Federal Contract Opportunities

Showing 201-250 of 1,805 opportunities

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Deadline: 1/6/2026
Posted: 10/30/2025
SolicitationNAICS: 236220.0

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

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

Deadline: 1/6/2026
Posted: 9/18/2025
SolicitationNAICS: 236220.0

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

** 08/28/2025 Uploaded the following 5 attachments to SAM.gov: CCPH Pre Proposal Conference Slides, CCPH Site Visit contact sheet, Sign-in sheet Pre-proposal Conference, Sign-in sheet Site Visit, Sign-in sheet Site Visit 2. **08/08/2025 10:00 AM JST: 3 missing attachments were uploaded to PIEE - Section_00_22_00_Proposal_Submission_Requirements, Section_00_22_16_Evaluation_Criteria, and Class_JA_for_USAF_Brand_Name_HVAC__signed_Redacted. Please follow the link to PIEE under attachments. ***Original: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 8/28/2025
SolicitationNAICS: 236220.0

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

**08/08/2025 10:00 AM JST: 3 missing attachments were uploaded to PIEE - Section_00_22_00_Proposal_Submission_Requirements, Section_00_22_16_Evaluation_Criteria, and Class_JA_for_USAF_Brand_Name_HVAC__signed_Redacted. Please follow the link to PIEE under attachments. ***Original: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 8/8/2025
SolicitationNAICS: 236220.0

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

This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations.

Deadline: 1/6/2026
Posted: 8/7/2025
SolicitationNAICS: 236220.0

Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768

This is a public synopsis of a forthcoming solicitation in accordance with FAR 36.213-2. This is NOT a solicitation; therefore, no solicitation documents are currently publicly available. This pre-solicitation notice is for Solicitation No. 36C24226B0018, Project # 632-24-129 Replace Kitchen Exhaust Fans Building 200, at the Northport Healthcare System Campus, 79 Middleville Road, Northport, New York, 11768. The Contractor shall provide all labor, materials, tools, equipment, supplies, and supervision for the replacement of two existing rooftop kitchen exhaust fans at Building 200 located in the Northport VA Medical Center to meet the latest NFPA 101 Life Safety, NFPA 99 Health Care Facilities, VA Design Standards and other applicable state and federal guidelines and regulations in accordance with the Statement of Work, Specifications and Drawings. This project will be 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB). Competition for this procurement is restricted to verified SERVICE- DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) Contractors. The SDVOSB must be a small business under the relevant NAICS code and must be registered and verified in SBA s Small Business Search https://search.certifications.sba.gov/ and https://www.sam.gov. Magnitude of Construction: Between $250,000 and $500,000. Contract Type: Firm-Fixed Price. The North American Industry Classification System Code (NAICS) is 236220 Commercial and Institutional Building Construction, and Size Standard is $45.0 million. Period of Performance is within 250 Calendar Days from the Notice to Proceed (NTP). Prospective contractors must be registered at https://www.sam.gov in accordance with 38 CFR Part 74 and VAAR 819.70 to be eligible for award. There will be a site visit held for this project and all prospective bidders are strongly encouraged to attend. Details of the site visit will be included in the solicitation document. It is anticipated that the solicitation will be issued on/about November 28, 2025. Information for Bid details, Specifications, Drawings and Contract Forms will be available in electronic format only at: https://www.sam.gov. All interested parties should register for a user account which lets you save searches, follow changes to opportunities, and join interested vendor lists. All interested parties should be verified as a SDVOSB in SBA s Small Business Search https://search.certifications.sba.gov/ at the time of offer submission and before award of this procurement. To preserve the integrity of the procurement process, all questions, and Requests for Information (RFI) must be submitted in writing to Yingjie Yeung, Contract Specialist, via email at yingjie.yeung@va.gov.

Deadline: 1/6/2026
Posted: 11/12/2025
PresolicitationNAICS: 236220.0

Z1DA--Replace Parking Garage Sprinkler System 583-24-525

The Contractor shall demolish and replace overhead dry fire sprinkler piping and dry standpipe piping and associated components within the underground patient parking garage as detailed in the Technical Requirements section, project bid drawings and documents, and VHA Master Construction Specifications. The Contractor shall demolish and replace system piping and components including header, risers, DPV s, trim, fittings, hangers, sprinklers, and all other associated components according to the project drawings. Project workflow shall use the detailed anticipated sequence noted in the drawings as a baseline for completion. Completion of this project will replace sections of fire suppression system piping currently failing due to excessive corrosion and will result in an updated system meeting current edition NFPA standards.

Deadline: 1/6/2026
Posted: 11/18/2025
SolicitationNAICS: 238220.0

Mid-Bay James Island Phase 1 Ecosystem Restoration

The USACE Baltimore District intends to solicit for an award a James Island is an ecosystem restoration project (part of the Mid-Chesapeake Bay Island Ecosystem Restoration project, commonly referred to as Mid-Bay) located in the middle Chesapeake Bay in Dorchester County, Maryland, approximately 72 miles south-southeast of the Port of Baltimore and two miles west of Hoopers Island. This contract will include the construction of multiple features at James Island that facilitate the restoration efforts: (1) Construction of dikes; and (2) dredging and stockpiling of sand materials. Dikes (approximately 10,000 linear feet): this feature will include the installation of stone, geotextile and sand materials to create a perimeter dike structure. Stone and geotextile materials will be shipped to the site and installed. Sand materials will be dredged from a local borrow area. Sand Stockpiling (approximately 3,000,000 cubic yards): this feature will include the excavation of substantial sand materials from a local borrow area with placement occurring within the newly constructed dikes (containment area) for future dike construction. The borrow area for sand material excavation (dredging) is located immediately adjacent to the construction area. All work will be performed adjacent to James Island in the Chesapeake Bay, a remote location accessible only by boat. The Contractor shall provide all necessary labor, equipment, materials, and transportation to perform the construction. The magnitude of construction is between $100,000,000 and $250,000,000.00. The construction duration is approximately 1095 calendar days from the Notice to Proceed.

Deadline: 1/6/2026
Posted: 11/12/2025
SolicitationNAICS: 237990.0

Z2DA--Replace MRI 1.5T

Scope of Work SCOPE OF WORK Replace MRI 1.5T In Building 1 Project Number: 558-CSI-400 BACKGROUND The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The Magnetic Resonance Imagining (MRI) Section in F-Wing of Building #1 provides imagining services to Veterans. Room 2(FG184B) is approximately 486 square feet and houses a Phillips 1.5T MRI machine which has reached its useful life and is being replaced. Additionally, the Radio Frequency (RI) test reports drive the replacement of shielding in room 2. The intent of this project is to fix the below deficiencies after the current MRI is removed and prior to the installation of the new 1.5T MRI machine while simultaneously ensuring efficient/safe services for the Medical Center. This project will fix the following deficiencies: RF shielding to include testing. Fire Sprinkler heads and piping system. HVAC Supply and return air diffusers. Power and data outlets. SCOPE OF WORK Location of Work: Location of work is on the Southwest side of Building 1 known as F-Wing. Access for project 558-CSI-400, Replace MRI 1.5T in Building 1 at Durham VA Health Care System, Durham, NC is gained via the loading dock, mechanical room, or double doors on the Southwest side of Building 1. The double doors on the Southwest side of Building 1 serve as a primary entry and exit for MRI, Gastroenterology, and Eye Clinic staff and patients. Currently, the loading dock area is occupied by HICAPS, so there is a chance for concurrent staging. The access road on the Southwest side of Building 1 leading to the loading docks can be extremely congested during deliveries and when patients and/or staff are entering/existing Garages A&B. Therefore, Contractor deliveries will be phased to minimize disruption to medical center operations. Scope: Provide professional construction services prior to removal of current 1.5T MRI from Room 2 (FG184B) and professional construction services in preparing Room 2 (FG184B) as shown in the drawings and specifications prior to installing a new 1.5T MRI. Additional considerations are as follows: Install a barrier to separate Room 2 (FG184B) from Room 1(FG184A) but does not impede services provided by Room 1 (FG184A). Barriers must conform to Infectious Control Risk Assessment (ICRA) requirements to protect patients and staff from construction efforts. Install a barrier in the maintenance room behind Room 2(FG184B), separating it from Room 1(FG184A) but does not hinder maintenance on operational MRI machine. Remove/reposition utilities and/or equipment directly behind Room 2 (FG184B) to ensure a clear path in removing the current MRI 1.5T. Other than Construction support, Contractor will not be involved with the removal and installation of MRI Machines. Lastly, remove Exterior Insulation and Finish System (EIFS) leading to the loading dock and install a temporary weatherproof wall to remove the current MRI 1.5T and install a new MRI 1.5T. Demolition and New Construction involving loud noises and/or vibrations must work around scheduled scans. Architectural-demolish existing finishes, including tile flooring, sub-floor, acoustic tile ceiling (ATC) and track, RFI shielding and casework. Provide new finishes in accordance with VA Imagining Services Guide for space type C111-Class 1 MRI Scanning Room and in conjunction with the Durham VA Interior Design team and Imagining Staff. New ACT ceiling will be installed at 9 0 Above Finish Floor (AFF). Watson Engineering, PC has CPS and will consult with DVAMC Contracted Physicist to determine the appropriate amount of RFI Shielding for the walls, floors, ceilings, doors, and viewing window. Replace the exterior EIFS in kind and color match. Mechanical-limited demolition of the supply and return diffusers in the ceiling and mini-split unit. New supply and return diffusers shall be provided to replace the existing ones to include testing, adjusting, and balancing. Mini-split unit(s) removed during demolition will be reinstalled in previous location. Electrical/Telecommunications-demolish all power and data outlets, electrical connections for previous MRI machine to include conduit, circuit wiring, backboxes, pull boxes, etc., in Room 2(FG184B) for the entire circuits back to the panel. Install new power and data outlets in accordance with Imaging Services Design Guide for space type CI111 Class 1 MRI Scanning Room. Install new LED lighting rated for MRI environments in accordance with VA Design Manual for a Diagnostic Imaging Room. Plumbing-no anticipated demolition of plumbing. The existing oxygen and vacuum connections within the MRI Examination room may need minor adjustment to ensure they are flush with the new architectural walls, and new house connections will be provided to meet user preferences. Fire Protection-demolish six (6) ceiling mounted sprinkler heads and plastic PVC supply lines. Install new lines and flush mounted sprinkler heads to a 9 0 Above Finished Floor height. Refer to paragraph U. for Outage Requests . Vendors should refer to the Project Design Narrative provided by the A&E for additional details. Codes and Standards: This project will meet but is not limited to the following most recent codes and standards: All Federal and local codes including National Fire Protection Agency s (NFPA) 101, 92B, 92, 96, 72, 13, 241, and 90a National Electric Code (NEC). VA Numbered Standards for Construction: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide List PG-18-9 Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Standard PG-18-14 Room Finishes, Door, and Hardware Schedule Change Summary PG-18-17 Environmental Planning Guidance D-7545 Cultural Resource Management H-7545 Cultural Resource Management Procedures VA Imagining Services Design Guide, revised 08/01/23 Construction - Provide construction service as captured in project specification and as indicated below: Contractor shall provide an online submittal and RFI review and comment system at no additional cost to the VA. Submittal Exchange, PROCORE, or a platform of similar functionality which allows submittal review by the A&E (first reviewer) and Contracting Officers Representative (COR; second reviewer/approval), comment, and archiving is required. There shall be no additional cost for adding alternate VA reviewers upon request. VA review shall be no less than 10 working days. The first submittals required are Cost Loaded Schedule, Submittal Registry, Mobilization Plan, and an Accident Prevention Plan (APP) with Activity Hazard Analysis (AHA) for activities. Refer to VA Master Construction Specification 01-35-26 General Requirements. Pre-Construction Meeting: Contractor shall participate in and facilitate a Pre-Con in conjunction with the Contracting Officer, COR, A&E, and building stakeholders as needed. Pre-Con shall be scheduled upon acceptance of necessary submittals by the COR and CO. Submittal and Request for Information (RFI) Review and Logs. As-Built Drawing Submission: Provide As-built Drawings that include the contractor s mark-ups in PDF formats. Storage: No storage of any material will be allowed on VA property unless approved by the COR. Payment of stored materials is not permitted. Period of Performance: Contractor shall complete this project no later than 250 days after issue of notice to proceed (NTP). Hours of Operation and Phasing: Construction shall be performed during 2nd Shift, 4:00PM-12:00AM, Monday-Friday to avoid exposing patients to long durations of loud noise, or vibrations which may interrupt a scan. Coordinate with the COR at least two weeks in advance of any schedule changes. Contractor shall phase construction according to the Designs to allow for continued Services during Period of Performance. Utility and System or Service Outages: No utility services such as water, gas, steam sewers or electricity, parking, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de-energized in accordance with VA Lock-out Tag-out requirements. The contractor shall submit a request to interrupt any such services to COR, in writing, 28 days in advance of the proposed interruption. Safety and Regulations: Contractor shall comply with Durham VA Safety and location specific Infection Control requirements. Contractor shall maintain control of all tools and parts. Work will take place in and around an occupied healthcare facility, operating 24 hours a day and as a result, requires appropriate personal protective equipment, safety barriers and proper infection control measures to protect workers, Staff, and patients. Contractor will meet all OSHA standards for Employee safety. The contractor shall be allotted two contractor parking passes for onsite parking. General Requirements The contractor s employees may be subject to inspection of their personal effects when entering or leaving the project site. Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads per NFPA 101 and VA requirements. Minimize disruptions and coordinate with COR. All buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. Competent, experienced, licensed, or certified workers shall perform crafts requiring specialized skills. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to all applicable requirements of American Society of Heating, Refrigeration and Air-Conditioning Engineers, NFPA, plumbing and mechanical codes, and National Electrical Code. No departures from specification requirements will be permitted without written approval. The contractor shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to Occupational Safety Health Administration, National Electrical Manufacturers Association, Architectural Barries Act and American National Safety Institute Standards and conform to the Standard Building Code and the Standard Mechanical Code. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Services at least 48 hours in advance. New work shall be installed and connected to existing work neatly, safely and professionally. Contractor to coordinate periodic VA inspection to ensure satisfactory workmanship of General Contractor and Subcontractors. Any portion of the Veteran Administration Medical Center that is disturbed or damaged shall be replaced or repaired to its prior conditions. The contractor is required to notify the COR upon arrival and departure of personnel at the work site every day work is performed during the execution of this project. END OF SCOPE OF WORK

