilot Program. The Government anticipates that the solicitation will remain open through December 31, 2025. The Primary Points of Contacts are: commercialdatahub@doc.gov and jbrown4@doc.gov All other terms and conditions remain the same.
48--VALVE,ACTUATOR ASSY, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N742.4|WV2|(717) 605-7562|amanda.a.gowdy.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|Material - Invoice & Receiving Report (COMBO)|N/A|TBD|N00104|TBD|TBD|N50286|TBD|N/A|N/A|TBD|N/A|N/A|N/A|N/A|N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| 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|||||||||||| 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 (MAY 2024)|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| OFFER DUE DATE HAS BEEN EXTENDED INDEFINITELY The hour and date specified for receipt of offers has been extended indefinitely. All other terms and conditions remain the same. \ The hour and date specified for receipt of offers has been extended to 4:30PM EST on 31 July 2025 due to technical issues with uploading drawings to SAM.gov. All other terms and conditions remain the same. \ The hour and date specified for receipt of offers has been extended to 4:30 PM EST on 30 June 2025. All other terms and conditions remain the same. \ The hour and date specified for receipt of offers has been extended to 4:30PM EST on 25 April 2025. All other terms and conditions remain the same. \ The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 March 2025 due to notification of a missing drawing. All other terms and conditions remain the same. \ 1. The TDP has been updated from version 001 to version 002. 2. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 February 2025. All other terms and conditions remain the same. \ The hour and date specified for receipt of offers has been extended to 4:30PM EST on 14 February 2025. \ The hour and date specified for receipt of offers has been extended to 4:30 PM EST on 06 January 2025. \ The hour and date specified for receipt of offers has been extended to 4:30PM EST on 23 December 2024. All other terms and conditions remain the same. \ 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 approved 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. 2. The resultant award of this solicitation shall be issued bilaterally, requiring the Contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: Final delivery of material shall be on or before 183 days after the effectivedate of the resulting contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request. 5. Offerors must have a valid U.S. security clearance of confidential or higher in order to respond to this RFQ (Announcement), because the RFQ (Announcement) includes an annex (information) classified at the confidential level which will be released only to offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM)(DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). 6. All transportation to/from the repair site will be paid for by the US Navy. 7. The contract shall comply with the Commercial Asset Visibility (CAV) of theasset(s) in the order in accordance with NAVSUPWSSFA24. 8. Offers shall be submitted as firm fixed price for the full repair effortbased on the Repair Instruction or SOW. Firm Fixed Price offers are to includethose efforts laid out in the Statement of Work. Any repair efforts required to bring the item to "A" condition that are above and beyond those efforts laid out in the Statement of Work may be submitted as an over and above request in accordance with DFARS 252.217-7028. Please include the following: a. RTAT: b. Throughput Constraint: c. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 9. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 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 Contractors 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. Requested RTAT: 183 Days Offers shall reference the proposed RTAT and any capacity constraints. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the VALVE,ACTUATOR ASSY . 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 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: ;6984058, Confidential; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=2640-800X2M1 |53711| A|ER |D|0001 | A|49998|0338791 DRAWING DATA=2640-809X30 |96169|A2| |D|0001 |A2|49998|0313798 DRAWING DATA=2643-825-85B01 |53711| A|ER |D|0001 | A|49998|0038198 DRAWING DATA=2643-825-85B01 |53711| A|ER |D|0001-1 | A|49998|0010258 DRAWING DATA=2643-825-85B01 |53711| A|ER |D|0002 | A|49998|0041800 DRAWING DATA=2643-825-85B01 |53711| A|ER |D|0003 | A|49998|0047880 DRAWING DATA=2643-825-85B2 |53711| A|ER |D|0001 | A|49998|0408052 DRAWING DATA=2643-825-85B3 |53711| A|ER |D|0001 | A|49998|0154627 DRAWING DATA=2643-825-85B4 |53711| A|ER |D|0001 | A|49998|0175324 DRAWING DATA=5959303 |53711| A| |D|0001 | A|00026|0000000 DRAWING DATA=6984058 |53711| A| |D|0001 | A|00026|0000000 DRAWING DATA=7108535 |53711| B| |D|0001 | B|49998|0071962 DRAWING DATA=7108535 |53711| B| |D|0002 | B|49998|0039721 DRAWING DATA=7108535 |53711| B| |D|0003 | B|49998|0014757 DRAWING DATA=7108535 |53711| B| |D|0004 | B|49998|0046304 DRAWING DATA=7108535 |53711| B| |D|0005 | B|49998|0028415 DRAWING DATA=7108535 |53711| B| |D|0006.1 | B|49998|0060107 DRAWING DATA=7108535 |53711| B| |D|0006.2 | B|49998|0060073 DRAWING DATA=7108535 |53711| B| |D|0006.3 | B|49998|0056771 DRAWING DATA=7108535 |53711| B| |D|0006.4 | B|49998|0056380 DRAWING DATA=7108535 |53711| B| |D|0006.5 | B|49998|0018801 DRAWING DATA=7108535 |53711| B| |D|0006.6 | B|49998|0062942 DRAWING DATA=7108535 |53711| B| |D|0007.1 | B|49998|0031468 DRAWING DATA=7108535 |53711| B| |D|0007.2 | B|49998|0038709 DRAWING DATA=7108535 |53711| B| |D|0007.3 | B|49998|0040765 DRAWING DATA=7108535 |53711| B| |D|0007.4 | B|49998|0043135 DRAWING DATA=7108535 |53711| B| |D|0007.5 | B|49998|0028939 DRAWING DATA=7108535 |53711| B| |D|0007.6 | B|49998|0044106 DRAWING DATA=7108535 |53711| B| |D|0008.1 | B|49998|0027395 DRAWING DATA=7108535 |53711| B| |D|0008.2 | B|49998|0037653 DRAWING DATA=7108535 |53711| B| |D|0008.3 | B|49998|0009485 DRAWING DATA=7108535 |53711| B| |D|0009 | B|49998|0042760 DRAWING DATA=7108535 |53711| B| |D|0010 | B|49998|0194049 DRAWING DATA=7108535 |53711| B| |D|0011 | B|49998|0159831 DRAWING DATA=7108535 |53711| B| |D|0012 | B|49998|0204020 DRAWING DATA=7108535 |53711| B| |D|0013 | B|49998|0145967 DRAWING DATA=7108535 |53711| B| |D|0014 | B|49998|0164792 DRAWING DATA=7285198 |53711| N| |D|0001 | M|49998|1247552 DRAWING DATA=7285245 |53711| E| |D|0001 | E|49998|0766442 DRAWING DATA=7286278 |53711| C| |D|0001 | C|49998|0632552 3. REQUIREMENTS 3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS - Prior to disassembly, refer to MS ;MS NO. 5640-081-387 REVA CHG-8 (CSD531); Material Condition Feedback form (MCF) to be completed per MS Attachment 1 and mailed to SUBMEPP, Portsmouth, NH. 3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Drawing 7108535 ASSY A, MS NO. 5640-081-387 REVA CHG-8 (CSD531) MS NO. 5640-081-347 REV - CHG-9 (ACT) (CSD350), and Seawater Component Sealing Surface and Ball Valve Repair MS NO. 7650-081-005 REV D (CSD436); , except as amplified or modified herein. 3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/ 3.3 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number). 3.3.1 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the Contractor work at any time. The Contractor must participate and cooperate with such reviews as required. 3.4 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. 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 DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately. 3.4.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the NSEO Government representative. 3.5 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. Refer to UIPI Enclosure (4) for organic shipyard alphanumeric serial numbers. The CCRP serial number may also be referred to as the Factory Pool (FP) number and is also unique and permanent. 3.5.1 CCRP Serial Numbering Requirements: For commercial contractors authorized as a DOP, if the CCRP asset received does not contain an existing Factory Pool number, the refurbishing DOP will induct the CCRP asset into the program for the first time utilizing the alphanumeric serialization system below and must be permanently scribed on the assets major pressure boundary p part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number. 3.5.2 For commercial DOP contractors, when there is no existing CCRP FP serial number, the DOP must assign a unique and permanent CCRP Factory Pool serial number consisting of the following 4 parts as follows: FP-AAAAA-YY-XXXX a. "FP" for identification to the Factory Pool Corporate Component Repair Program (CCRP). b. "AAAAA" is the contractor's Commercial and Government Entity (CAGE) Code. c. "YY" is the the two digit year of the completed overhaul date. d. "XXXX" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the refurbished component. DOP must maintain a permanent log of all new FP serial numbers they assigned. 3.5.3 The refurbishing DOP must permanently attach a metal tag as shown in UIPI Enclosure (4) to identify the unique and permanent CCRP (FP) Serial Number, the NSN, SMS, SMS revision and the overhauling activity and fiscal year (FY) for all refurbished CCRP assets. 3.6 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 inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) 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 theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.6.3 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. 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 theproduct. 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 engineeringchange. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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.
