Federal Contract Opportunities
Showing 251-300 of 1,805 opportunities
CAVE 332397 ¿ Replace Main Distribution System
This project will replace them in their entirety rather than piece-meal. Ensuring the soundness of the system in this area is paramount to protecting the primary park resource, which is the Caverns below this area, from leaking pipes
Z--GAOA FINALE DAM RECONSTRUCTION
GAOA FINALE DAM RECONSTRUCTION
GAOA FINALE DAM RECONSTRUCTION
GAOA FINALE DAM RECONSTRUCTION
YOSE 215363 - Replace Tuolumne Meadows WWTP
YOSE 215363 - Replace Tuolumne Meadows Wastewater Treatment Plant, at Yosemite National Park in California.
Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
YOSE 215363 - Replace Tuolumne Meadows Wastewater Treatment Plant, at Yosemite National Park in California.
Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
YOSE 215363 - Replace Tuolumne Meadows Wastewater Treatment Plant, at Yosemite National Park in California.
Deschutes NF - West Bend Rock Road Closure
The desired outcome of this project is to address travel management issues in important wildlife habitat by reducing open road densities. Habitat quality is expected to improve by increasing refuge characteristics and habitat connectivity. This solicitation is to solicit quotes from qualified vendors for the decommissioning and closure of roads on the Deschutes National Forest, Bend-Fort Rock Ranger District. The work consists of road obliteration and entry management treatments. For all activities, the contractor should include all labor, materials and supplies needed to perform work as described unless otherwise noted. The project work is located on the Deschutes National Forest, within approximately 10-20 miles of Bend, Deschutes County, Oregon.
RETAINER, FAIRING | 19F | F-15
RETAINER, FAIRING | 19F | F-15 NSN: 1560-002838336, IQC PR: 1000215249, ITEM: RETAINER, FAIRING THIS PART IS MANUFACTURED IN ACCORDANCE WITH: IAW BASIC DRAWING NR 76301 68A335100 REVISION NR AB DTD 07/18/2024 PART PIECE NUMBER: 68A335100-2175 THE SOLICITATION WILL BE ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 2 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 1,040 EACH. GOVERNMENT FIRST ARTICLE TESTING IS REQUIRED. DELIVERY OF THE FIRST ARTICLE WILL BE 250 DAYS AFTER RECEIPT OF ORDER (DARO). GOVERNMENT APPROVAL/DISAPPROVAL WILL BE 180 DAYS AFTER RECEIPT OF FIRST ARTICLE. THE DELIVERY OF THE PRODUCTION UNITS WILL BE 250 DAYS AFTER GOVERNMENT APPROVAL. FOB IS AT DESTINATION. FIRST ARTICLE TERMS: INSPECTION AT ORIGIN, ACCEPTANCE AT DESTINATION. PRODUCTION UNIT TERMS: INSPECTION AND ACCEPTANCE AT ORIGIN. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS 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 THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT DECEMBER 04, 2025.