Deadline: 1/6/2026
Posted: 11/18/2025
SolicitationNAICS: 236220.0

Z2DA--Replace MRI 1.5T

Scope of Work SCOPE OF WORK Replace MRI 1.5T In Building 1 Project Number: 558-CSI-400 BACKGROUND The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The Magnetic Resonance Imagining (MRI) Section in F-Wing of Building #1 provides imagining services to Veterans. Room 2(FG184B) is approximately 486 square feet and houses a Phillips 1.5T MRI machine which has reached its useful life and is being replaced. Additionally, the Radio Frequency (RI) test reports drive the replacement of shielding in room 2. The intent of this project is to fix the below deficiencies after the current MRI is removed and prior to the installation of the new 1.5T MRI machine while simultaneously ensuring efficient/safe services for the Medical Center. This project will fix the following deficiencies: RF shielding to include testing. Fire Sprinkler heads and piping system. HVAC Supply and return air diffusers. Power and data outlets. SCOPE OF WORK Location of Work: Location of work is on the Southwest side of Building 1 known as F-Wing. Access for project 558-CSI-400, Replace MRI 1.5T in Building 1 at Durham VA Health Care System, Durham, NC is gained via the loading dock, mechanical room, or double doors on the Southwest side of Building 1. The double doors on the Southwest side of Building 1 serve as a primary entry and exit for MRI, Gastroenterology, and Eye Clinic staff and patients. Currently, the loading dock area is occupied by HICAPS, so there is a chance for concurrent staging. The access road on the Southwest side of Building 1 leading to the loading docks can be extremely congested during deliveries and when patients and/or staff are entering/existing Garages A&B. Therefore, Contractor deliveries will be phased to minimize disruption to medical center operations. Scope: Provide professional construction services prior to removal of current 1.5T MRI from Room 2 (FG184B) and professional construction services in preparing Room 2 (FG184B) as shown in the drawings and specifications prior to installing a new 1.5T MRI. Additional considerations are as follows: Install a barrier to separate Room 2 (FG184B) from Room 1(FG184A) but does not impede services provided by Room 1 (FG184A). Barriers must conform to Infectious Control Risk Assessment (ICRA) requirements to protect patients and staff from construction efforts. Install a barrier in the maintenance room behind Room 2(FG184B), separating it from Room 1(FG184A) but does not hinder maintenance on operational MRI machine. Remove/reposition utilities and/or equipment directly behind Room 2 (FG184B) to ensure a clear path in removing the current MRI 1.5T. Other than Construction support, Contractor will not be involved with the removal and installation of MRI Machines. Lastly, remove Exterior Insulation and Finish System (EIFS) leading to the loading dock and install a temporary weatherproof wall to remove the current MRI 1.5T and install a new MRI 1.5T. Demolition and New Construction involving loud noises and/or vibrations must work around scheduled scans. Architectural-demolish existing finishes, including tile flooring, sub-floor, acoustic tile ceiling (ATC) and track, RFI shielding and casework. Provide new finishes in accordance with VA Imagining Services Guide for space type C111-Class 1 MRI Scanning Room and in conjunction with the Durham VA Interior Design team and Imagining Staff. New ACT ceiling will be installed at 9 0 Above Finish Floor (AFF). Watson Engineering, PC has CPS and will consult with DVAMC Contracted Physicist to determine the appropriate amount of RFI Shielding for the walls, floors, ceilings, doors, and viewing window. Replace the exterior EIFS in kind and color match. Mechanical-limited demolition of the supply and return diffusers in the ceiling and mini-split unit. New supply and return diffusers shall be provided to replace the existing ones to include testing, adjusting, and balancing. Mini-split unit(s) removed during demolition will be reinstalled in previous location. Electrical/Telecommunications-demolish all power and data outlets, electrical connections for previous MRI machine to include conduit, circuit wiring, backboxes, pull boxes, etc., in Room 2(FG184B) for the entire circuits back to the panel. Install new power and data outlets in accordance with Imaging Services Design Guide for space type CI111 Class 1 MRI Scanning Room. Install new LED lighting rated for MRI environments in accordance with VA Design Manual for a Diagnostic Imaging Room. Plumbing-no anticipated demolition of plumbing. The existing oxygen and vacuum connections within the MRI Examination room may need minor adjustment to ensure they are flush with the new architectural walls, and new house connections will be provided to meet user preferences. Fire Protection-demolish six (6) ceiling mounted sprinkler heads and plastic PVC supply lines. Install new lines and flush mounted sprinkler heads to a 9 0 Above Finished Floor height. Refer to paragraph U. for Outage Requests . Vendors should refer to the Project Design Narrative provided by the A&E for additional details. Codes and Standards: This project will meet but is not limited to the following most recent codes and standards: All Federal and local codes including National Fire Protection Agency s (NFPA) 101, 92B, 92, 96, 72, 13, 241, and 90a National Electric Code (NEC). VA Numbered Standards for Construction: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide List PG-18-9 Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Standard PG-18-14 Room Finishes, Door, and Hardware Schedule Change Summary PG-18-17 Environmental Planning Guidance D-7545 Cultural Resource Management H-7545 Cultural Resource Management Procedures VA Imagining Services Design Guide, revised 08/01/23 Construction - Provide construction service as captured in project specification and as indicated below: Contractor shall provide an online submittal and RFI review and comment system at no additional cost to the VA. Submittal Exchange, PROCORE, or a platform of similar functionality which allows submittal review by the A&E (first reviewer) and Contracting Officers Representative (COR; second reviewer/approval), comment, and archiving is required. There shall be no additional cost for adding alternate VA reviewers upon request. VA review shall be no less than 10 working days. The first submittals required are Cost Loaded Schedule, Submittal Registry, Mobilization Plan, and an Accident Prevention Plan (APP) with Activity Hazard Analysis (AHA) for activities. Refer to VA Master Construction Specification 01-35-26 General Requirements. Pre-Construction Meeting: Contractor shall participate in and facilitate a Pre-Con in conjunction with the Contracting Officer, COR, A&E, and building stakeholders as needed. Pre-Con shall be scheduled upon acceptance of necessary submittals by the COR and CO. Submittal and Request for Information (RFI) Review and Logs. As-Built Drawing Submission: Provide As-built Drawings that include the contractor s mark-ups in PDF formats. Storage: No storage of any material will be allowed on VA property unless approved by the COR. Payment of stored materials is not permitted. Period of Performance: Contractor shall complete this project no later than 250 days after issue of notice to proceed (NTP). Hours of Operation and Phasing: Construction shall be performed during 2nd Shift, 4:00PM-12:00AM, Monday-Friday to avoid exposing patients to long durations of loud noise, or vibrations which may interrupt a scan. Coordinate with the COR at least two weeks in advance of any schedule changes. Contractor shall phase construction according to the Designs to allow for continued Services during Period of Performance. Utility and System or Service Outages: No utility services such as water, gas, steam sewers or electricity, parking, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de-energized in accordance with VA Lock-out Tag-out requirements. The contractor shall submit a request to interrupt any such services to COR, in writing, 28 days in advance of the proposed interruption. Safety and Regulations: Contractor shall comply with Durham VA Safety and location specific Infection Control requirements. Contractor shall maintain control of all tools and parts. Work will take place in and around an occupied healthcare facility, operating 24 hours a day and as a result, requires appropriate personal protective equipment, safety barriers and proper infection control measures to protect workers, Staff, and patients. Contractor will meet all OSHA standards for Employee safety. The contractor shall be allotted two contractor parking passes for onsite parking. General Requirements The contractor s employees may be subject to inspection of their personal effects when entering or leaving the project site. Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads per NFPA 101 and VA requirements. Minimize disruptions and coordinate with COR. All buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. Competent, experienced, licensed, or certified workers shall perform crafts requiring specialized skills. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to all applicable requirements of American Society of Heating, Refrigeration and Air-Conditioning Engineers, NFPA, plumbing and mechanical codes, and National Electrical Code. No departures from specification requirements will be permitted without written approval. The contractor shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to Occupational Safety Health Administration, National Electrical Manufacturers Association, Architectural Barries Act and American National Safety Institute Standards and conform to the Standard Building Code and the Standard Mechanical Code. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Services at least 48 hours in advance. New work shall be installed and connected to existing work neatly, safely and professionally. Contractor to coordinate periodic VA inspection to ensure satisfactory workmanship of General Contractor and Subcontractors. Any portion of the Veteran Administration Medical Center that is disturbed or damaged shall be replaced or repaired to its prior conditions. The contractor is required to notify the COR upon arrival and departure of personnel at the work site every day work is performed during the execution of this project. END OF SCOPE OF WORK