48--BALL,VALVE,PORTED, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N742.10|WV2DD|N/A|madison.m.gray4.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 contract addendums CSD407 and CSD408| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice and Receiving Report (COMBO); Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|Material - S4306A; Certifications - N64498|N50286|TBD|133.2|N/A|N/A|Certifications - N64498|N/A| N/A|See DD Form 1423|N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| OFFER DUE DATE HAS BEEN EXTENDED INDEFINITELY This amendment shall be issued to extend the date specified for receipt of offers indefinitely due to a delay in the drawings being available for request on SAM.gov. All other terms and conditions remain the same. \ 1. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See Clause 252.213-7000 and NAVSUP WSS term WSSTERMMZ01. 2. The resultant award of this solicitation shall be issued bilaterally, requiring the Contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: DD1423 CDRL A001 - If MRC-008 is required - 20 working days after valve disassembly and signed by the contractor - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A002 - 5 working days following completion of all work and closed REC package - submit in WAWF Inspect by N64498 SUBSAFE Supervising Authority (SSSA) and Accept by N39040 Portsmouth Naval Shipyard DD1423 CDRL A003 - 30 working days after receipt of contract - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) 3 working days Certified REC close out - submit inWAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A004 - 30 working days after receipt of contract - submit in WAWF to N64498 SSSA and as requested by SUBSAFE Supervising Authority (SSSA) 3 working days following completion Certified REC Log close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A005 - 1 working day after issuance; 1 working day of any follow-onrevisions; 3 working days of contractor certified TWD close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A006 - 24 hours upon each deficiency identified during the performance of the work - notify SUBSAFE Supervising Authority (SSSA) and submit Logs as needed in WAWF to N64498 SUBSAFE Supervising Authority (SSSA). 3 working days following completion of work and Certified REC close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) Final delivery of material shall be on or before ### days after the effective date of the resulting contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request. 5. This requirement requires access to classified drawings. A facility clearance may be required in accordance with 52.204-2. 6. All transportation to/from the repair site will be paid for by the US Navy. 7. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in the order in accordance with NAVSUPWSSFA24. 8. Offers shall be submitted as Firm Fixed Price for the full repair effort based on the Repair Instruction or SOW. Firm Fixed Price offers are to include those efforts laid out in the Statement of Work. Any repair efforts required to bring the item to "A" condition that are above and beyond those efforts laid out in the Statement of Work may be submitted as an over and above request in accordance with DFARS 252.217-7028. Please include the following: a. RTAT: b. Throughput Constraint: c. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 9. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 10. This is a Level 1 Repair. Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms ofthe 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 reportall transactions by the end of the fifth regular business day after receipt andthe 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 theGovernment for all assets within the RTATs established in this contract. Requested RTAT: 110 Days Offers shall reference the proposed RTAT and any capacity constraints. Contractors interested in pursuing certification as a Designated Overhaul Point(DOP) should reach out to the following POC: Naomi Mable 202-781-2727 naomi.h.mable.civ@us.navy.mil Please contact the following POC to pursue NAVSEA Note 5000 certification: Jason Swistak (202) 781-3087 jason.m.swistak.civ@us.navy.mil \ 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 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: ;6984058 - Confidential; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=H553-2003A06 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A07 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A10 |53711| B|ER |D| | | | DRAWING DATA=H553-2003A3 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A4 |53711| B|ER |D| | | | DRAWING DATA=STD-A1012 |96169| A|ER |D| | | | DRAWING DATA=2621-625-03 |96169|AL| |D| | | | DRAWING DATA=4558709 |80064| E| |D| | | | DRAWING DATA=4687720 |80064| E| |D| | | | DRAWING DATA=6984058 |53711| A| |D| | | | DRAWING DATA=7285297 |53711| E| |D| | | | DRAWING DATA=7286740 |53711| A| |D| | | | DRAWING DATA=8617511 |53711| N| |D| | | | 3. REQUIREMENTS 3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS see Contract Addendum ( (CSD407) for additional SUBSAFE requirements. All requirements for oversight by the SUBSAFE Supervising Authority must be met by the contractor. 3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Sea Systems Command Drawing 7286740, Assembly A1, liabilities ERH553-2003A3, ERH553-2003A4, ERH553-2003A06, ERH553-2003A07, ERH553-2003A10, ERSTD-A1012, Maintenance Standard 5640-081-360 REV - CHG-8 (CSD615), Seawater Component Sealing Surface and Ball Valve Repair MS 7650-081-005 REV D CHG-1 (CSD568); , UIPI 0810-902, and applicable Technical Manual except as amplified or modified herein. 3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/ UIPI 0810-902 ;CSD400; Technical Manual (as applicable) ;CSD397 - NAVSEA 0924-LP-064-8010 CSD398 - NAVSEA T9081-AD-MMO-010 & -020 CSD399 - NAVSEA T9081-AE-MMO-010; 3.3 The following is a parts list of items which are required to be pre-certified as Level I, SMIC LI or SMIC Q3, if they are being replaced during refurbishment: ;Body (LI), PN 1 of drawing 7286740 Tailpiece (LI), PN 2 of drawing 7286740 Stem (LI), PN 3 of drawing 7286740 Ball (LI), PN 5 of drawing 7286740 Seat (Q3), PN 6 of drawing 7286740; Note: If pre-certified LI components are not available in Supply Stock and contractor acquires pre-certified Level I raw material to manufacture the replacement part, refer to Contract Addendum (CSD408) for requirements to obtain Level I certification from NSWC PD Certified CAD activity prior to install. 3.4 All SUBSAFE work must be performed by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC) and with oversight of the designated Supervising Authority, NSWC PD N64498. 3.4.1 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number). 3.4.2 In addition to the work-specific technical references invoked (component drawings, Maintenance Standards, etc.), all work must be performed in accordance with the documents and procedures in accordance with Submarine Factory Pool Corporate Component Repair Program (CCRP) Uniform Industrial Process Instruction (UIPI) 0810-902 on this contract. All SUBSAFE work must be performed under REC procedures with NSWC PD Supervising Authority oversight. 3.4.3 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the Contractor work at any time. The Contractor must participate and cooperate with such reviews as required. 3.4.4 The most current revision levels of references listed in the UIPI, the drawings, and the Contract Delivery Order SUBSAFE Addendum will be those in effect at the time of Delivery Order awards, unless otherwise specified. If the Contractor desires to use any drawing or technical instruction of a different revision/change level outside of these guidelines, the Contractor must submit a Request for Variance/Request for Waiver to the applicable Contracting Specialist who will obtain cognizant Technical Authority concurrence. 3.5 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. 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 DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately. 3.5.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the NSEO Government representative. 3.6 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. Refer to UIPI Enclosure (4) for organic shipyard alphanumeric serial numbers. The CCRP serial number may also be referred to as the Factory Pool (FP) number and is also unique and permanent. 3.6.1 CCRP Serial Numbering Requirements: For commercial contractors authorized as a DOP, if the CCRP asset received does not contain an existing Factory Pool number, the refurbishing DOP will induct the CCRP asset into the program for the first time utilizing the alphanumeric serialization system below and must be permanently scribed on the assets major pressure boundary p part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number. 