Deadline: 1/6/2026
Posted: 11/18/2025
SolicitationNAICS: 236220.0

Cybersecurity Operations Facility

The P002 project is a new construction requirement to deliver for the Navy (Marines) a 3-story Cybersecurity Operations Facility/Administrative facility located at Fort Meade, Maryland. The facility includes secure open office spaces, operational areas, large server area, building utilities and connections, with redundant mechanical and electrical systems, secure telecommunication distribution systems and a loading dock area. Mission support areas include joint staff offices, executive offices, training spaces, collaborative spaces, and meeting rooms.***Amendment 0001 dated 07 April 2025, the purpose of this amendment is to update the fill in provisions and clauses: 52.252-1 Solicitation Provisions Incorporated by Reference, 52.204-8 Annual Representations and Certifications, 52.211-12 Liquidated Damages-Construction, 52.228-1 Bid Guarantee, 252.236-7001 Contract Drawings and Specifications. All other terms and conditions of this solicitation remain unchanged.***Amendment 0002 dated 10 April 2025, the purpose of this amendment is to provide the sign-in sheet from the site visit and to provide a change to the specification All other terms and conditions of this solicitation remain unchanged.*** Amendment 0003 dated 09 May 2025, the purpose of this amendment is to provide the following; 1. RFI responses and its attachments, 2. Revised Proposal Submission Documents, 3. Revised Small Business Participation Plan Document, 4. Certificate of Corporate Authority and SF LLL Form, 5. Update to clause 52.36-1, Performance Work by Contractor, 6., Attachment D Supplemental Pricing Information Condensed, 7., Provide an update to CLIN 0006 8., Extend the solicitation close date from 23 May 2025 at 1100 am (EST) to 06 June 2025 at 1100 am (EST). All other terms and condition of this solicitation remain unchanged. ******Amendment 0004 dated 19 May 2025, the purpose of this amendment is to revise the important notes regarding this acquisition section of the solicitation to incorporate the following language Erosion and Sediment Control and Stormwater Management Permits Are Not Readily Available for This Project. Permits are expected to be received sometime in August 2025. All other terms and conditions of this solicitation remain unchanged.***** Amendment 0005 dated 03 June 2025, the purpose of this amendment is to extend the proposal due date to 20 June 2025 and provide additional responses to request for information. All other terms and conditions remain unchanged.*****Amendment 0006 dated 17 June 2025, the purpose of this amendment is to extend the proposal due date to 08 July 2025 at 1100 am. All other terms and conditions remain the same.*****Amendment 0007 dated 01 July 2025, the purpose of this amendment is to incorporate the following language: The FAR requires the use of Project Labor Agreements (PLAs) in construction projects valued over $35 million. However, the Contracting Officer is currently seeking an exception to the requirement to use a PLA for this project. No exception to the PLA requirement has been granted at this time. A decision regarding the PLA exception is not expected for at least 60 days. The contracting officer will notify offerors of the outcome of the request for exception once known. As a result of this amendment the proposal due date has been extended from 08 July 2025, 1100, am (EDT) to 09 September 2025 at 1100 am (EDT). All other terms and conditions of this amendment remains unchanged.*****Amendment 0008 dated 06 August 2025; A project labor agreement waiver is not applicable to this project. Therefore, Project Labor Agreements are required in accordance with FAR 22.5 Use of Project Labor Agreements for Federal Construction Projects. Offerors shall submit an offer subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, general requirements for project labor agreements. Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government. The purpose of this amendment is: 1. Incorporate the applicable project labor agreement provisions and clauses; 52.222-33, Notice of Requirement for Project Labor Agreement, 52.222-34, Project Labor Agreement, 2. Include project labor agreement requirements for this solicitation in the Proposal Submission section, Basis for Award section and Important Notes Regarding This Acquisition section of this solicitation, 3. Provide updated language to CLINs 0003, 0004 and 0006, 4. Provide an updated wage determination MD20250082 dated 06/27/2025. No further RFIs will be accepted. All other terms and conditions of this solicitation remain unchanged.*****Amendment 0009 dated 11 August 2025, the purpose of this amendment is to replace sheet CS 101 in its entirety. All other terms and conditions remain unchanged.*****Amendment 0010 dated 18 August 2025, The purpose of this amendment is to notify all offerors that the overall contract is firm fixed-priced. As such all CLINS are included in the firm fixed-price and therefore all allowances for CLINs 0003 and 0004 are included in the firm fixed-price. If during construction American Water or BG and E indicate and can justify their level of effort shall exceed the allowance, the contractor shall follow the USACE REA or modification process as appropriate. Please see notes section of the price schedule for further clarification. A pdf version of the price schedule has also been uploaded to the solicitation. All other terms and conditions for this solicitation remain unchanged.*****Amendment 0011 dated 04 September 2025, The purpose of this amendment is to extend the proposal due date while we determine the proper course of action due to the filing of a COF-C protest. As a result of this amendment, the proposal due date changed from 09 September 2025 at 1100 am (EDT) to 14 October 2025 at 1100 am (EDT). All other terms and conditions of this solicitation remain unchanged.*****Amendment 0012 dated 08 September 2025, The purpose of this amendment is to update the Important Notes Regarding this Acquisition section of the solicitation to re-open the request for information (RFIs) in projnet. All RFIs must be submitted in projnet no later than 15 September 2025 at noon (EDT). Any RFIs received after the due date will not be accepted. All other terms and conditions of this solicitation remain unchanged.*****Amendment 0013 dated 06 October 2025, the purpose of this amendment is to provide the request for information (RFI) responses, Amendment 0013 Summary of Changes and to extend the proposal due date from 14 October 2025 at 1100 am (EDT) to 06 January 2026 at 1100 am (EST). All other terms and conditions of this solicitation remain unchanged.*****

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

Library of Congress - Braille Transcription IDIQ

This acquisition will be conducted in accordance with FAR 13.5 procedures. Proposals will be evaluated using the Best Value Trade-off (BVTO) Evaluation method. The National Library Service (NLS) provides reading materials in audio and braille formats to U.S. residents and U.S. citizens living abroad who are unable to use conventional print materials because of visual and physical limitations. NLS has over 170,000 audio and braille titles in its collection and adds over 5,000 titles annually. NLS provides a collection of reading material in braille and audio format available to residents of the United States and American citizens living abroad who cannot hold, handle or read standard print material because of a temporary or permanent visual or physical limitation. The Library of Congress is in need of a contractor to provide Braille Transcription services to the National Library Service for the Blind and Print Disabled. Please see the attached full solicitation and its attachments. Offeror questions are due no later than 12/05/2025 at 12:00 PM EST. Responses to offeror questions will be posted as an amendment to the solicitation at the same page where the solicitation and attachments are located. Proposals are due no later than 01/06/2026 at 12:00 PM EST.

Deadline: 1/6/2026
Posted: 11/18/2025
Combined Synopsis/SolicitationNAICS: 561410.0

FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)

PROJECT TITLE: FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S) PROJECT LOCATION: NORTH MYRTLE BEACH, SOUTH CAROLINADESCRIPTION OF WORK: THE DEEPWATER OCEAN OUTFALL IS A PROJECT TO UPGRADE THE STORMWATER COLLECTION AND CONVEYANCE SYSTEM IN A COASTAL URBAN AREA OF NORTH MYRTLE BEACH, SOUTH CAROLINA. THIS DEEPWATER OCEAN OUTFALL WILL BE DESIGNED AND CONSTRUCTED BY THE SAME CONTRACTOR ON ONE DESIGN-BUILD CONTRACT. IT WILL BE COORDINATED IN TANDEM WITH A SEPARATELY CONTRACTED PROJECT TO UPGRADE THE LANDWARD PORTION OF THE STORMWATER SYSTEM THAT WILL CONSOLIDATE AND REROUTE DRAINAGE INLETS AND PIPES ALONG THE STREET AND OTHER OPEN AREAS. THIS SOLICITATION IS HEREBY POSTED AS OF 18 NOVEMBER 2025.

Deadline: 1/6/2026
Posted: 11/18/2025
SolicitationNAICS: 237990.0

48--VALVE,LINEAR,DIRECT - AND OTHER REPLACEMENT PARTS

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||X||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|X|X|X||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. No drawings or technical data are available for this item. Delivery lead time_________aro. Offer valid for _____ days. If you are not the manufacturer of the material you are offering, you must state who the OEM is (CAGE code) and the part number you are offering. Please provide an email address for follow up communications. ____________________________________________________________ If your organization uses more than one CAGE code, please note the specific CAGE code to be used for this order on your proposal. NOTE: FOB SOURCE IS REQUIRED, INSPECTION AND ACCEPTANCE AT SOURCE IS REQUIRED The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ REFURBISHED MATERIAL IS NOT ACCEPTABLE. NOTE TO DISTRIBUTORS/DEALERS: IF YOU ARE A DISTRIBUTOR, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A LETTER FROM THE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN "AUTHORIZED" DISTRIBUTOR. IF YOU ARE A DEALER, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A STATEMENT CLEARLY IDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. IF PROPOSING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE TAKE NOTE TO THE TRACEABILITY REQUIREMENTS CITED IN CLAUSES DLATERMHZ01 IN THE SOLICITATION. CONTRACT DISTRIBUTION: It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and e-mail address. Contractors can view their orders, contracts, and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Proposal will require electronic submittal of Receiving Report and Invoices through PIEE-WAWF. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 3188635-2; 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. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 3798354-4; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Deadline: 1/6/2026
Posted: 10/8/2025
SolicitationNAICS: 332919.0

VA NP BLRI 1K1 - Blue Ridge Parkway

Sealed bids from certified Small Business Concerns only will be accepted for the Blue Ridge Parkway, Project VA NP BLRI 1K1, Solicitation Number 693C73-26-B-000004, located in Bedford County, Virginia. The project consists of pavement rehabilitation from MP 86 to MP 89 along the Blue Ridge Parkway. The work includes full depth reclamation, drainage improvement, signage and other miscellaneous work. The project will be split into multiple work schedules/contract options, with the cost of the entire project expected to fall within the price range of $4,000,000 to $7,000,000. Bid documents should be issued on or about November 20, 2025. Bid due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Use Internet address https://www.sam.gov (click on Contract Opportunities, then type “693C73” in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents. All documents can be directly downloaded from this website. Solicitation documents will not be mailed. Register to receive email notifications to be automatically notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Please send all questions concerning construction projects to eflhd.contracts@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT SAM REGISTRATION AND PAYMENT REQUIREMENTS In accordance with Federal Acquisition Regulation (FAR) 52.204-7 (DEVIATION SEP 2025), prospective contractors shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer in response to this solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Annual contractor representations and certifications must be completed online at https://www.sam.gov. Also, FAR 52.232-33 requires SAM registration for payment. The required annual Form VETS-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. PLEASE NOTE For security reasons, individuals requiring access to all government buildings must present a valid photo ID and be escorted to their destination by a Government employee. All visitors attending bid openings are urged to arrive at least 1 hour prior to a scheduled bid opening. All visitors must sign in at the main entrance of the Quantum Park facility and wait to be escorted by a Government employee to Eastern Federal Lands Highway Division (EFLHD) in Suite 200. Visitors must then register with the EFLHD Receptionist. A Government employee will collect all bids. Prior to the bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made. Bidders are encouraged to submit bids electronically per the instructions provided in the solicitation.

Deadline: 1/6/2026
Posted: 11/6/2025
PresolicitationNAICS: 237310.0

REPAVE CGA, PSN 30134884

Repave CGA at U.S. Coast Guard Academy, New London, CT, PSN 30134884 To repave various locations (Campbell Drive, Eagle Drive and Pickering Road, and Lot J) at the U.S. Coast Guard Academy in New London, CT.

Deadline: 1/6/2026
Posted: 11/17/2025
SolicitationNAICS: 237990.0

48--VALVE,LINEAR,DIRECT - AND OTHER REPLACEMENT PARTS

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||X||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|X|X|X||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. No drawings or technical data are available for this item. Delivery lead time_________aro. Offer valid for _____ days. If you are not the manufacturer of the material you are offering, you must state who the OEM is (CAGE code) and the part number you are offering. Please provide an email address for follow up communications. ____________________________________________________________ If your organization uses more than one CAGE code, please note the specific CAGE code to be used for this order on your proposal. NOTE: FOB SOURCE IS REQUIRED, INSPECTION AND ACCEPTANCE AT SOURCE IS REQUIRED The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ REFURBISHED MATERIAL IS NOT ACCEPTABLE. NOTE TO DISTRIBUTORS/DEALERS: IF YOU ARE A DISTRIBUTOR, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A LETTER FROM THE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN "AUTHORIZED" DISTRIBUTOR. IF YOU ARE A DEALER, YOUR PROPOSAL MUST BE ACCOMPANIED WITH A STATEMENT CLEARLY IDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. IF PROPOSING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE TAKE NOTE TO THE TRACEABILITY REQUIREMENTS CITED IN CLAUSES DLATERMHZ01 IN THE SOLICITATION. CONTRACT DISTRIBUTION: It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and e-mail address. Contractors can view their orders, contracts, and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Proposal will require electronic submittal of Receiving Report and Invoices through PIEE-WAWF. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 3188635-2; 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. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 3798354-4; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Deadline: 1/6/2026
Posted: 10/9/2025
SolicitationNAICS: 332919.0

FILTER, ELEMENT, FLUID / NSN 1650-01-114-1899 / FA-18 AIRCRAFT

A 100% Small Business Set-Aside solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for NSN 1650-01-114-1899, a FILTER, ELEMENT, FLUID. The award will be for a 5-year base period. The Estimated Annual Quantity (EAQ) is 2560 each. Production units will be FOB: Destination; Inspection /Acceptance: Origin. Item is critical but not deemed a Critical Safety Item. Surge requirements apply (MWR = 6 each). The proposed contract action is for supplies 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. The NSN is in accordance with MIL-STL-8815E, REV. E DTD 06/08/2023, PPN M8815/6-8. DLA Aviation does possess complete technical data on this part for any interested vendor. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. 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. This solicitation may include Procurement Note L09, Reverse Auction. Since a reverse auction may be conducted, offerors are encouraged to access the Procurex system and review the reverse auction help tutorials at https//dla.procurexinc.com to learn more about how to participate in an auction. In order to receive an award, regardless of dollar value, contractors must be registered in the System For Award Management (sam.gov). The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. The estimated solicitation issue date is 12/04/2025 and is when technical data will become available via cFolders on DIBBS. A copy of the solicitation will be available via DIBBS at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requesters.