3.6.2 For commercial DOP contractors, when there is no existing CCRP FP serial number, the DOP must assign a unique and permanent CCRP Factory Pool serial number consisting of the following 4 parts as follows: FP-AAAAA-YY-XXXX a. "FP" for identification to the Factory Pool Corporate Component Repair Program (CCRP). b. "AAAAA" is the contractor's Commercial and Government Entity (CAGE) Code. c. "YY" is the the two digit year of the completed overhaul date. d. "XXXX" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the refurbished component. DOP must maintain a permanent log of all new FP serial numbers they assigned. 3.6.3 The refurbishing DOP must permanently attach a metal tag as shown in UIPI Enclosure (4) to identify the unique and permanent CCRP (FP) Serial Number, the NSN, SMS, SMS revision and the overhauling activity and fiscal year (FY) for all refurbished CCRP assets. 3.7 See CDRL DI-MISC-80678 (URO MRC) - In addition to planned refurbishment to the drawing and applicable invoked Maintenance Standards (MS), all URO MRC inspections are required to be completed and documented. All URO MRC reports must be submitted to SUBSAFE Supervising Authority, NSWC PD N64498. 3.7.1 If URO MRC-008 inspection is required, Contractor must first contact the Supervising Authority to notify when the inspection will be performed at least 72 hours prior to the inspection being performed, to provide opportunity to witness the inspection. Inspection must be documented per UIPI 0810-902 and be forwarded to SUBSAFE Supervising Authority, NSWC PD N64498, along with a Contractor's serialized cover letter for review and approval. Note: Once the SUBSAFE Supervising Authority approves the URO MRC inspection reports, a copy will be provided to SUBMEPP and Portsmouth Naval Shipyard (PNSY) Receipt Inspection Activity (RIA) to retain a copy on file. A completed copy must also be placed in the shipping container with the refurbished asset prior to shipping. 3.7.2 See CDRL DI-MISC-80678 (UIPI COC) - CCRP Certificate of Compliance (CoC) is required to meet all the requirements of the applicable C of C from UIPI 0810-902 Enclosure (5) and must be reviewed by the SUBSAFE Supervising Authority, NSWC PD N64498. Note: Following review by NSWC PD Supervising Authority, the CCRP CoC will be submitted to PNSY RIA, Code 133.2. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 3.7.3 See CDRL DI-MISC-80678 (REC) - Completed REC package will be reviewed and accepted by the SUBSAFE Supervising Authority, NSWC PD N64498. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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. 6.4 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;- Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section.; DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423
RFP Routing Logic Radio Interface; Sole Source to Raytheon
See attachments: RFP (Raytheon SPRRA2-25-R-0114) SPRRA2-25-R-0114 QTY Range and BEQs AMD 001 THE PURPOSE OF THIS AMENDMENT IS TO: 1) UPDATE SECTION C(1)(a) OF SPRRA2-25-R-0114: FROM: TO COMPLY WITH THIS SOLICITATION, THE OFFEROR IS REQUIRED TO PRICE TWO (2) YEARS FOLLOWING CONTRACT AWARD FOR THE QUANTITY RANGES FOUND IN ATTACHMENT “SPRRA2-25-R-0114 QTY RANGE AND BEQS.” TO: TO COMPLY WITH THIS SOLICITATION, THE OFFEROR IS REQUIRED TO PRICE ONE (1) YEAR FOLLOWING CONTRACT AWARD FOR THE QUANTITY RANGES FOUND IN ATTACHMENT “AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS.” 2) ADD THE FOLLOWING VERBIAGE TO SPRRA2-25-R-0114: THE PROPOSAL MUST PROVIDE A RANGE COVERING THE MIN, MAX QUANTITIES WHILE ALSO PROPOSING AND CERTIFYING TO THE 1 YEAR BEST ESTIMATED QUANTITY (BEQ), WHICH IS DETERMINED AS THE HIGHEST PRICED ALTERNATIVE TO THE GOVERNMENT, PER FAR 1.108(C) AND SHALL BE USED FOR TOTAL PROPOSED PRICE EVALUATION. THIS IS THE MAXIMUM QUANTITY FOR WHICH CERTIFIED COST OR PRICING DATA IS REQUIRED. 3) ADD ATTACHMENT “AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS” WHICH SHALL REPLACE ATTACHMENT “SPRRA2-25-R-0114 QTY RANGE AND BEQS.” AMD 002 - October 14, 2025 The purpose of AMD 002 is to: 1) Remove the following line item from attatchment "AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS:" Description: Initial FMS RLRIU (13740724 Only) CLIN: 0008 MIN: 0 BEQ: 1 MAX: 0 2) Add the following attachment "AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS_2025OCT14." 3) Delete the following attachments as they are no longer applicable: SPRRA2-25-R-0114 QTY RANGE AND BEQS AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS AMD 003 - OCTOBER 20, 2025 The purpose of AMD 003 is to: 1) Remove attachment AMD 001 SPRRA2-25-R-0114 QTY RANGE AND BEQS_2025OCT14. 2) Add attachment SPRRA2-25-R-0114 QTY RANGE AND BEQS_2025OCT20 AMD 004 - November 10, 2025 See attachment "RFP (Raytheon SPRRA225R0114) AMD 0004_KB_updated."
Valve, Linear, Direct
***UPDATE: CLOSING DATE EXTENDED TO 31 DECEMBER 2025*** Synopsis PR: FD20302500795 1. Estimated issue date and estimated closing/response date: Issue: April 10, 2025 Closes: May 10, 2025 2. RFP# SPRTA1-25-R-0233 Request for Quotation 3. Service/Spare/Repair/OH: Spares 4. AMC: 1/B 5. Nomenclature/Noun: Valve, Linear, Direct 6. NSN: 4810-00-208-9709 7. PN: 695547-1 8. History: 01 Sep 2023, 64 each, Eaton Aerospace LLC (99643) 15 Sep 2021, 1 each, Triman Industries Inc (0ZBE8) 15 Sep 2021, 1 each, Triman Industries Inc (0ZBE8) 11 Jan 2013, 1 each, Lockheed Martin Corporation (563J1) 9. Description/Function: Valve, Linear, Direct. DIMENSIONS, 10.5 INCH (L) BY 10.5 INCH (W) BY 12.5 INCH (H). 5.2 LBS. MATERIAL CONTENT, STEEL ALLOY. The emergency flap brake valve is a solenoid-operated, two-position, four-way selector valve used in a flap actuation hydraulic system. APPL. TO C-130 10. Total Line Item Quantity: L/I 0001 10 Each (Range: 5-15) 11. Application (Engine or Aircraft): C-130 12. Destination: L/I 0001 Ship to SW3210 13. Required Delivery: L/I 0001 Ship to SW3210, On or Before 2 FEB 2027 14. Qualification Requirements: Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality, can be considered approved sources for this item. 15. Export Control Requirements: No 16. UID: UID requirements will apply. 17. Qualified Sources: Lockheed Martin Corporation (CAGE 98897) Triumph Actuation Systems (CAGE 61898) Hydro-Aire Aerospace Corporation (CAGE 81982) Eaton Aerospace LLC (CAGE 99643) 18. Set-aside: This acquisition will not be set aside. 19. Surplus: Surplus is not authorized. 20. Mandatory Language: The Government does not own the data or the rights to the data needed to manufacture this item. Firms interested in participating in this procurement are encouraged to contact the OEM to inquire about the data or rights to the data. In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3552. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice. 21. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Chrissy Turnage at christine.turnage@us.af.mil.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/03/2025 RELEASE --Amendment 0006--Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
CASE, TURBINE, AIRCRAFT
Synopsis PR: FD2030-25-00218 1. Estimated issue date and estimated closing/response date: Issue: 21 February 2025 Closes: 10 March 2025 2. RFP: SPRTA1-25-Q-0232 3. Service/Spare/Repair/OH: Spares 4. AMC: 1/P 5. Nomenclature/Noun: CASE, TRUBINE, AIRCRA 6. NSN: 2840-01-242-8335 NZ 7. PN: 4084863 8. History: Award date: 19 December 2023, Qty: 3 Each, Award FA812121D0002/FA812124F0072, Source: Barnes Group Inc. Cage Code: 62452 9. Description/Function: Length: 24.000; Width: 24.0000; Height: 12.0000; Weight: 25.0000; Material: Nickel Alloy. Function: Provides structural support for the 3rd and 4th stage turbine rotor assembly and accelerates hot gases from the engine combustion chamber. 10. Total Line-Item Quantity: L/I 0001 – 4 Each 11. Application (Engine or Aircraft): F-100 Engine 12. Destination: DTH003 13. Required Delivery: 4 Each per Month Beginning on or Before 10 October 2025 14. Qualification Requirements: Yes 15. Export Control Requirements: No 16. UID: If unit price exceeds $5,000, then UID requirements are applicable. 17. Qualified Sources: BARNES Group INC (Cage: 31417) and RTX Corporation (Cage: 52661) 18. Set-aside: This will not be a SB Set-Aside 19. First Article: No 20. Mandatory Language: In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. It is anticipated that this requirement is competitive. Non-approved sources wishing to submit a bid may do so; however, only qualified sources will be considered for award. Government First Articles may be required from newly approved sources. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at Sam.Gov. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 21. Questions concerning this synopsis or subsequent solicitation can be directed to buyer Melencio R. Linga, 405-855-3526, melencio.linga@us.af.mil.