Deadline: 1/6/2026
Posted: 11/18/2025
PresolicitationNAICS: 336413.0

INSULATOR,DISK

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)|N/A|TBD|N00104|TBD|TBD|W25G1U|TBD|N/A|N/A|N/A|N/A||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2025)|13|335932|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE PURPOSE OF THIS AMENDMENT IS TO LIST THE PART NUMBER PN JB298. ALL OTHER TERMS AND CONDIDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS TO HEREBY DISSOLVE THE SMALL BUSINESS SET ASIDE. THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE DATE. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. PLEASE HAVE BID IN NO LATER THAN 18 AUG 2025. UNLESS OTHERWISE SPECIFIED, PRICING FOR THIS QUOTATION IS VALID FOR 60 DAYS AFTER THE CLOSING DATE AS INDICATED ON THE QUOTATION. A MATERIAL IRPOD IS AVAILABLE AT THE BPMI SITE. VENDOR REVIEW OF THE IRPOD IS MANDATORY. PLEASE SPECIFY (IF OTHER THAN 60 DAYS) ______________ DAYS.IF YOU ARE SUBMITTING YOUR QUOTE VIA EMAIL OR NECO,PLEASE SPECIFY THE NUMBER OF DAYS PRICING IS VALID. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARECONSIDERED TO BE 'ISSUED' BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCEMETHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO 'ISSUE' CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. PLEASE SEE SOLICITATION FOR SHELF LIFE REQUIREMENTS. 1. SCOPE 1.1 In the event of a conflict between section "C" and section "D" of the contract/purchase order, Section "C" will take precedence. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents; TECHNICAL DOCUMENTS ASSOCIATED TO THIS SOLICITATION OR AWARD SUCH AS; IRPOD, DRAWINGS,TECHNICAL DATA, STRs, AS WELL AS CERTAIN MILITARY SPECIFICATIONS, AND COMMERCIAL ITEM DESCRIPTIONS (CID) ETC. MAY BE OBTAINED AT (HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE) THESE DOCUMENTS, AT THE REQUIRED REVISION LEVELS THAT ARE ASSOCIATED TO EITHER THIS SOLICITATION OR AWARD, BECOME A PART OF THIS SOLICITATION OR AWARD UNLESS CHANGED BY AN ADMENDMENT TO THE SOLICITATION OR MODIFICATION TO THE AWARD. THIS WEBSITE REQUIRES A PASSWORD AND PRE-REGISTRATION. TO OBTAIN INSTRUCTION ON HOW TO REGISTER AND OBTAIN A PASSWORD CONTACT THE BPMI WEBSITE ADMINISTRATOR. 3. REQUIREMENTS 3.1 NAVSUP WSS-MECH CODE N94 ADDITIONAL TECHNICAL DOCUMENTATION ORDER OF PRECEDENCE AND EFFECTIVE ISSUES OF CITED DOCUMENTATION DATED: JULY 2004 A. ORDER OF PRECEDENCE FOR DOCUMENT CONFLICT RESOLUTION: THE TECHNICAL AND QUALITY REQUIREMENTS APPLICABLE TO MANUFACTURE OF THE MATERIAL BEING PURCHASED UNDER THIS ORDER ARE CONTAINED OR INVOKED IN ONE OR MORE OF THE DOCUMENTS LISTED BELOW. IN THE EVENT OF ANY INCONSISTENCIES BETWEEN ANY PROVISIONS OF THIS ORDER, THE ORDER OR PRECEDENCE SHALL BE AS FOLLOWS: 1. AMENDMENTS TO THE PURCHASE ORDER/CONTRACT 2. SCHEDULE OF SUPPLIES OF THE PURCHASE ORDER/CONTRACT. 3. TERMS AND CONDITIONS OF THE PURCHASE ORDER/CONTRACT. 4. INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD); OR MASTER PROCUREMENT SPECIFICATION, AS APPLICABLE. 5. ANY INVOKED STANDARD TECHNICAL REQUIREMENTS (STRS). 6. DRAWINGS REFERENCED IN THE IRPOD, OR MASTER PROCUREMENT SPECIFICATION , AS APPLICABLE. 7. SPECIFICATIONS REFERENCED IN THE IRPOD, MASTER PROCUREMENT SPECIFICATIONS OR DRAWING(S), AS APPLICABLE. B. EFFECTIVE ISSUES OF CITED DRAWINGS, SPECIFICATIONS, STANDARDS AND OTHER DOCUMENTS: 1. THE CONTRACTOR SHALL COMPLY WITH THE SPECIFIED REVISIONS OF THE DOCUMENTS (I.E. DRAWINGS,SPECIFICATIONS,STANDARDS AND OTHER DOCUMENTS) CITED IN THE IRPOD AND/OR PROCUREMENT SPECIFICATION CONTAINED HEREIN. THE CONTRACTOR SHALL OBTAIN WRITTEN APPROVAL FOR THE CONTRACTING OFFICER TO USE DOCUMENT REVISIONS OTHER THAN THOSE SPECIFIED. WHEN A LATER DRAWING REVISION IS SUBMITTED FOR APPROVAL, TWO FULL SIZE CLEAR LEGIBLE PRINTS SHALL BE PROVIDED. 2. WHERE DOCUMENTS ARE REFERRED TO ONLY BY THE BASIC IDENTIFICATION NAME OR NUMBER AND NO SPECIFIC REVISION THERETO, THE CONTRACTOR USE OF ANY ISSUE OF THE DOCUMENT EXCEPT ALL SUCH REVISIONS SHALL BE DATED 1 NOVEMBER 1969 OR LATER. C. USE OF DOCUMENT REVISIONS IN THEIR ENTIRETY: 1. CONTRACTORS SHALL USE REVISIONS TO EACH CITED OR REFERENCED DOCUMENT IN ITS ENTIRETY UNLESS THE CONTRACTOR OBTAINS CONTRACTING OFFICER APPROVAL TO DO OTHERWISE (i.e. THE CONTRACTOR SHALL NOT USE PORTIONS OF DIFFERENT REVISIONS OF A DOCUMENT). D. VENDOR WAIVER/DEVIATIONS ON CRITICAL CONTRACTS. 1. COMPLIANCE WITH THE DELIVERY DATE AND TECHNICAL REQUIREMENTS OF NAVSUP WSS CRITICAL REPAIR PART MATERIAL CONTRACTS IS EXPECTED. 2. AS THE CAUTIONARY NOTE CONTAINED IN THE CONTRACT STATES, SELLER INTENDED USE OF ANY MATERIAL WHICH IS NOT IN FULL COMPLIANCE WITH THE SPECIFIED CONTRACT TECHNICAL REQUIREMENTS, SHOULD BE IDENTIFIED AS AN EXCEPTION IN ADVANCE EITHER AT THE TIME THE QUOTATION IS SUBMITTED OR PRIOR TO MANUFACTURE. 3. REQUESTS FOR DELIVERY DATE EXTENSIONS AND WAIVERS/DEVIATIONS SHOULD BE ACCOMPANIED BY AN EXPLANATION OF THE CAUSE FOR THE DELAY, OR THE REASON FOR THE REQUESTED NON-CONFORMANCE WITH AN OFFER OF CONSIDERATION IN THE EVENT THE CONTRACTING OFFICER CONCURS WITH YOUR REQUEST. 4. REQUESTS FOR WAIVERS/DEVIATIONS SHOULD PROVIDE JUSTIFICATION FOR THE REQUESTED CHANGE INCLUDING AN EVALUATION WHICH DEMONSTRATES THAT PROPOSED NON-CONFORMANCE WILL NOT AFFECT THE QUALITY, FORM, FIT, OR FUNCTION OF THE PART. WHERE A PROPOSED ALTERNATE OR REPLACEMENT ITEM IS OFFERED, SUPPORTING TECHNICAL DATA (CATALOG PAGE, DRAWING (S), ETC.) THAT FULLY DESCRIBE THE PROPOSED ITEM SHALL BE PROVIDED FOR TECHNICAL EVALUATION. 5. REQUESTS WHICH DO NOT CONTAIN THE ABOVE INFORMATION WILL BE RETURNED AND WILL NOT BE SUBMITTED TO TECHNICAL/ENGINEERING REVIEW UNTIL SUFFICIENT JUSTIFICATION IS PROVIDED. 6. REQUESTS FOR WAIVERS/DEVIATIONS SHALL BE PRESENTED TO THE GOVERNMENT QUALITY ASSURANCE REPRESENTATIVE (QAR) FOR COMMENT. THE QAR SHALL FORWARD THE REQUEST, WITH THEIR COMMENTS, DIRECTLY TO THE POST AWARD PCO IDENTIFIED IN THE CONTRACT/PURCHASE ORDER WITHIN FIVE WORKING DAYS AFTER RECEIPT. E. EXCLUSION OF MERCURY 1. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO OR COME IN DIRECT CONTACT WITH HARDWARE OR SUPPLIES UNDER THIS CONTRACT. 4. QUALITY ASSURANCE 4.1 The Quality Assurance requirements are located in the INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD). The contractor shall provide and maintain an inspection system acceptable to the Government covering the supplies herein. Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of this contract and for such longer periods as may be specified elsewhere in the contract. 5. PACKAGING 5.1 WHEN THE CLEANLINESS CONTROL REQUIREMENTS OF ONE OR MORE OF THE FOLLOWING DOCUMENTS ARE INVOKED: MIL-STD-767, MIL-STD-2041, REFUELING CLEAN, OR REACTOR PLANT CLEAN, THE FOLLOWING CLARIFICATION OF REQUIREMENTS FOR MIL-PRF-23199 PACKAGING OF REPAIR PARTS APPLIES. (1). THE FOLLOWING SUMMARY CLARIFIES THE PACKAGING REQUIREMENTS OF MIL-PRF-23199 PERTAINING TO THE USE OF MIL-DTL-24466 GREEN POLY BAGS. THE SUPPLIER REMAINS RESPONSIBLE FOR MEETING ALL CONTRACT REQUIREMENTS. SUPPLIERS WHO ARE UNSURE OF THE PACKAGING, PACKING, AND MARKING. REQUIREMENTS FOR A PARTICULAR PART SHOULD REQUEST CLARIFICATION BY CONTACTING THE NAVSUP-WSS CONTRACTING POC. (A). PARAGRAPH 3.4.2 OF MIL-PRF-23199 DISCUSSES LEVEL B PACKAGING AND REFERS TO PARAGRAPH 3.3.1 FOR THE METHOD OF PACKAGING. PARAGRAPH 3.3.1 PROVIDES SEVERAL METHODS OF PACKAGING. PACKAGING IN HEAT SEALED ENVELOPES IS COVERED IN PARAGRAPH 3.3.1.1 WHICH STATES, "COMPONENTS WHICH ARE SUBJECT TO CLEANLINESS CONTROLS (SEE 6.2) OR AS SPECIFIED (SEE 6.1) SHALL BE PACKAGED IN HEAT SEALED ENVELOPES (SEE 3.2.2.5 AND 3.2.2.5.1)". (2). THE FOLLOWING CONDITIONS MUST BE SATISFIED IN ORDER FOR MIL-DTL-24466 BAGS TO APPLY: (A). PARAGRAPH 6.2 OF MIL-PRF-23199 DEFINES CLEANLINESS CONTROLS AS ANY REFERENCE TO (OR APPLICATION OF) THE CLEANLINESS CONTROL REQUIREMENTS OF ONE OR MORE OF THE FOLLOWING DOCUMENTS: MIL-STD-767, MIL-STD-2041, REFUELING CLEAN, REACTOR PLANT CLEAN, OR OTHER REQUIREMENTS IDENTIFIED WITHIN THE IRPOD. THE REPAIR PART MUST HAVE CLEANING REQUIREMENTS OF ONE OF THE AFORMENTIONED METHODS. (B). PARAGRAPH 6.1 CONTAINS ORDERING DATA OPTIONS. PARAGRAPH 6.1(k)2. PROVIDES AN OPTION TO SPECIFY THE METHOD OF PACKAGING TO BE USED WHEN PACKAGING IS OTHER THAN IN ACCORDANCE WITH PARAGRAPH 3.3.1.1 ONLY. IF A CONTRACT SPECIFIES ANY ADDITIONAL REQUIREMENTS FOR THE USE OF GREEN POLY BAGS, THEN THEY ARE REQUIRED AND TAKE PRECEDENCE. (4). THE USE OF FIRE RETARDANT PACKAGING MATERIAL IS NO LONGER REQUIRED IN ANY NAVSUP-WSS N94 CONTRACT. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 1. NUCLEAR REACTOR PUBLICATIONS ASSIGNED NAVSEA DOCUMENT AND IDENTIFICATION NUMBERS THAT ARE NOT AVAILABLE FROM BPMI E-COMMERCE WEB SITE MUST BE REQUESTED FROM: CONTRACTING OFFICER NAVSUP WSS-MECH CODE N943 5450 CARLISLE PIKE P.O. BOX 2020 MECHANICSBURG, PA. 17055-0788 REQUESTS FOR "OFFICIAL USE ONLY" AND "NOFORN" (NOT RELEASABLE TO FOREIGN NATIO NALS) DOCUMENTS MUST IDENTIFY THE QUOTATION NUMBER ON PRE-AWARD PROCUREMENT ACTIONS. REQUESTS MUST BE SUBMITTED TO THE PCO FOR CERTIFICATION OF "NEED-TO-KNOW" FOR THE DOCUMENT. ON POST-AWARD ACTIONS, THE REQUEST MUST IDENTIFY THE GOVERNMENT CONTRACT NUMBER, AND BE SUBMITTED VIA THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) FOR CERTIFICATION OF "NEED-TO-KNOW" FOR THE DOCUMENT. 2. COMMERCIAL SPECIFICATIONS, STANDARDS AND DESCRIPTIONS - THESE SPECIFICATIONS, STANDARDS AND DESCRIPTIONS ARE NOT AVAILABLE FROM GOVERNMENT SOURCES. THEY MAY BE OBTAINED FROM THE PUBLISHERS OR SOCIETIES OF THE APPLICABLE DOCUMENTS. 6.2 In accordance with DoDI 5230.24 all documents and drawings provided by the U.S. Navy to prospective 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 6 (six) 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. 6.3 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVSUP-WSS has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVSUP-WSS does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVSUP-WSS DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspection is required. The data is sent by the contractor directly to the personnel listed in Block 14 of the DD Form 1423. LT is used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of LT is the special case where the contracting agency does not desire to have separate DD Forms 250 but desires to have a Government quality assurance representative perform inspection. The Government quality assurance representative shall be listed on the distribution in Block 14 and requested to provide comments via the quality assurance letter of inspection. Use of the symbol LT is not authorized for data comprising final delivery of Technical Data Package of for Technical Manuals. (LT may, however, be used for delivery of preliminary TDP's or TM's). (7) As specified in Block 8 of the DD Form 1423. (8) No inspection or acceptance required. No DD Form 250 or letter of transmittal required. Use of the symbol NO is not authorized for data comprising Technical Data Packages or for Technical Manuals. (9) Inspection and acceptance requirements specified elsewhere in the contract. Block 8: Is the approval code - Items of critical data requiring specific advanced written approval prior to distribution of the final data item will be identified by placing an "A" in this field. This data item requires submission of a preliminary draft prior to publication of a final document. When a preliminary draft is required, Block 16 of the DD Form 1423 will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued. Block 16 will also indicate the extent of the approval requirements, e.g., approval of technical content and/or format. Block 9: Is the distribution statement code which explains how the Government can circulate the deliverable item. The definition of codes A, B, C, D, E, or F is as follows: A. Distribution of the item is unrestricted. B. Distribution of the item is limited to agencies only. C. Distribution of the item is limited to contractors with a cage code and have a DD Form 2345 on file with the DLA Logistics Information Services (DLIS) Battle Creek, Mich. or Government activities. D. Distribution of the item is limited to DOD activities and DOD contractors only. E. Distribution of the item is limited to DOD components only. F. Distribution of the item is restricted from Foreign Nations and Foreign Nationals. Block 10: Is the frequency which the deliverable item is expected to be delivered to the Government. The abbreviations and their meaning. ANNLY Annually ASGEN As generated ASREQ As required BI-MO Every two months BI-WE Every two weeks DAILY Daily DFDEL Deferred Delivery MTHLY Monthly ONE/R One time with revisions QRTLY Quarterly SEMIA Every six months WEKLY Weekly XTIME Number of times to be submitted (1time, 2times...9times) Use of these codes requires further explanation in Block 16 to provide the contractor with guidance necessary to accurately price the deliverable data item. Other abbreviations not appearing on the above list may on occasion be used in Block 10 of the DD Form 1423. When other abbreviations are used they will be fully explained in Block 16 of the DD Form 1423. Block 11: Is the last calendar date, expressed in year/month/day format, the deliverable item is to be received by the requiring office cited in Block 6 of the DD Form 1423 for an item with a Block 10 entry indication a single delivery. If the item is to be submitted multiple times, the number stated is the number of calendar days after the frequency cited in Block 10 the item is to be received by the requiring office cited in Block 6 of the DD Form 1423. On occasion the deliverable item will be required to be submitted prior to the end of the frequency cited in Block 6. In that event the requirement will be fully explained in Block 16 of the DD Form 1423. Block 12: Is the date of first submission of the deliverable item to the requiring office (Block 4) expressed in year/month/day format. The abbreviations and their meaning are as follows: ASGEN As generated ASREQ As required DAC Days after contract date DFDEL Deferred Delivery EOC End of contract EOM End of month EOQ End of quarter Specific instructions for these requirements will be provided in Block 16. If the deliverable item is constrained by a specific event or milestone the constraint will be fully explained in Block 16 of the DD Form 1423. "As generated", "As required", and "Deferred Delivery" will always be fully explained in Block 16. Block 13: Is the date of subsequent submission of the deliverable item, after the initial submission. Subsequent submission is only used to indicate the specific time period. The data is required when Block 10 of the DD Form 1423 indicates multiple delivery is required. This does not apply to resubmission of a deliverable item that has been reviewed by the requiring office and determined to be only conditionally acceptable or unacceptable. Block 14a: Will contain the activity name(s) where the deliverable item is to be sent. If the activity is other than DCMA or NAVSUP-WSS the full name, address (including code) will be specified. That specific information will be located in Block 16 of the DD Form 1423. Block 14b: Is the number of copies of draft and or final copies to be submitted. When final "Repro" copies are to be submitted Block 16 will clarify the type of Repro copies required. (e.g., vellum, negative, etc.) Block 15: Is the total of each type of copies to be submitted as required by Block 14. Block 16: Is the block used to provide additional or clarifying information Blocks 1 through 15. This block is also the only area used to tailor the document listed in Block 4. Only deletions to the minimum requirements stated in the document in Block 4 are allowed. Block 16 may also be used to specify the medium for delivery of the data. Block 17: Is the block where the bidder or offeror is to enter the appropriate price group. The price groups are defined as follows: A. Group I - Data which the contractor prepares to satisfy the Government's requirements. The contractor does not need this type of data to perform the rest of the contract. Price would be based on identifiable direct costs, overhead, General and Administrative (G&A) and profit. B. Group II - Data essential to contract performance which must be reworked or amended to conform to Government requirements. The price for data in this group would be based on the direct cost to convert the original data to meet Government needs and to deliver it, plus allocable overhead, G&A and profit. C. Group III - Data which the contractor must develop for his own use and which requires no substantial change to conform to Government requirements regarding depth of content, format, frequency of submittal, preparation, and quality of data. Only the costs of reproducing, handling and delivery, plus overhead, G&A and profit, are considered in pricing data in this group. D. Group IV - Data which the contractor has developed as part of his commercial business. Not much of this data is required and the cost is insignificant. The item should normally be coded "no charge." An example is a brochure or brief manual developed for commercial application which will be acquired in small quantities, and the added cost is too small to justify the expense of computing the charge that otherwise would go with the acquisition. Block 18: Enter the total estimated price equal to that portion of the total price which is estimated to be attributable to the production or development for the government of that ITEM OF DATA. THE ENTRY "N/C" FOR "NO CHARGE" is acceptable. DATE OF FIRST SUBMISSION=EOC Submit at the time of material delivery a Certificate of Compliance per DI-MISC-81356 to NAVSUP-WSS code N9433. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National Stock Number and Item Nomenclature specified in the schedule of Supply/Services. DI-MISC-A81356 CITED IN BLOCK 4 IS A UNIQUE NAVSUP-WSS DD1423 SEQUENCE CONTROL NUMBER - CERTIFICATION PACKAGE TO BE IAW DID DI-MISC-81356(LATEST REV). DATE OF FIRST SUBMISSION=EOC Submit at time of material delivery, a cure date certificate IAW DI-MISC-81318 to NAVSUP-WSS Code N9433. A separate certificate will be prepared and submitted for each unique combination of Contract Number, National Stock Number, and Item Nomenclature specified in the schedule of supplies/services. DI-MISC-A81318 CITED IN BLOCK 4 IS A UNIQUE NAVSUP-WSS DD1423 SEQUENCE CONTROL NUMBER - CERTIFICATION PACKAGE TO BE IAW DID DI-MISC-81318(LATEST REV).