VALVE, ANTI-DRAIN
Memo To File Date: 20 February 2025 PR# FD2030-24-02321 Re: Synopsis Exception The proposed contract action will not be synopsized IAW with FAR 5.202(a)(13) for the following reasons: “(i) Is for an amount not expected to exceed the simplified acquisition threshold; (ii) The solicitation will be made through a means that provides access to the notice of proposed contract action through the GPE; and (iii) Public is able to respond to the solicitation electronically through the GPE and offerors are permitted to respond electronically. MELENCIO R LINGA Contracting Specialist
SHROUD, SEGMENT TURB
Memo To File Date: 20 February2025 PR# FD2030-24-00698 Re: Synopsis Exception The proposed contract action will not be synopsized IAW with FAR 5.202(a)(13) for the following reasons: “(i) Is for an amount not expected to exceed the simplified acquisition threshold; (ii) The solicitation will be made through a means that provides access to the notice of proposed contract action through the GPE; and (iii) Public is able to respond to the solicitation electronically through the GPE and offerors are permitted to respond electronically. MELENCIO R. LINGA Contracting Specialist
HOUSING ASSEMBLY, MA
Synopsis PR: FD2030-25-00639 1. Estimated issue date and estimated closing/response date: Issue: 21 February 2025 Closes: 10 March 2025 2. RFP: SPRTA1-25-R-0185 3. Service/Spare/Repair/OH: Spares 4. AMC: 4D 5. Nomenclature/Noun: HOUSING ASSEMBLY, MA 6. NSN: 2915-00-948-1088 RV 7. PN: 81405 8. History: Award date: 31 March 2016 under Contract NUMBER: SPRTA116C0050 / Qty:33 each / Awardee: Triumph Engines Control Systems LLC. 9. Description/Function: Item Dimensions: Length 25.5000; Width 14.5000; Height 14.5000; Weight 21.0000. Material Content: Cast. Item Function: Fuel Pump Housing that houses the fuel pump. 10. Total Line-Item Quantity: L/I 0001 – 15 each 4 Min / 23 Max 11. Application (Engine or Aircraft): TF33 12. Destination: SW3211, Tinker AFB, OK, 73145-8000 13. Required Delivery: 1 each/month starting on or before 05 December 2025. 14. Qualification Requirements DO exist. 15. Export Control Requirements: No 16. UID: If unit price exceeds $5,000, then UID requirements are applicable. 17. Qualified Sources: Triumph Engine Control Systems LLC (Cage 11599) 18. Set-aside: N/A 19. Mandatory Language: In accordance with FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.SAM.gov. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 20. Buyer name, phone#, and email address Questions concerning this synopsis or subsequent solicitation can be directed to buyer Melencio R. Linga, 405-855-3526, melencio.linga@us.af.mil.
Commercial Solutions Opening - ERDC Cold Regions Research and Engineering Laboratory
This notice is for a Commercial Solutions Opening (CSO) in support of the Cold Regions Research and Engineering Laboratory at the Engineer Research and Development Center. The ERDC-CRREL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command, US Army Corps of Engineers, and various other government organizations. These projects are focused in the following five research and development thrust areas: (1) Building Cold Region Domain Awareness (2) Enhancing Mobility and Maneuver in Cold Region Environments (3) Integrated Ice Operations (4) Advanced Materials Development and Applications in Extreme Cold Environments (5) Resilient Cold Region Energy Systems (6) Advancements in Cryospheric Biochemical Applications Go to https://www.erdcwerx.org/cold-regions-research-and-engineering-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 31 January 2025 and ending 1700 CST 31 December 2025, or as otherwise specified on an individual program requirement.
Commercial Solutions Opening - ERDC Cold Regions Research and Engineering Laboratory
This notice is for a Commercial Solutions Opening (CSO) in support of the Cold Regions Research and Engineering Laboratory at the Engineer Research and Development Center. The ERDC-CRREL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command, US Army Corps of Engineers, and various other government organizations. These projects are focused in the following five research and development thrust areas: (1) Building Cold Region Domain Awareness (2) Enhancing Mobility and Maneuver in Cold Region Environments (3) Integrated Ice Operations (4) Advanced Materials Development and Applications in Extreme Cold Environments (5) Resilient Cold Region Energy Systems (6) Advancements in Cryospheric Biochemical Applications Go to https://www.erdcwerx.org/cold-regions-research-and-engineering-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 31 January 2025 and ending 1700 CST 31 December 2025, or as otherwise specified on an individual program requirement.