Deadline: 1/6/2026
Posted: 11/10/2025
SolicitationNAICS: 335932.0

VALVE,GLOBE

CONTACT INFORMATION|4|N742.16|WVA|N/A|robert.h.langel.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|20|365||||||||||||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|TBD|N50286 QTY 20|TBD|TBD|N/A|N/A|TBD|N/A| N/A|See form DD1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||x| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|ONE (1)|See CDRL|30 DAYS|TBD|R. Hunter Langel at robert.h.langel.civ@us.navy.mil|TBD|See CDRL|TBD||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13||x|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|332911|750||| 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|332911|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION OF FIRST ARTICLE TESTING|3|||x| 1.This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2.The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 5.Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6.If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7.NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers IAW FAR 13.106(a)(2). 8.Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 9.Offerors must have a valid U.S. Security Clearance of CONFIDENTIAL or higher in order to respond to this RFQ N00104-26-Q-ZA06, because the RFQ N00104-26-Q-ZA06 includes an annex 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 (NSPOM)(DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). 10.This solicitation requires First Article Testing (FAT). See FAR 52.209-3 First Article Approval - Contractor Testing for more details. 11.This requirement requires access to NOFORN and/or Naval Nuclear Propulsion Information. See local text WSSTERMHZ12 for further information. If you wish to obtain a copy of the drawings, please download the security agreement form from SAM.gov and email the completed, signed form to robert.h.langel.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. 1.2 ;NSN 1H9510-01-495-9543X2 will be supplied to the successful bidder for the manufacture of the stems.; 1.3 ;NSN 1H9510-01-495-9543X2 will be supplied to the successful bidder for the manufacture of the stems.; 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: ;4384676 - 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 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. 2.3.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=4384676 |53711| C| |D|0001 | C|00026|0000000 DRAWING DATA=5959306 |53711| E| |D|0001 | E|00026|0000000 DRAWING DATA=5959306E1 |53711| A|ER |D|0001 | A|00026|0000000 DRAWING DATA=5959306E3 |53711| B|ER |D|0001 | B|00026|0000000 DRAWING DATA=5959306E7 |53711| A|ER |D|0001 | A|00026|0000000 DOCUMENT REF DATA=FED-STD-H28 | | | |190426|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=ASTM-B348 | | | |211101|A| | | DOCUMENT REF DATA=ASTM-B381 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-B564 | | | |191101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 2631 | | |G |191101|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|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=A-A-59004 | | |B |081118|A| | | DOCUMENT REF DATA=SAE AMS-STD-2154 | | |E |210701|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 ;Complete 1/2 Inch IPS, Seawater Service, Socket weld End Connections, Globe Valve must be in accordance with NAVSEA Drawing 803-5959306 assembly 803-5959306-T-111 and all Engineering Reports provided, 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 - ;Bonnet, item no. 2; Material - ;ASTM-B381, Grade F-2 (with properties modified by note 4.H of drawing 803-5959306); Part - ;Union-Bonnet Ring, item no. 3; Material - ;ASTM-B150, Alloy UNS C63200; Part - ;Stem, item no. 32; Material - ;SAE AMS 4931 with mechanical properties in accordance with EB SPEC 4581. NSN 1H9510-01-495-9543X2 will be supplied to the successful bidder for the manufacture of the stems and discs. The material is procured by the Navy with certifications and is heat traceable. Manufacturer must maintain heat traceability throughout production. Stems and Discs (worded as applicable) must be marked with the heat number of the material provided.; Part - ;Body, item no. 29; Material - ;ASTM-B564, Alloy UNS N06625; 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 - ;Dye Penetrant Inspection; Item - ;All hard faced and cladded surfaces after final machining; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Dye Penetrant Inspection; Item - ;Union-bonnet ring, body, bonnet, disc, and stem; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - Ultrasonic Inspection Item - ;Bonnet starting material; Performance - T9074-AS-GIB-010/271 Acceptance - Any indication greater than or equal to the response from the Class B quality level requirements of Table 6 of SAE AMS-STD-2154 must be cause for rejection. Test - ;Ultrasonic Inspection per note 5.B. of drawing 803-5959306; Item - ;Body (starting material); Performance - ;T9074-AS-GIB-010/271; Acceptance - ;General Note 5.C. of drawing 803-5959306; Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1.A.(2) of drawing 803-5959306; Acceptance - ;General Note 1.A.(2) of drawing 803-5959306; Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.5 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. 3.6 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;803-4384676 Revision C; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.7 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. Repair welding is not permitted on ;titanium parts; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.8 Forging Sketches and FAT for Forgings - Forging Sketches and First Article Testing for forgings are required for ;body, item 29 and bonnet, item 2; per ;drawing 803-5959306 General Note 4.K for body, item 29 and General Note 4.K(2) for the bonnet, item 2; . 3.9 ;Cladding must be in accordance with note 4.L of drawing 5959306 except that welding personnel and procedures must be qualified under NAVSEA Technical Publication S9074-AQ-GIB-010/248.; 3.10 ;Material certifications for the stems are to be provided by Portsmouth Navy Shipyard Code 550 or Code 139 during receipt inspection.; 3.11 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.12 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.12.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.12.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.12.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.13 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.14 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.15 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 884055315; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.16 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. 3.16.1 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. 3.17 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. 3.18 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. 3.18.1 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. 3.18.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.18.3 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. 3.19 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.20 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. 3.21 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - 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. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 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.") 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.21.6 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. 3.21.7 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. 3.21.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.9 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. 3.21.10 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. 3.21.11 See CDRL DI-MISC-80678 (Consumed Weld Metal) - 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 that each 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. 3.21.12 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. 3.22 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;non-destructive; First Article Test/Inspection on ;one (1); unit(s) in accordance with requirements ;General Note 2 of drawing 803-5959306; . 3.23 See CDRL DI-FORG-80412 (Forging Manufacturing Sketches) and DI-FORG-80962 (First Article Forging Report) - The Forging Sketch must include additional First Article requirements as follows: 1 - 100% Ultrasonic Testing must be performed. 2 - A minimum of two longitudinal and two transverse tensile tests must be taken. One of each must be taken near the geometric center of the forging. Other longitudinal and transverse tensile tests must be taken from areas representing all section thicknesses. (section thickness is based upon final machined dimensions) 3.24 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. 3.24.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.24.2 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. 3.24.3 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. 3.24.4 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. 3.24.5 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. 3.25 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. 3.25.1 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. 3.25.2 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 f...