Camas Prairie Fence
Amendment 0001 uploaded 10/16/2025. Due date for quotes is extended indefinitely due to the lapse in appropriations. When able, the Government will release an amendment establishing the new solicitation closing date and time. Solicitation and attachments uploaded 9/26/2025
Economic Crimes Team Senior Advisor - Personal Services Contractor
U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE ECONOMIC CRIMES TEAM SENIOR ADVISOR The U.S. Department of the Treasury, Office of Technical Assistance (OTA) Economic Crimes Team (ECT) is recruiting an individual to serve as a Senior Advisor under a personal services contract. To be considered, candidates must be well versed and experienced in applying recognized international standards and requirements related to anti-money laundering and countering the financing of terrorism (AML/CFT) regime development. Significant international travel is required. ABOUT: OTA works in partnership with its foreign government counterparts to carry out its mission to advance international financial security and stability through focused technical assistance to government agencies in developing and transitioning economies. The OTA/ECT – operating through resident or intermittent engagements – assists counterpart governments in the development and implementation of AML/CFT regimes. This work is premised on sound partnerships with host-country stakeholders at ministries of finance, justice, and interior; central banks and other regulatory bodies; and financial intelligence units. ECT technical assistance is aimed at developing the capacity in counterpart countries to prevent, detect, investigate, and prosecute money laundering, terrorist financing, and the related illicit activity. It is comprehensive in nature and multi-dimensional in focus, to include mentoring and awareness-raising. Activities may also include legal framework development and training. This assistance ranges across the entire spectrum of governmental AML/CFT-related preventive and enforcement activities. The Senior Advisor leads efforts to develop and monitor implementation of holistic ECT technical assistance programs aimed at strengthening foreign counterpart AML/CFT regimes. Qualified candidates will have knowledge of, as well as experience in, the application of international standards and requirements in the development of effective, risk-based AML/CFT regimes. Practical experience in the application of international standards in the regulatory and law enforcement arenas is particularly valuable. International travel will be required. DUTIES AND RESPONSIBILITIES: Conducting assessments to identify jurisdictions with sufficient political will and need to support initiation of an AML/CFT technical assistance program Developing proposals and budgets to support programs Coordinating affairs with Embassies and outside funding sources to initiate programs Identifying appropriate staffing for programs and intermittent assignments Supporting efforts related to Monitoring, Evaluation and Learning (MEL); including developing outcome statements and indicators, activities and outputs. Developing Terms of Reference and Work Plans Monitoring the implementation of Work Plans, including monitoring progress towards Work Plan objectives and program spending against the allocated budgets Monitoring and providing routine reporting of program progress Instituting corrective action plans in situations where advisor and/or program performance is substandard Supporting effective, efficient administration of the ECT Identifying and recruiting candidates to serve as ECT advisors and cultivating skills sets of new advisors. Improve the effectiveness of the Economic Crimes Team in support of the mission of the Treasury Office of Technical Assistance and in support of Treasury priorities and senior leadership QUALIFICATIONS: Required qualifications: A Bachelor’s degree; a Master’s degree in a relevant field (such as criminology, international relations, international development, program management, etc.) or Juris Doctor is preferred. Minimum of ten years’ experience, to include experience in at least one of the following: financial sector (banks, money service business, securities, insurance, etc.) AML/CFT regulation and examination; investigation and prosecution of financial crimes; the operation of financial intelligence units; or the development of multi-stakeholder task forces or working groups focused on financial crimes; At least five years of experience in a field related to technical assistance or combatting illicit finance. Knowledge and understanding of the AML/CFT international standards and best practices. Strong knowledge and experience of AML/CFT risk factors and drivers. Proficient in use of personal computers and MS Office Products and general office equipment. Self-starter with ability to work independently and with confidentiality. Exceptional analytical and problem-solving abilities. Ability to motivate the client and build consensus. Ability to be flexible by changing focus and approaches based on needs of the client. Strong communication and leadership skills. The following qualifications are desirable: Experience in: the application of the AML/CFT international standards and best practices; curriculum development and adult education; program development/management; and working with or in developing countries. Background in: forensic accounting; internal audit; asset tracing and forfeiture; legislative/regulatory drafting; financial examination; electronic evidence methods; business process planning and information technology application; and/or development and implementation of AML/CFT policy. Experience in the technical analysis of information to solve problems, make recommendations, associate findings with courses of action, etc. Knowledge of international financial institutions and their policies and practices. Proficiency in a foreign language is highly desirable. Preference given to individuals with current medical and security clearances. In their application candidates should highlight: prior experience overseas working or training in challenging environments; managerial experience; experience in program and budget monitoring; use of international AML/CFT standards and best practices; and foreign language fluency. Background checks and Security Clearance: SECRET. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Successful applicants must be able to obtain and maintain a Secret level security clearance. Successful applicants must also be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00014 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K825R00014 –Economic Crimes Senior Advisor – Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. The U.S. Government is an Equal Opportunity Employer
Economic Crimes Team Advisor - Personal Services Contractor
U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE ECONOMIC CRIMES TEAM ADVISOR The U.S. Department of the Treasury, Office of Technical Assistance (OTA), Economic Crimes Team (ECT) is recruiting individuals on a competitive basis to serve as resident (long-term) and/or intermittent (short-term) advisors under a personal services contract. To be considered, candidates must be well versed and experienced in applying recognized international standards and requirements related to anti-money laundering and countering the financing of terrorism (AML/CFT) regime development. Significant international travel is required. ABOUT: OTA works in partnership with its foreign government counterparts to carry out its mission to advance international financial security and stability through focused technical assistance to government agencies in developing and transitioning economies. The OTA/ECT – operating through resident or intermittent engagements – assists counterpart governments in the development and implementation of AML/CFT regimes. This work is premised on sound partnerships with host-country stakeholders at ministries of finance, justice, and interior; central banks and other regulatory bodies; and financial intelligence units. ECT technical assistance is aimed at developing the capacity in counterpart countries to prevent, detect, investigate, and prosecute money laundering, terrorist financing, and the related illicit activity. It is comprehensive in nature and multi-dimensional in focus, to include mentoring and awareness-raising. Activities may also include legal framework development and training. This assistance ranges across the entire spectrum of governmental AML/CFT-related preventive and enforcement activities. QUALIFICATIONS: Required qualifications: Bachelor’s degree; a Master’s degree in a relevant field (such as criminology, international relations, international development, program management, etc.) or Juris Doctor is recommended. Minimum of ten years’ experience, to include experience in at least one of the following: financial sector (banks, money service business, securities, insurance, etc.) AML/CFT regulation and examination; investigation and prosecution of financial crimes; the operation of financial intelligence units; the management of seized and forfeited assets; or the development of multi-stakeholder task forces or working groups focused on financial crimes; At least five years of experience in a field related to technical assistance or combatting illicit finance. Knowledge and understanding of the AML/CFT international standards and best practices. Strong knowledge and experience of AML/CFT risk factors and drivers. Strong writing skills, including the use of editing tools. Proficient in use of personal computers and MS Office products and general office equipment. Self-starter with ability to work independently and with confidentiality. Exceptional analytical and problem-solving abilities. Ability to motivate the counterpart and build consensus. Ability to be flexible by changing focus and approaches based on needs of the client. Strong communication and leadership skills. The following qualifications are desirable: Experience in: the application of the AML/CFT international standards and best practices; curriculum development and adult education; program development/management; and working with or in developing countries. Background in: forensic accounting; internal audit; asset tracing and forfeiture; legislative/regulatory drafting; financial examination; electronic evidence methods; and/or business process planning and information technology application. Experience in the technical analysis of information to solve problems, make recommendations, associate findings with courses of action, etc. Knowledge of international financial institutions and their policies and practices. Proficiency in a foreign language is highly desirable. Preference given to individuals with current U.S. government medical and security clearances. In their application, candidates should highlight prior overseas experience working or training in challenging environments; managerial experience; use of international AML/CFT standards and best practices; and foreign language fluency. Candidates must be U.S. citizens. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current hourly rate is from $78.56 to $97.70 per hour. Overseas benefits are provided as allowed by federal regulations. Background checks and Security Clearance: Secret. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Successful applicants must be able to obtain and maintain a Secret level security clearance. Successful applicants must also be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00012 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K825R00012 –Economic Crimes Advisor – Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. The U.S. Government is an Equal Opportunity Employer
INTERNATIONAL PUBLIC FINANCIAL MANAGEMENT TECHNICAL ADVISOR - Personal Services Contractor
INTERNATIONAL PUBLIC FINANCIAL MANAGEMENT TECHNICAL ADVISOR BUDGET AND FINANCIAL ACCOUNTABILITY The US Department of the Treasury, Office of Technical Assistance (OTA) is recruiting individuals on a competitive basis to serve as technical Advisors for its Budget and Financial Accountability Team. The Team operates through resident (long-term) or intermittent (short-term) engagements assisting counterpart governments in improvements to Public Financial Management and strengthening the effectiveness of Ministries of Finance and supporting institutions. Advisors provide support to Ministry of Finance and other host government officials in developing countries. Advisors are individuals hired under personal services contracts. This recruitment is for assignments globally, requiring living overseas or significant international travel. OTA works with countries to improve all aspects of the budget cycle and projects may focus on one or more of these elements including: Budget formulation Budget execution Accounting, reporting, and audit Treasury management Responsibilities and Duties: Provide technical advice on strengthening public financial management to support the specific elements of the project. Develop proposals and concepts to initiate project reforms and liaise with counterparts to move the proposals forward. Draft and implement new laws, regulations, standards and/or manuals as appropriate to the project. Evaluate existing business processes; design new and improved processes; and assist in implementing new business processes, both manual and automated, in coordination with the country’s financial management systems. Organize and perform on the job and formal training to develop the capacity of counterparts and support the implementation of intended reforms. Design reports to facilitate project elements. Develop written reports and other documents to communicate progress, updates, results and other information related to assigned tasks and responsibilities. Qualifications: Bachelor’s degree in business, accounting, finance, public administration or related field is required, with a Master’s preferred. Five or more years in a senior position in federal, state or large-sized local government, to include experience in one or more of the specific areas: budget planning and formulation, budget execution and expenditure control, financial management and reporting, accounting, treasury and cash management, Advanced professional certifications (for example, CPA, CFA, CPFO) also preferred. Prior international experience and working or training in challenging environments will be viewed positively. Strong knowledge of and experience with internal controls, business processes, financial management systems, financial reporting and chart of accounts. Strong project management, written and verbal communication skills. Self-starter with ability to work independently and demonstrate leadership skills. Ability to motivate the client and build consensus. Ability to be flexible by changing focus and approaches based on needs of the client Knowledge of international financial institutions and their policies and practices is desirable. Proficiency in French, Spanish or other languages is highly desirable. Background checks and Security Clearance: Secret. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Candidates must be U.S. citizens. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current starting hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00009 on your cover letter and resume. When emailing, the subject line must contain the following: Solicitation 2032K825R00009 – Budget Advisor - Applicant’s Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier The U.S. Government is an Equal Opportunity Employer.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
This post has been created to publicize the establishment of qualification requirements (QRs) for the items listed in the Master Item List (MIL) attached to this posting pursuant to FAR 9.204. Potential vendors wishing to become qualified as an approved source of repair/remanufacture for the items specified in the MIL must submit a Source Approval Request (SAR) package in accordance with the requirements identified in the Repair/Remanufacture Qualification Requirements (RQR-848). This QR identifies the minimum requirements a vendor must exhibit for consideration as an approved source for the requested item. This QR covers a variety of different commodity items managed by the Air Force Sustainment Center within the 848th Supply Chain Management Group, part of the 448th Supply Chain Management Wing. These commodity items generally span structures, instruments, and accessory items for most of the major aircraft weapon systems currently operated by the Air Force. The MIL provides the item's National Stock Number, catalog noun, Repair Method Code/Repair Method Suffix Code, and 4-year projected requirements (projected requirements are subject to change). The Master Item List is divided between those items where Government provided technical data is available (typically in the form of repair/overhaul Technical Orders) and those that do not have Government provided technical data. Gaining access to the necessary technical data is specified in the RQR-848 (see section 9). Pertinent contact information is contained within Appendix F of the RQR-848. All of the items listed on the Master Item List are Expendability, Recoverability, Reparability Category (ERRC) code "T" and North American Industry Classification System (NAICS) Code 336413. For a list of up-to-date projected requirements (in addition to those specified on the Master Item List) and other opportunities, please visit the Strategic Alternate Sourcing Program Office (SASPO) website at http://www.tinker.af.mil/Home/429SCMSSASPO.aspx. Comments and suggestions regarding this QR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.
International Financial Sector Advisors - Personal Services Contractor
INTERNATIONAL FINANCIAL SECTOR ADVISORS SCOPE OF POSITION: The Department of the Treasury Office of Technical Assistance is recruiting individuals on a competitive basis to serve as resident and/or intermittent (short-term) advisors, under personal services contracts, for its Banking & Financial Services Program. This recruitment is for global assignments and significant international travel may be required. The Banking & Financial Services Program works with global central banks, ministries of finance, banking regulatory and supervision agencies, deposit insurance agencies, banking associations, and related entities to strengthen financial systems that support macroeconomic stability and broad-based economic growth QUALIFICATIONS: Treasury is seeking candidates who possess expertise in the following areas: financial sector development; banking supervision (on-site and off-site); financial sector data management; deposit insurance systems; problem bank resolution (including P&A transactions, bank closings, bank liquidations, asset management and disposition); restructuring and privatization of banks; financial inclusion, financial literacy and digital financial literacy, regulation of microfinance institutions and other non-bank financial institutions, digitization of financial services; payment systems (strategy, development and implementation); secured transactions (leasing and factoring) and legal reform; insurance sector supervision; financial system stability; central bank operations; monetary policy; credit analysis; appraisals; lending (including SME lending); internal audit; accounting and International Financial Reporting Standards (IFRS); and other facets of financial sector activity. Ideal candidates will have experience with international financial institutions, commercial banks, banking or insurance regulators, the Federal Deposit Insurance Corporation, Office of the Comptroller of the Currency, Federal Reserve, legal expertise etc. Experience in leading capacity building and training in diverse settings, as well as prior overseas experience working in challenging environments would be a distinct advantage but is not mandatory. A working knowledge of languages beyond English is a plus. Technical skills and the ability to gain the confidence of officials in partner countries are essential. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. Candidates must be U.S. citizens and are subject to a formal background investigation to be granted a required SECRET level security clearance. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current starting hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00011 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K825R00011 –Banking (IFS) Advisors – Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. The U.S. Government is an Equal Opportunity Employer
Program Officers - Personal Services Contractor
U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE PROGRAM OFFICERS The U.S. Department of the Treasury is seeking detail-oriented administrative and program support staff to serve as Program Officers for its Washington, DC-based technical assistance program. The people selected will be hired under personal services contracts. The Office of Technical Assistance provides overseas advisors to over 50 countries in five functional areas: economic crimes, government debt and infrastructure finance, budget and financial accountability, banking and financial services, and revenue policy and administration. OTA carries out its technical assistance projects in developing and transitional countries through both resident and intermittent advisors. The Program Officer is a headquarters staff position that supports OTAs broad range of international technical assistance projects. SCOPE OF POSITION Program Officers provide administrative support and logistical assistance for multiple overseas projects in one of the five functional areas. The Program Officer assists in the deployment of expert advisors who implement the overseas projects. This includes maintaining advisor contracts; arranging travel and other logistical needs of advisors; and communicating with advisors in the field, U.S. embassies and other U.S. government partners on a regular basis. For each assigned project, the Program Officer is responsible for formulating and drafting annual project proposals and budgets and monitoring project contracts and expenditures. The Program Officer is also responsible for supporting and monitoring project activities; maintaining the historical record of all projects; preparing briefings and reports on assigned projects for internal and external distribution; and planning conferences and meetings. This position supports the operations of OTA headquarters in Washington, DC. Based on instruction from the COR, and within OTA policy, the Contractor will work at OTA office space, the Contractor facility, and/or travel for temporary duty domestically or internationally. QUALIFICATIONS The ideal candidate will have an undergraduate degree in public administration, international affairs, or other relevant subject matter; two to five years of work experience, preferably in project coordination, event or logistics management, or administration of U.S. government foreign assistance, NGO operations, international development, or governmental budgeting and financial management. Required Skills and Experience: Excellent written and oral communication skills. Demonstrated problem-solving and analytical skills. Strong computer skills including word processing and spreadsheet development, as well as some experience with information sharing technology such as SharePoint and video conferencing. Interpersonal skills in collaborating as part of a team. The ability to work effectively under the pressure of tight timeframes and deadlines. In addition, the following experience/knowledge is not required but is preferred: Masters degree in public administration, international affairs, or other relevant subject matter Experience drafting project proposals, formulating budgets, and tracking expenditures. International experience in the public, private, or non-profit sectors, particularly in developing/emerging markets. Experience working with financial management information systems. Familiarity with financial management and economic concepts Foreign language ability is a plus. Please note: These are PERSONAL SERVICES CONTRACTOR positions; NOT civil service positions. U.S. citizenship is required. SALARY: The position is equivalent to a GS 9/11/12 ladder. In accordance with program regulations and based on demonstrated salary history, the current hourly rate is from $33.50 to $63.17 per hour. Background checks and Security Clearance: Secret Candidates will need to be eligible to obtain and maintain appropriate level of security clearance. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address(es). Please reference Solicitation 2032K825R00017 on your cover letter and resume. When e-mailing, the subject line must contain the following: “Solicitation 2032K825R00017 –Program Officer – Applicant Last Name, First Name.” Emails received not containing this subject line will be deemed non-responsive and will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier. The U.S. Government is an Equal Opportunity Employer.