Deadline: 1/6/2026
Posted: 11/7/2025
SolicitationNAICS: 332919.0

Annual Landscaping Services

The American Embassy in Nassau, The Bahamas has a requirement for annual landscaping and grounds maintenance services at a US Government property. The period of performance is for twelve months and will be a firm fixed purchase order. A copy of the solicitation documents can be found in the attachments. A site visit will be held in Nassau, Bahamas on December 2, 2025. Proposals are due on January 6, 2026. Non-Bahamian companies MUST be registered to do business in The Bahamas and have a Bahamian TIN number before submitting a quote. Please visit www.bahamas.gov.bs to see requirements to operate in The Bahamas.

Deadline: 1/6/2026
Posted: 11/17/2025
SolicitationNAICS: 561730.0

A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park

The National Park Service (NPS) provides notice of the release of a Prospectus to solicit proposals for the award of a Concession Contract (No. CC-GRTE001-27) to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park (“Park”). The effective date of the next Concession Contract is expected to be January 1, 2027. The Prospectus explains the business opportunity and the terms and conditions under which the NPS will award the Concession Contract. The Prospectus will be available at the link below. Site Visit The National Park Service (“Service”) hosted a two-day site visit for organizations interested in bidding on this opportunity on September 20, 2023, and September 21, 2023. See the Prospectus Appendix J (2023 Site Visit Handout) for a copy of the information provided at the site visit. Offerors are encouraged to visit the area to become familiar with physical conditions and limitations involved and become acquainted with the details requisite to operating the Draft Contract services. Questions Due If you do not understand something in this Prospectus, you must submit your questions or comments to Erica Harris, Acting Commercial Services Program Lead, Interior Regions 6, 7, & 8 via email at imr_concessions@nps.gov no later than 4:00 p.m. Mountain Time on October 14, 2025. The questions must be in a format that allows the NPS to copy them to Microsoft Word. Notice of Intent to Propose If you plan to submit a proposal in response to this solicitation, you must notify Erica Harris via email at imr_concessions@nps.gov no later than 4:00 p.m. Mountain Time on December 16, 2025. The NPS will not accept proposals from entities that do not provide notice on or before that date. After the Notice of Intent to Propose deadline and prior to the Electronic Proposal submission deadline of January 6, 2026, all entities who submitted a timely Notice of Intent to Propose will receive a welcome email message with an invitation from the NPS’s Microsoft Teams platform at the email address you provided with your Notice of Intent. You must accept the invitation before you can access the Teams site to upload your Electronic Proposal. Submission of an Electronic Proposal In order to be evaluated and considered for award of a Concession Contract, the Electronic Proposal, including that of the Existing Concessioner, must be received by 4:00 p.m. Mountain Time on January 6, 2026. See Prospectus Part II Proposal Instructions for details on how to submit a proposal. The NPS will not accept proposals submitted in hardcopy or via another electronic platform, including email. Notifications about this Prospectus To receive notifications about this Prospectus, including amendments or any additional information specific to the Prospectus, interested parties must provide their contact information (name, email address, and phone number) to Erica Harris, Acting Commercial Services Program Lead, Interior Regions 6, 7, & 8, via email at imr_concessions@nps.gov. The contact list already includes the Existing Concessioner and those entities who attended September, 2023 site visit. Summary of Due Dates: Questions Due: October 14, 2025 Notice of Intent to Propose Due: December 16, 2025 Electronic Proposals Due: January 6, 2026 Hardcopy of Offeror’s Transmittal Letter Due: January 13, 2026

Deadline: 1/6/2026
Posted: 9/16/2025
SolicitationNAICS: 713990.0

CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC

The Naval Facilities Engineering Systems Command, Pacific, at Joint Base Pearl Harbor/Hickam, Hawaii intends to award Firm-Fixed-Price (FFP), Multiple Award Contract (MAC), Indefinite Delivery Indefinite Quantity (IDIQ) to provide cultural resource technical services throughout the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility (AOR), and other areas worldwide as needed. This solicitation will be issued as an unrestricted procurement with a partial small business set-aside that will result in the award of multiple award contracts that are comprised of two major divisions. The resulting multiple award contracts will be comprised of the two major divisions: An Unrestricted Division established for competing and awarding task orders to perform Government of Japan (GOJ) funded projects that support the Defense Policy Review Initiative (DPRI)/Guam Realignment, and a partial Small Business Set Aside (SBSA) Division established for competing projects funded by United States appropriations (in support of either DPRI or non-DPRI requirements). The work shall be located primarily in Hawaii, Guam and the Commonwealth of the Northern Mariana Islands (CNMI). The Government may also require cultural resource technical services throughout the NAVFAC Pacific area of responsibility (AOR), and other areas in the NAVFAC AOR worldwide as needed. All Cultural Resource Technical Services conducted under the resultant contracts shall conform to the statutes, regulations, instructions and guidelines in compliance with the Request for Proposal (RFP). The resulting contract will include requirements that include but are not limited to, the following: (1) Archaeological Survey: Phase I Reconnaissance; (2) Archaeological Survey: Phase II Detailed Recording; (3) Archaeological Subsurface Testing; (4) Archaeological Monitoring; (5) Architectural History Survey: Reconnaissance-Level (6) Architectural History Survey: Intensive-Level (7) Archival Document Reproduction; (8) Archival Research; (9) Mechanized Excavation; (10) Carbonized Wood Species Identification; (11) Carbonized Wood Species Identification Screening; (12) Ceramic Analysis; (13) Charcoal Particle Counts; (14) Chemical Soils & Sediment Analysis; (15) Collection of General Archaeological Materials; (16) Cultural and Historical Interpretation; (17) Data Recovery; (18) Diatom Analysis; (19) Document & Other Media Translation; (20) Electronic Graphics; (21) Ethnographic, Folklore and Cultural Anthropology Studies; (22) Faunal Analysis; (23) Fieldwork Areas with Potential/Known Hazardous Waste/Material; (24) Foreign/English & Background Information Supplementation; (25) Geographic Information Systems (GIS); (26) Geomorphological Studies; (27) Historical Architectural Studies; (28) Historical Studies; (29) Historic American Buildings survey (HABS)/Historic American Engineering Record (HAER)/Historic American Landscapes Survey (HALS); (30) Historical/Cultural Landscape Studies; (31) Historic Preservation Studies; (32) Identification Of Properties Of Traditional Religious And Cultural Significance (Traditional Cultural Places); (33) Integrated Cultural Resources Management Plans; (34) Identification/Inventory of Human Skeletal Remains; (35) Laboratory Analysis; (36) Lithic Analysis; (37) Macro-botanical Identification; (38) Mechanical Soil & Sediment Analysis; (39) Meeting Facilitation & Mediation; (40) National Register of Historic Places (NRHP) Nomination Preparation; (41 National Register of Historic Places (NRHP) Studies; (42) Photographic Documentation; (43) Phytolith Analysis; (44) Pollen Analysis; (45) Pollen Extract Preparation; (46) Pollen (Field)/Phytolith Sampling; (47) Radiocarbon Dating--Accelerator Analysis; (48) Recovery of Human Remains and Associated Materials; (49) Report Redaction; (50) Report Reproduction; (51) Residue Analysis; (52) Scientific Illustration; (53) Site Protection; (54) Stable Carbon Isotope Analysis; and (55) Stone Sourcing. Work will be performed in accordance with the requirements of the Performance Work Statement, and may involve regulatory compliance, planning, analyzing, and various related services on any one or a combination of more than one task order. Exact location of each effort will be designated on individual Task Orders. The entire term of the contract is a maximum of $70 million or 90 months (consisting of a 12-month base period, six (6) 12-month option periods, and one (1) 6-month extension of services period), whichever occurs first. Task orders will typically range between $3,500 and $10,000,000. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $3,500 is guaranteed for each awardee under the contract. As task orders are awarded that exceed the $3,500, the $3,500 minimum guarantee will be deobligated and the Government’s obligation for the minimum guarantee for the contract will be satisfied. The estimated workload for the Unrestricted Division is approximately $1.5 million and the amount for the SBSA Division is approximately $68.5 million. These amounts may fluctuate with the potential need for the different types of specific services listed above and whether adequate competition exists within the SBSA Division and those contractors are capable of successfully executing those services. If one or no SBSA Division contractors submit a proposal in response to a task order request for proposal (RFP), the Contracting Officer may compete the task order amongst the Unrestricted Division contractors. The applicable North American Industry Classification System (NAICS) Code is 712120 – Historical Sites and the corresponding small business size standard is $13 million (which will determine eligibility for awards under the Small Business Set Aside (SBSA) Division). A MACC is a contract awarded from a single solicitation and may result in award to multiple contractors. This procurement consists of one (1) solicitation with the intent to award no more than six (6) Indefinite Delivery Indefinite Quantity (IDIQ) type service contracts to the offerors whose proposals, conforming to the solicitation, represents the most advantageous offers to the Government resulting in the best value, price and non-price factors considered. The Government reserves the right to award more than six (6) contracts if it is determined to be in the best interest of the Government. Successful awardees will compete for future work during the term of the contract. This is a best value, trade off procurement. The Government intends to evaluate proposals without conducting discussions with any Offeror, except for clarifications as described in FAR 15.306(a). However, the Government reserves the right to conduct discussions with Offerors, if required. The non-price evaluation factors will be 1) Experience; 2) Sample Projects; 3) Safety; 4) Small Business Utilization and Participation; and 5) Past Performance. Factors 1, 2, 3 and 4 are considered of equal importance to each other, and when combined, are equal in importance to the past performance evaluation Factor 5. When the proposal is evaluated as a whole, the technical factors and past performance factor combined are significantly more important than price. The evaluation of the Price Factor will be based on the sample projects attached to the solicitation. The sample projects is for evaluation purposes only and will not be awarded on the contract. The solicitation will be available on or about 20 November 2025 for viewing and downloading at the Contract Opportunities website at https://sam.gov/. Hard copies of the solicitation will not be issued. Requests for additional information may be addressed to the attention of Ms. Kylee Chun via e-mail at kylee.k.chun.civ@us.navy.mil, and Ms. Rachel Isara-Phan via e-mail at rachel.m.isara-phan.civ@us.navy.mil. Amendments will be posted to the website https://sam.gov/. It is the Offeror’s responsibility to periodically check the Contract Opportunities website for any amendments or notices to the solicitation. Offeror(s) must be registered in the System for Award Management (SAM) at https://sam.gov/ to participate in this procurement.