Program Officers - Perosnal Services Contractor
U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE PROGRAM OFFICERS The U.S. Department of the Treasury is seeking detail-oriented administrative and program support staff to serve as Program Officers for its Washington, DC-based technical assistance program. The people selected will be hired under personal services contracts. The Office of Technical Assistance provides overseas advisors to over 50 countries in five functional areas: economic crimes, government debt and infrastructure finance, budget and financial accountability, banking and financial services, and revenue policy and administration. OTA carries out its technical assistance projects in developing and transitional countries through both resident and intermittent advisors. The Program Officer is a headquarters staff position that supports OTAs broad range of international technical assistance projects. SCOPE OF POSITION Program Officers provide administrative support and logistical assistance for multiple overseas projects in one of the five functional areas. The Program Officer assists in the deployment of expert advisors who implement the overseas projects. This includes maintaining advisor contracts; arranging travel and other logistical needs of advisors; and communicating with advisors in the field, U.S. embassies and other U.S. government partners on a regular basis. For each assigned project, the Program Officer is responsible for formulating and drafting annual project proposals and budgets and monitoring project contracts and expenditures. The Program Officer is also responsible for supporting and monitoring project activities; maintaining the historical record of all projects; preparing briefings and reports on assigned projects for internal and external distribution; and planning conferences and meetings. This position supports the operations of OTA headquarters in Washington, DC. Based on instruction from the COR, and within OTA policy, the Contractor will work at OTA office space, the Contractor facility, and/or travel for temporary duty domestically or internationally. QUALIFICATIONS The ideal candidate will have an undergraduate degree in public administration, international affairs, or other relevant subject matter; two to five years of work experience, preferably in project coordination, event or logistics management, or administration of U.S. government foreign assistance, NGO operations, international development, or governmental budgeting and financial management. Required Skills and Experience: Excellent written and oral communication skills. Demonstrated problem-solving and analytical skills. Strong computer skills including word processing and spreadsheet development, as well as some experience with information sharing technology such as SharePoint and video conferencing. Interpersonal skills in collaborating as part of a team. The ability to work effectively under the pressure of tight timeframes and deadlines. In addition, the following experience/knowledge is not required but is preferred: Masters degree in public administration, international affairs, or other relevant subject matter Experience drafting project proposals, formulating budgets, and tracking expenditures. International experience in the public, private, or non-profit sectors, particularly in developing/emerging markets. Experience working with financial management information systems. Familiarity with financial management and economic concepts Foreign language ability is a plus. Please note: These are PERSONAL SERVICES CONTRACTOR positions; NOT civil service positions. U.S. citizenship is required. SALARY: The position is equivalent to a GS 9/11/12 ladder. In accordance with program regulations and based on demonstrated salary history, the current hourly rate is from $33.50 to $63.17 per hour. Background checks and Security Clearance: Secret Candidates will need to be eligible to obtain and maintain appropriate level of security clearance. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address(es). Please reference Solicitation 2032K825R00017 on your cover letter and resume. When e-mailing, the subject line must contain the following: “Solicitation 2032K825R00017 –Program Officer – Applicant Last Name, First Name.” Emails received not containing this subject line will be deemed non-responsive and will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier. The U.S. Government is an Equal Opportunity Employer.
Infrastructure Finance Advisors - Personal Services Contractor
UNITED STATES TREASURY DEPARTMENT OFFICE OF TECHNICAL ASSISTANCE – INTERNATIONAL AFFAIRS GOVERNMENT DEBT AND INFRASTRUCTURE FINANCE TEAM INFRASTRUCTURE FINANCE ADVISORS EMERGING MARKETS - WORLDWIDE The U. S. Department of the Treasury Office of Technical Assistance (OTA) is recruiting infrastructure finance advisors on a competitive basis to serve as resident (long-term) and/or intermittent (short-term) advisors, under personal services contracts. Resident assignments are generally for one year and are likely to be renewed. This recruitment is for global assignments and significant international travel is required. SCOPE OF POSITION: Infrastructure Finance advisors provide technical assistance to enhance emerging market governments capacity to develop financially sound infrastructure programs, including the use of direct financing and the effective application of the Public-Private Partnership (P3) model. Using both a project-specific approach and a longer-term focus on institutional improvement, the Government Debt and Infrastructure Finance Team (GDIF) combines its infrastructure project experience with OTAs expertise assisting governments worldwide make informed financial decisions. OTAs Infrastructure Finance advisors are committed to building the capacity of government officials to implement successful infrastructure projects by providing hands on technical assistance as well as policy advice to senior officials and staff at the Ministries of Finance, Public Works, and related agencies in host countries. QUALIFICATIONS: Applicants should have significant managerial experience and technical knowledge in several of the various phases of infrastructure finance and P3 development and implementation, including: project preparation and tendering, project finance structures, economic feasibility analysis, credit and risk analysis, concession and management contract negotiations, analysis of financial and P3 legal framework, contract law, concession operations, assessment and management of contingent liabilities, investor marketing and communications, and capital market development. The successful candidate should have project experience in one or more of the following sectors: energy generation and transmission facilities, renewable energy, water projects, toll roads, airports, seaports, light rail projects, railroads, or other essential infrastructure sectors. Both P3 and project finance experience is desirable. Prior overseas work experience in challenging environments is highly desirable. Spanish fluency is required for most posts in Latin America, and Portuguese and French fluency is highly desirable for Lusophone and Francophone countries, respectively. Other foreign language capabilities, including Russian and Ukrainian, may also be useful. English speaking assignments may be available in some countries. Candidates should have strong communication and public presentation skills. Candidates must have the ability to work independently and gain the confidence of host government officials and counsel them about policy choices and their consequences. Advisors should be capable of assisting government officials in assessing the optimal project delivery format for their projects with an emphasis on mobilization of private capital. Advisors are expected to assist countries build a lasting legal and institutional framework that will support the development of financially viable infrastructure projects. Candidates must be U.S. citizens. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current starting hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. Background checks and Security Clearance: Secret. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00016 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K825R00016 – Debt (Infrastructure Finance) Advisors – Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. The U.S. Government is an Equal Opportunity Employer
Government Debt Management Advisors - Personal Services Contractor
UNITED STATES DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE – INTERNATIONAL AFFAIRS GOVERNMENT DEBT AND INFRASTRUCTURE FINANCE TEAM GOVERNMENT DEBT MANAGEMENT ADVISORS EMERGING MARKETS – WORLDWIDE The U.S. Department of Treasury Office of Technical Assistance (OTA) is recruiting individuals on a competitive basis to serve as resident (long-term) and/or intermittent (short-term) advisors, under personal services contracts. Resident assignments are generally for one year and are likely to be renewed. This recruitment is for global assignments and significant international travel is required. Government Debt Management advisors provide technical assistance and policy advice on government debt matters and debt capital markets in an emerging market environment to senior ministerial and central bank officials, as well as to market participants in host countries. Treasury is seeking candidates with 10 to 15 years experience in government debt issuance and/or management of public borrowing. Ideal candidates would have a background in public finance, investment banking, debt capital markets, public sector financial advisory work, government securities trading, state and local government securities underwriting, issuance and sales, securities and/or Treasury operations, or in related areas. Knowledge of international bond markets is desirable. Spanish fluency is required for most posts in Latin America, and Portuguese and French fluency is highly desirable for Lusophone and Francophone countries, respectively. Other foreign language capabilities, including Russian and Ukrainian, may also be useful. Candidates should have strong communication and public presentation skills. Candidates must be U.S. citizens. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current starting hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. Background checks and Security Clearance: SECRET. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00015 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K825R00015 –Debt (Debt Mgmt) Advisors – Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. The U.S. Government is an Equal Opportunity Employer
VA HQ Vacant Retail Space
The GSA seeks expressions of interest fom firms intereste in leasing space- for retal food establishmemt as well as other retail establishments.The General Services Administration is seeking interested parties to lease ground floor retail space at the below location. There is approximately 6157 square feet available of storefront located at 811 Vermont Street NW, Washington DC 20420. This space is located on the 15th street side of the Veteran Affairs Lafayette Building.