Deadline: 1/7/2026
Posted: 10/17/2025
PresolicitationNAICS: 712120.0

COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO

Amendment 0004: The purpose of this amendment is to update the following: 1.) Remove Attachments #1 - Statement of Work; #2 - Terms and Conditions; and #3 AFMAN 34-135. 2.) Publish new Attachment #1 - Processes and Procedures. This document combines the previous three attachments into one document. 3.) Revise solicitation language to reflect new attachment. Also revise lanuguage to reflect commercial lodging "accomodations" in lieu of "services". 4.) All other conditions shall remain the same. _______________________________________________________________ This requirement is set-aside for Small Businesses (SB) only and is a combined synopsis/solicitation to award multiple Blanket Purchase Agreements (BPAs) for non-personal commercial lodging accomodations within a ten (10) mile radius of Peterson Space Force Base (PSFB), Colorado. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. The synopsis/solicitation number for this procurement is FA2517-21-Q-9999, PSFB Lodging Services, and is using Simplified Acquisition Procedures under FAR 13.5, Simplified Procedures for Certain Commercial Items for multiple award BPAs. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $32.5M. Each awarded BPA shall have up to a five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling of $500,000.00. NOTE: The ceiling can be increased/decreased at any time by the CO via a bilateral modification to meet current/future needs. Such instances can include COVID-19, national disasters, and/or any instance/reason the Government determines the need for increased/decreased lodging services are needed Contractors who want to be considered for a BPA with PSFB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in Attachment One (1) – Processes and Procedures (PaP). The capability statement shall include the following: Contractors Name (Doing Business as (DBA) Name). Physical Address. Point of Contact to include name, phone number, and email address. Verification of SAM Registration and/or DUNs/ Cage Numbers. Small Business Identification and Size Capability statement showing how the Contractor can meet all requirements of this solicitation including: ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt and comply with stipulations contained within Attachment One (1) – PaP. Awarded BPAs shall be made to the responsible offeror(s) who provide a capability statement documenting that they can successfully meet all of the requirements above AND pass an in-person or virtual initial quality survellance inspection with no discrepancies. Awarded BPAs shall incorporate all Terms and Conditions defined in Attachment One (1) - PaP. This synopsis/solicitation will be open until 6 Jan 2026 to allow for additional Contractors/Companies to be considered for award of a BPA to support PSFB mission needs. In addition and based on current/future Government requirements, this synopsis/solicitation shall be amended to allow other Department of Defense (DOD) organizations at PSFB to use this posting to establish their own BPA. Contractors who are interested in this requirement shall submit your capability statement to the Contract Specialist (CS) TSgt Eric Wineke at eric.wienke@spaceforce.mil and Contracting Officer MSgt Ryan McConnell at ryan.mcconnell@spaceforce.mil. See Attached Comgined Synopsis/Solicitation with Attachments.

Deadline: 1/7/2026
Posted: 4/7/2023
Combined Synopsis/SolicitationNAICS: 721110.0

Cable Assembly Spec

NSN 5995-00-961-8516, SPE4A626R0020 is for a long-term contract consisting of a one (3 year) base period. The solicitation will be in accordance with: Basic drawing NR MIL-C-22442/15D(2) QPL approved source: Astrocom Electronics This acquisition is for a small business set aside. Only offers from small businesses will be considered. FOB is Origin, Inspection and Acceptance will be at Destination. Production Delivery is 186 days ARO. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) quantity for the 3-year base period: 800 each. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 400 ea. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . RFPS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com A paper copy of this solicitation will not be available to requestors. Solicitation ISSUE DATE is on or about Nov 07, 2025.

Deadline: 1/7/2026
Posted: 10/21/2025
PresolicitationNAICS: 334419.0

Roof Fall Protection Systems Services

Interested vendors are invited to review this solicitation in its entirety. Please note the following requirements and deadlines: Mandatory Site Visit: Attendance is required in order to submit a bid. Scheduled for December 4, 2025, from 10:00 AM to 12:00 Noon. Deadline for Questions: All inquiries must be submitted no later than December 10, 2025, at 2:00 PM. Proposal Submission Deadline: Completed proposals are due by January 7, 2026, at 9:00 AM. Failure to attend the site visit will disqualify your bid. Please ensure timely submission of questions and proposals in accordance with the schedule above.

Deadline: 1/7/2026
Posted: 11/14/2025
SolicitationNAICS: 236220.0

Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)

This notice is for informational purposes only and is not a request for submission of bids. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified as a Service Disabled Veteran Owned Small Business (SDVOSB) in one of the following databases: 1) SBA s Small Business Search tool at https://search.certifications.sba.gov (this is the preferred database if it is working during the current government shutdown); 2) SBA s legacy VetCert site at https://veterans.certify.sba.gov/ (an acceptable back-up of #1 is not functional); or 3) System for Award Management (SAM.gov) at https://sam.gov (the site where the final process is supposed to moving to). The correct site will be further clarified before the IFB Solicitation is posted, or in an Amendment. Only bids from verified SDVOSB s at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. The applicable North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors, with the applicable small business size standard of $19 million. In accordance with VAAR 819.7003(b), all bidders must represent to the Contracting Officer that it is a small business concern under the NAICS code assigned to this acquisition. In accordance with VAAR 836.204 and/or FAR 36.204, the magnitude of construction for this project is between $2,000,000 and $5,000,000. The Department of Veterans Affairs (VA), Black Hills Health Care System - Fort Meade Campus, located at 113 Comanche Road, Fort Meade, South Dakota intends to issue an Invitation for Bids (IFB) Solicitation in accordance with the procedures set forth in the Federal Acquisition Regulation (FAR). Network Contracting Office 23 (NCO 23) intends to award a single, firm fixed-price contract for completion of construction project number: 568-24-106, Upgrade Fire Alarm System (FM) in Fort Meade, South Dakota. An IFB Solicitation is planned to be issued on or about November 21, 2025, with an award date within 60 calendar days from bid opening date. Further details of all dates, events, and locations, including site visit and bid due date, will be available in the IFB Solicitation. The VA Black Hills Heath Care System - Fort Meade Campus has a requirement for a comprehensive upgrade to its campus-wide Fire Alarm System. It should be noted that the existing fire alarm system is a Johnson Controls, Inc. system and all system components and devices must be 100% compatible with the most current and compatible Johnson Controls, Inc. system available. Construction includes, but is not limited to, demolition, as required; replacing/adding/installing computers, fire alarm panels, and various fire alarm devices; electrical work, as required; pulling fiber; updating graphical maps, repairing of finishes, painting, ceiling tiles, grass, etc., as required. The contractor will be required to provide all tools, materials, equipment, labor, and supervision necessary to complete the project in accordance with the drawings, specifications, and scope of work. The Period of Performance (PoP) for this project is six-hundred-seventy (670) calendar days from issuance of a Notice to Proceed (NTP) and is non-negotiable. The PoP includes an approximately three (3) month period, immediately following award, for Contactor/Subcontractor background investigations, fingerprinting, badging and required training. A Notice to Proceed date/issuance will be coordinated between VA and Contractor following award. The IFB Solicitation, consisting of various bid documents, specifications, drawings, forms, etc. will be available for download at System for Award Management (SAM) Contract Opportunities at https://sam.gov/content/opportunities. The SAM.gov Contract Opportunities website is the only official location to obtain Solicitation information and documents. These documents will include complete details of the Solicitation and project requirements. Any Amendments to the Solicitation will be posted at the same location. Interested bidders are advised that they are responsible for obtaining all bidding documents via SAM.gov Contract Opportunities and for monitoring the SAM.gov Contract Opportunities website for any changes to this announcement and pending Solicitation. No other information regarding scope, dates, etc. is available until issuance of the Solicitation via SAM.gov Contract Opportunities. A bidders list will not be maintained. Hard copies of any documents regarding this project will not be mailed or made available outside of the SAM.gov website. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database at https://www.sam.gov. All prospective bidders must complete electronic online Representations and Certifications within SAM.gov. The eventual awardee will also have a current Department of Labor VETS 4212, federal contractor reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 on file, if applicable. All questions must be submitted in writing to the Contract Specialist via email to john.breyer@va.gov. No telephone inquiries will be answered.

Deadline: 1/7/2026
Posted: 10/28/2025
PresolicitationNAICS: 238210.0

Direct Health and Medical Insurance Carriers

U.S. Mission Mexico requires Health insurance coverage for its Local Employed Staff (LE Staff) and direct local family members such as legal spouse and unmarried children until there are 26 years old, or above if determined to be incapable of self-support due to a physical or mental condition will continue to be eligible to participate in the medical plan as long as the condition persists, the child remains unmarried, and the L Employed Staff maintains coverage. U.S. Mission Mexico includes Embassy Mexico City, U.S. Consulates and other U.S. offices located in the Mexican territory. LE Staff must be employed with one of the below offices and within the geographic boundaries of Mexico. The anticipated performance period is for a base year, with four one-year option periods, if exercised by the Government. All responsible sources may submit a proposal, which will be considered. The anticipated performance period may incorporate FAR 52.217-8 – Option to Extend Services. This clause allows the Government to temporarily extend services for up to six additional months, ensuring continuity of operations during transitions or delays. It promotes transparency and helps offerors plan for staffing and pricing. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. The Government is planning a Pre-Proposal Conference and the date for this conference will be in the solicitation. All contractors are required to register in the System for Award Management (SAM) at https://www.sam.gov prior to submitting an offer, as stipulated by FAR provision 52.204-7. Guidelines for completing SAM registration can also be found at: https://www.sam.gov.https://sam.gov/content/entity-landing Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your proposal prior to the response date and time.

Deadline: 1/7/2026
Posted: 11/10/2025
SolicitationNAICS: 524114.0

Direct Health and Medical Insurance Carriers

U.S. Mission Mexico requires Health insurance coverage for its Local Employed Staff (LE Staff) and direct local family members such as legal spouse and unmarried children until there are 26 years old, or above if determined to be incapable of self-support due to a physical or mental condition will continue to be eligible to participate in the medical plan as long as the condition persists, the child remains unmarried, and the L Employed Staff maintains coverage. U.S. Mission Mexico includes Embassy Mexico City, U.S. Consulates and other U.S. offices located in the Mexican territory. LE Staff must be employed with one of the below offices and within the geographic boundaries of Mexico. The anticipated performance period is for a base year, with four one-year option periods, if exercised by the Government. All responsible sources may submit a proposal, which will be considered. The anticipated performance period may incorporate FAR 52.217-8 – Option to Extend Services. This clause allows the Government to temporarily extend services for up to six additional months, ensuring continuity of operations during transitions or delays. It promotes transparency and helps offerors plan for staffing and pricing. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. The Government is planning a Pre-Proposal Conference and the date for this conference will be in the solicitation. All contractors are required to register in the System for Award Management (SAM) at https://www.sam.gov prior to submitting an offer, as stipulated by FAR provision 52.204-7. Guidelines for completing SAM registration can also be found at: https://www.sam.gov.https://sam.gov/content/entity-landing Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your proposal prior to the response date and time.

Deadline: 1/7/2026
Posted: 11/6/2025
SolicitationNAICS: 524114.0

Z1DA--Update Patient Wifi 610A4-25-226

I. SCOPE OF WORK: The contract involves replacing the old router with a newer one, adding an extender or Mesh to the existing Wi-Fi network, and ensuring the seamless integration of the latest equipment with the current system. Contractor shall provide all needed labor, materials, Supervision, Quality and Safety Measures, and all other necessary resources required to update the patient Wi-Fi system at VA Northern Indiana Health Care System Fort Wayne Campus located at 2121 Lake Avenue, Fort Wayne, IN 46805. SCOPE: A. Building 1: 1. The contractor shall replace selected patient Wi-Fi access points, Firewall, Wi-Fi switches and install new directional antenna. a. First floor i. Replace ten (10) access points, two (2) consoles, four (4) switches, one (1) server, and one (1) firewall. b. Second floor i. Replace four (4) access points and one (1) switch. ii. Remove one (1) access point. iii. Add CAT6A cabling for the router in room 3239. c. Third floor i. The contractor shall install all the necessary wiring and one (1) directional Wi-Fi antenna on Building 1 outside room 3239. ii. Contractor shall install all equipment necessary to install a Wi-Fi router for the antenna outside room 3239. d. Fourth floor i. Replace eleven (11) access points and one (1) switch. B. Building 2: 1. The Contractor shall install one (1) Wi-Fi repeater on Building 2. 2. The Contractor shall install one (1) Wi-Fi router in Building 2 for the Wi-Fi repeater. 3. The Contractor shall install three (3) access points and all necessary wiring for the access points. C. Building 8: 1. The contractor shall install two (2) new access points in Building 8. This will include all wiring and equipment necessary to make the access points operational. 2. The Contractor shall install one (1) switch for the Wireless access points in Building 8. 3. The Contractor shall install one (1) omnidirectional antenna on Building 8. This antenna shall be placed on the exterior west facing wall of the building. 4. The Contractor shall install one (1) Wi-Fi router in Building 8 for the omnidirectional antenna. 5. The Contractor shall install racking in Building 8 for the switch. 6. Work in Building 8 Shall be performed during off hours, 5:00 P.M. 2:00 A.M. Monday Friday. D. Equipment List 1. Access points will be Ruckus R650 dual-band 802.11abgn/ac/ax Wireless Access Point with Multi-Gigabit Ethernet backhaul, 4x4:4 + 2x2:2 streams, OFDMA, MU-MIMO, BeamFlex+, dual ports, PoH/uPoE/802.3at PoE support or equivalent. 2. Switches will be ICX 7150 Switch, 24x 10/100/1000 PoE+ ports, 2x 1G RJ45 uplink-ports, 2x 1G SFP and 2x 10G SFP+ uplink-ports upgradable to 4x 10G SFP+ with license 370W PoE budget, basic L3 (static routing and RIP) or equivalent. 3. Transceivers will be 1000BASE-SX SFP optic, MMF, LC connector, Optical Monitoring Capable or equivalent. 4. Cabling will be CAT6A. 5. All materials sourced and installed shall be compatible with each other. E. Additional requirements. 1. The Contractor shall coordinate project expectations with the subcontractors to ensure everything in the SOW and on the specifications is included in subcontractor bids and work is properly completed prior to the final inspection. 2. Contractor shall provide a site-specific safety plan before the start of work. 3. Contractor shall provide a construction schedule before the start of work. 4. Contractor shall provide Submittals to COR prior to install. 5. Prior to final payment, the contractor shall supply the VA with a list of all usernames and passwords created during the installation and setup of the Wi-Fi system. 6. The period of performance for this project is 90 calendar days from the Notice to Proceed. 7. Work Shall be performed during normal business hours, 7:00 A.M. 4:30 A.M. Monday Friday (except for Building 8 as mentioned in C.6). 8. All switches, access points, and consoles that were replaced shall be returned to VANIHCS Engineering. 9. The Contractor shall dispose of all waste created during this project. 10. The Contractor is responsible for cleaning up their work area after every shift. The Contracting Officer (CO) will issue the Notice to Proceed before any work or mobilization is authorized to begin. Contractors shall clearly include the solicitation number (prior to award) or the contract number (as appropriate) on all documents submitted to VA. "No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

Deadline: 1/7/2026
Posted: 11/18/2025
PresolicitationNAICS: 238210.0

Cable Assembly

NSN 6150-01-226-2057, SPE4A626R0024 is for a long-term contract consisting of a one (5 year) base period. The solicitation will be in accordance with CAGE 27456 DCX-Chol Enterprises -P/N 4000-40004-244 CAGE 6V273 General Cables Tech-P/N 02589) This acquisition is a unrestricted. FOB is Origin, Inspection and Acceptance will be at destination. Production Delivery is 134 days ARO. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) for the 5-year base period: 1490 ea. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 745 ea A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . RFPS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com A paper copy of this solicitation will not be available to requestors. This solicitation includes NOTE L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction. Solicitation ISSUE DATE is on or about Nov 7, 2025.