INTERNATIONAL PUBLIC FINANCIAL MANAGEMENT TECHNICAL ADVISOR - Personal Services Contractor
INTERNATIONAL PUBLIC FINANCIAL MANAGEMENT TECHNICAL ADVISOR BUDGET AND FINANCIAL ACCOUNTABILITY The US Department of the Treasury, Office of Technical Assistance (OTA) is recruiting individuals on a competitive basis to serve as technical Advisors for its Budget and Financial Accountability Team. The Team operates through resident (long-term) or intermittent (short-term) engagements assisting counterpart governments in improvements to Public Financial Management and strengthening the effectiveness of Ministries of Finance and supporting institutions. Advisors provide support to Ministry of Finance and other host government officials in developing countries. Advisors are individuals hired under personal services contracts. This recruitment is for assignments globally, requiring living overseas or significant international travel. OTA works with countries to improve all aspects of the budget cycle and projects may focus on one or more of these elements including: Budget formulation Budget execution Accounting, reporting, and audit Treasury management Responsibilities and Duties: Provide technical advice on strengthening public financial management to support the specific elements of the project. Develop proposals and concepts to initiate project reforms and liaise with counterparts to move the proposals forward. Draft and implement new laws, regulations, standards and/or manuals as appropriate to the project. Evaluate existing business processes; design new and improved processes; and assist in implementing new business processes, both manual and automated, in coordination with the country’s financial management systems. Organize and perform on the job and formal training to develop the capacity of counterparts and support the implementation of intended reforms. Design reports to facilitate project elements. Develop written reports and other documents to communicate progress, updates, results and other information related to assigned tasks and responsibilities. Qualifications: Bachelor’s degree in business, accounting, finance, public administration or related field is required, with a Master’s preferred. Five or more years in a senior position in federal, state or large-sized local government, to include experience in one or more of the specific areas: budget planning and formulation, budget execution and expenditure control, financial management and reporting, accounting, treasury and cash management, Advanced professional certifications (for example, CPA, CFA, CPFO) also preferred. Prior international experience and working or training in challenging environments will be viewed positively. Strong knowledge of and experience with internal controls, business processes, financial management systems, financial reporting and chart of accounts. Strong project management, written and verbal communication skills. Self-starter with ability to work independently and demonstrate leadership skills. Ability to motivate the client and build consensus. Ability to be flexible by changing focus and approaches based on needs of the client Knowledge of international financial institutions and their policies and practices is desirable. Proficiency in French, Spanish or other languages is highly desirable. Background checks and Security Clearance: Secret. The advisor will work in developing and transitional countries worldwide to support U.S. Treasury and U.S. Government economic and national security objectives. The advisor may be deployed to countries with elevated threat levels, including potentially high/critical threat posts, as determined by the U.S. Government. Candidates must be U.S. citizens. SALARY AND BENEFITS: Salaries will be negotiated in accordance with program regulations prescribed by the Office of Technical Assistance not to exceed the Senior Executive Service EX-III hourly equivalent. The current starting hourly rate is from $80.31 to $99.37 per hour. Overseas benefits are provided as allowed by federal regulations. Successful applicants must be able to obtain State Department medical clearance for worldwide travel. If selected, the applicant will be required to fulfill Office of Government Ethics financial disclosure requirements. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K825R00009 on your cover letter and resume. When emailing, the subject line must contain the following: Solicitation 2032K825R00009 - Budget Advisor - Applicant Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive, and thus, will not be forwarded to the program office/selection official(s) for consideration. No phone calls please and no hand carries. This announcement is open and continuous until December 31, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier The U.S. Government is an Equal Opportunity Employer. 7/22/2025: Attempt to correct formatting errors caused by sam.gov. No content change.
2025 ERDC Broad Agency Announcement
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this announcement for various research and development topic areas. The ERDC consists of the Coastal and Hydraulics Laboratory (CHL), the Geotechnical and Structures Laboratory (GSL), the Environmental Laboratory (EL) and the Information Technology Laboratory (ITL) in Vicksburg, Mississippi, the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire, the Construction Engineering Research Laboratory (CERL) in Champaign, Illinois, and the Geospatial Research Laboratory (GRL) in Alexandria, Virginia. The ERDC is responsible for conducting research in the broad fields of hydraulics, dredging, coastal engineering, instrumentation, oceanography, remote sensing, geotechnical engineering, earthquake engineering, soil effects, vehicle mobility, self-contained munitions, military engineering, geophysics, pavements, protective structures, aquatic plants, water quality, dredged material, treatment of hazardous waste, wetlands, physical/mechanical/ chemical properties of snow and other frozen precipitation, infrastructure and environmental issues for installations, computer science, telecommunications management, energy, facilities maintenance, materials and structures, engineering processes, environmental processes, land and heritage conservation, and ecological processes. This announcement is continuously open; pre-proposals may be submitted and will be reviewed at any time throughout the year. The availability of funds may limit the ability of the U.S. Government to make awards in specific areas, nevertheless pre-proposals are sought under this announcement for all research areas identified. For additional details on the research topic areas and how to submit pre-proposals, please go to: https://www.erdcwerx.org/u-s-army-engineer-research-and-development-center-broad-agency-announcement/
2025 ERDC Broad Agency Announcement
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this announcement for various research and development topic areas. The ERDC consists of the Coastal and Hydraulics Laboratory (CHL), the Geotechnical and Structures Laboratory (GSL), the Environmental Laboratory (EL) and the Information Technology Laboratory (ITL) in Vicksburg, Mississippi, the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire, the Construction Engineering Research Laboratory (CERL) in Champaign, Illinois, and the Geospatial Research Laboratory (GRL) in Alexandria, Virginia. The ERDC is responsible for conducting research in the broad fields of hydraulics, dredging, coastal engineering, instrumentation, oceanography, remote sensing, geotechnical engineering, earthquake engineering, soil effects, vehicle mobility, self-contained munitions, military engineering, geophysics, pavements, protective structures, aquatic plants, water quality, dredged material, treatment of hazardous waste, wetlands, physical/mechanical/ chemical properties of snow and other frozen precipitation, infrastructure and environmental issues for installations, computer science, telecommunications management, energy, facilities maintenance, materials and structures, engineering processes, environmental processes, land and heritage conservation, and ecological processes. This announcement is continuously open; pre-proposals may be submitted and will be reviewed at any time throughout the year. The availability of funds may limit the ability of the U.S. Government to make awards in specific areas, nevertheless pre-proposals are sought under this announcement for all research areas identified. For additional details on the research topic areas and how to submit pre-proposals, please go to: https://www.erdcwerx.org/u-s-army-engineer-research-and-development-center-broad-agency-announcement/