Deadline: 1/7/2026
Posted: 10/23/2025
PresolicitationNAICS: 334419.0

Wiring Harness Branched

NSN 6150-01-288-6861, SPE4A626R0025 is for a long-term contract consisting of a one (5 year) base period. The solicitation will be in accordance with basic drawing number 81755 H16DW782-300ISS009. This acquisition is for a women owned-small business set aside. FOB is Origin, Inspection and Acceptance will be at Origin. Production Delivery is 158 days ARO. Government First Article testing is required. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) quantity for the 5-year base period: 17 ea. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 8 ea A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . RFPS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com A paper copy of this solicitation will not be available to requestors. This solicitation includes NOTE L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction. Solicitation ISSUE DATE is on or about Nov 07, 2025.

Deadline: 1/7/2026
Posted: 10/23/2025
Presolicitation

Cable Assembly

NSN 6150-01-167-6522, SPE4A626R0023 is for a long-term contract consisting of a one (5 year) base period. The solicitation will be in accordance with Basic Drawing NR 19207-10891263. This acquisition is for a small business set aside. FOB is Origin, Inspection and Acceptance will be at Origin. Production Delivery is 158 days ARO. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) for the 5-year base period: 3035 ea. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 1517 ea A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . RFPS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com A paper copy of this solicitation will not be available to requestors. This solicitation includes NOTE L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction. Solicitation ISSUE DATE is on or about Nov 07, 2025.

Deadline: 1/7/2026
Posted: 10/23/2025
PresolicitationNAICS: 335311.0

Light Navigational

NSN 6220-01-071-9273, SPE4A626R0022 is for a long-term contract consisting of a one (3 year) base period. The solicitation will be in accordance with: Sources: CAGE Vendor Name 72914 Grimes Aerospace P/N 65-0937-5 78366 Soderberg Manufacturing P/N S2134-401 This acquisition is unrestricted. FOB is Origin, Inspection and Acceptance will be at Origin. Production Delivery is 112 days ARO. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) for the 3-year base period: 129 each. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 65 ea. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . RFPS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT http://www.adobe.com A paper copy of this solicitation will not be available to requestors. This solicitation includes NOTE L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https//dla.procurexinc.com to learn more about how to participate in an auction. Solicitation ISSUE DATE is on or about Nov 07, 2025.

Deadline: 1/7/2026
Posted: 10/22/2025
PresolicitationNAICS: 335999.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 11/5/2025
SolicitationNAICS: 221122.0

Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102

The Department of Veterans Affairs (VA), Louis A. Johnson Veterans Affairs Medical Center (VAMC) Clarksburg, WV intends to issue an Invitation for Bids (IFB) to award a single, firm fixed price contract for Construction Services. This project consists of the contractor providing all labor, materials, equipment, permits, transportation, and supervision necessary for the construction services for Project Number 540-18-102 Renovate Pharmacy for USP 800 Compliance Construction Project at the VA Medical Center in Clarksburg, WV 26301 in accordance with the solicitation documents. Performance period is 496 calendar days from receipt of the Notice to Proceed. The solicitation, specifications, drawings, and attachments will be available at https://www.sam.gov . Amendments to the solicitation will also be posted on this website. All respondents must be registered in SAM data base, see https://www.sam.gov to include the completion of Representations and Certifications and registering with Vets 4212 at https://www.dol.gov/vets/vets4212.htm. At the time of bid submission, all bidders must be registered in the SBA Small Business Search Database at https://search.certifications.sba.gov/ to be considered for award. All parties must obtain amendments to the solicitation through the web site. Hard copies will not be mailed. The contract will be awarded in accordance with the procedures specified in the solicitation. The solicitation will be issued as a Invitation for Bids (IFB) conducted in accordance with FAR Part 14. This project is being solicited as a TOTAL 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (SDVOSB). The North American Classification System (NAICS) Code for this procurement is 236220, with a small business size standard of $45 million annual receipts for the past three (3) years. The magnitude of construction is between $2,000,000.00 and $5,000,000.00 The solicitation package, amendments, and site visit minutes will be issued by way of SAM.gov website only. All questions regarding this solicitation must be submitted in writing by email to Rebecca.besten@va.gov. All questions pertaining to this solicitation must be received in writing. There will be a pre-bid site visit for this project which will be held at the Louis A. Johnson VA Medical Center. All interested parties are encouraged to attend the site visit. The date of the site visit will be announced in the solicitation. A firm fixed price contract will be awarded as a result of this solicitation based on the availability of funds. It is the responsibility of the contractor to frequently check the web site for all notices, amendments, etc. regarding this solicitation. The government will not be responsible for any notifications not sent or received by contractors regarding this solicitation.

Deadline: 1/7/2026
Posted: 11/18/2025
PresolicitationNAICS: 236220.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 9/17/2025
SolicitationNAICS: 221122.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 9/5/2025
SolicitationNAICS: 221122.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 8/27/2025
SolicitationNAICS: 221122.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 8/26/2025
SolicitationNAICS: 221122.0

Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA

DLA Energy, in conjunction with the United States Navy, plans to offer the privatization of the Electric Distribution (NAICS 221122) utility system at Norfolk Naval Shipyard, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 – Utility Systems: Conveyance Authority. As a result of this solicitation, the Contractor(s) will be selected to assume ownership of the Electric utility systems. The new owner(s) shall operate and maintain the system and provide utility services to the Government. Any resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower, and overhead costs shall become the utility system owner’s responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain, and operate the utility system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right of Access or an Easement as a reference to the resultant contract. The utility system will be conveyed via a Bill of Sale after a transition period to be determined by the Contractor. Past performance information from potential offerors shall be submitted as directed in the solicitation. A Sources Sought Notice for this requirement was previously publicized under solicitation number SP0600-24-R-0800 on November 14, 2023. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Andrew Urben, Contracting Officer at andrew.urben@dla.mil, Catherine Lynn, Contract Specialist at catherine.a.lynn@dla.mil, or Brandon Moses, Contract Specialist at brandon.moses@dla.mil to be added to our offeror mailing list. Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as “secured” on the SAM.gov Contract Opportunities website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Should any party have issues with obtaining access to SAM.gov or the secure documents, they must notify the contracting office no later than September 19, 2025. Notifications to the contracting office of the inability to access secure documents after that suspense will not be a consideration in extensions to the Request for Proposal date. To ensure all parties are able to retrieve secure documents for this solicitation, a test document has been placed under secure package: SP0600-21-R-0800. Instructions for access to the Contract Opportunities Controlled Site To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to sign in on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to sign in on the toolbar. Select create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the “Search Contract Opportunities” link. Click on a controlled attachment to initiate the request for access. A message will appear stating “You are not on Authorized Parties List. To get added to the Authorized Parties List Contractors must submit form DD2345 or you can request for Request access.” Enter a “Reason for Access” and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify its information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. Click the Registration link below the Login button to navigate to the Registration page. Register either with a username and password. The Register – User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. The JCP office will contact the Offeror with additional instructions. JCP will return an approved and signed certified form, which will include the certification and expiration date. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the "Unlock Account" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.

Deadline: 1/7/2026
Posted: 9/29/2025
SolicitationNAICS: 221122.0

LINK

CONTACT INFORMATION|4|N742.11|WVE|717-605-7574|ashton.k.perry.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||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| 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|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL ASHTON.K.PERRY.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| 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 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333613|750 employees|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 4. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 250 days after effective date of the resulting contract. 5. Any contract awarded as a result of this solicitation will be a DX rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's SAM.gov website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 8. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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=6402629 |53711| A| |D|0001 | A|49998|0053748 DRAWING DATA=6402629 |53711| A| |D|0002 | A|49998|0029501 DRAWING DATA=6402629A01 |53711| A|DN |D|0001 | A|49998|0045217 DRAWING DATA=6402629A01 |53711| A|DN |D|0002 | A|49998|0049466 DRAWING DATA=6402629A01 |53711| A|DN |D|0003 | A|49998|0036901 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;Link must be in accordance with Naval Sea Systems Command Drawing 751-6402629 and DN6402629A1, Find No. 1, except as amplified or modified herein.; 3.2 ;No weld repair allowed on QQ-N-286 material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Link; Material - ;QQ-N-286, Form 2, Cold Drawn or Hot Finished, Annealed and Age Hardened; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Attribute - Annealing and Age Hardening Item - ;Link; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - ;Dye Penetrant Inspection (100% coverage after final machining); Item - ;Each Link; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;QQ-N-286; 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.6 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. 3.6.1 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. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 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. 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. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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. 3.9 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. 3.9.1 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 ^ 3.10 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. 3.11 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 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." 3.13.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.13.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.13.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.13.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.13.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.14 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: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material returned to the contractor must be handled as GFM. 3.15 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. 3.15.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.16 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.16.1 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. 3.16.2 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. 3.16.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.17 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.17.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.17.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.17.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.17.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.17.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.18 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.18.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.18.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.19 Receiving inspection - 3.19.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.19.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.20 Discrepancy reporting - 3.20.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR). 3.21 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.21.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.21.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.21.3 All data concerning material verification (chemical, mechanical or physical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.21.4 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible. 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following inf...

Deadline: 1/7/2026
Posted: 10/9/2025
SolicitationNAICS: 333613.0

PLUG,MACHINE THREAD

CONTACT INFORMATION|4|N742.11|WVG|717-605-7574|ashton.k.perry.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||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| 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|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL ASHTON.K.PERRY.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332119|500 employees|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 4. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 225 days after effective date of the resulting contract. 5. Any contract awarded as a result of this solicitation will be a DX rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 6. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;4X15496 48899 -- B; 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. DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-A322 | | | |130501|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-22606 | | |D |110110|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=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Drain Plug must be in accordance with CP Industries Drawing 4X15496, Mark 6, Part Number 4MP2145, 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 - ;Drain Plug; Material - ;ASTM-A322, Grade 4130 and meeting the requirements and mechanical properties of MIL-DTL-22606, Paragraph 3.1.4; 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 - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - ;End Plug Hydrostatic Test; Item - ;Each Plug; Performance - ;MIL-DTL-22606, Paragraph 4.3.3.3; Acceptance - ;MIL-DTL-22606, Paragraph 4.3.3.3; 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 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. 3.6 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.6.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.6.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.6.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.7 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. 3.7.1 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. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.7.3 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. 3.8 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. 3.9 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. 3.9.1 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. 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.12 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. 3.12.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.12.2 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'') 3.12.3 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. 3.12.4 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. 3.12.5 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. 3.12.6 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. 3.12.7 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. 3.12.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.12.9 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. 3.12.10 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. 3.12.11 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. 3.12.12 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. 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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. 3.14.1 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. 3.14.2 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. 3.15 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." 3.15.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.15.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.15.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.15.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.15.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.16 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: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 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. 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.18 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 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. 3.18.2 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. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.19 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.19.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.19.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical pr...

Deadline: 1/7/2026
Posted: 10/9/2025
SolicitationNAICS: 332119.0
Page 5 of 37