SCREW,CAP,HEX HD
CONTACT INFORMATION|4|N742.11|WWF|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 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|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| 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 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|600 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. 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. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 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 will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(A); applies to this 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 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. 2.2.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=FC11001 |53711| -| |D|0001 | -|49998|5731098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B446 | | | |190401|A| | | DOCUMENT REF DATA=ASTM-A574 | | | |211201|A| | | DOCUMENT REF DATA=ASTM-F606 | | | |191115|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;The Hex Head Cap Screw must be manufactured in accordance with Oceaneering drawing FC11001 Item 99 and CSD481, except as amplified or modified herein.; 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD481; in ECDS at https://register.nslc.navy.mil/ 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Hex Head Cap Screw; Material - ;ASTM-B446, Grade 1, UNS N06625 in accordance with MIL-DTL-1222, Type I and Note 10 of drawing FC11001; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Each Screw; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.5 Wedge Tensile Test Specimens (Headed fasteners) - A wedge tensile test must be conducted on a Full Size Fastener for each production lot and reported aspart of the Mechanical Properties. The required specimens for the Wedge Tensile Test must be separate fasteners from those required for the Yield Test. 3.5.1 Testing for Socket Head Cap Screws must be in accordance MIL-DTL-1222, paragraphs 4.5.2.3 and 4.5.2.3.1. 3.5.2 Testing for all other Headed Fasteners with a nominal diameter greater than 1/4-inch must be in accordance with ASTM-F606 for grades 5, 8, B7, and B16.For all other grades, the following wedge angles must be used. a. Except as specified in item c below, fasteners with a nominal diameter of 1/4-inch through 1-inch (inclusive) must be tested with a ten degree wedge. b. Except as specified in item c below, fasteners with a nominal diameter over 1-inch must be tested with a six degree wedge. c. Fasteners that are of grades 8, B7, B16, 410, 416, 416Se, 431, and 630 and are threaded within one diameter to the underside of the head must be tested as follows: Sizes 1/4 inch through 3/4 inch (inclusive) Use a six degree wedgeSizes over 3/4 inch Use a four degree wedge d. Fasteners which have passed testing with wedge angles greater than those specified should be considered acceptable. 3.5.3 For fasteners having a length less than the minimum specified in Table 1 of ASTM-F606, one "test specimen fastener" must be manufactured from each lot of fasteners and tested to represent that lot. The length of these test specimen fasteners must meet the minimum specified in table 1 of ASTM-F606 but must not exceed it by more than 1/4 inch. Test specimen fasteners must be the same type, style, and diameter as the production lot and must be manufactured from the same starting material, using the same manufacturing techniques as the production lot, and must be heat treated (if required) along with the production lot. 3.6 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. 3.7 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. 3.7.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 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, phone number 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. 3.10 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. 3.10.1 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. 3.10.2 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. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.10.4 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. 3.10.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 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. 3.11.1 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. 3.11.2 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. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.13 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: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 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. 3.13.8 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. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to the material certification test report and 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. 3.14.1 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. 3.14.2 The Contractor must develop written procedures that implement the material control requirements stated herein, within DI-MISC-81020, and elsewhere in this contract/purchase order. 3.15 Material Traceability - Material traceability codes must be permanently applied to the material and annotated on test reports for each individual heat/heat treatment of material supplied. Where heat traceability is not possible due to manufacturing processes (e.g. continuous pour operations), lot traceability must be provided as defined in the applicable material specification and, when applicable, as further defined in the contract/purchase order. Traceability marking must either be heat/lot number, a unique vendor traceability number/code, or a combination thereof to maintain complete traceability to certification OQE. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 Procurement/Receipt Inspections - Purchase orders for raw material must specify that the material be traceable to material certification test ports by traceability codes that are marked 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 DSSP material. 3.15.2 Receiving Inspection must include as a minimum - Verification that the traceability number marked 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. 3.16 Material Handling - All raw materials must be marked with a unique traceability number (except as specified below). 3.16.1 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.16.2 When traceability markings will be removed by a manufacturing or fabrfabrication process, the marking must be recorded prior to removal and be imimmediately 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 or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 Final Inspection - The following inspection must be performed prior to shipping material. 3.17.1 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. 3.17.2 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 Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.17.3 All data concerning material verification (chemical and mechanical 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. 3.17.4 All metallic material must be 100% inspected for traceability marking and that the marking is legible. 3.18 Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to heat identification is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Reidentification and recertification 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 it's chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Recertification 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 redetermined and documented to reflect the altered condition. The altered material must be uniquely reidentified. 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 NUMBER ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT NUMBER ________________ AND HEAT TREAT NUMBER ________________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 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. NOTE: If material is received without the required certification papers, the material will be rejected. 3.19 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 with a traceability code is required. All traceability marking 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. 3.19.1 Permanent markings are not required for welding and brazing joints. 3.19.2 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. 3.19.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.19.4 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.20 Additional Marking for Fasteners - Fasteners must be marked in accordance with ;MIL-DTL-1222; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.20.1 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Self-Locking screws must also be marked with six dots. Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.21 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 information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12) 3. The National Stock Number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 014532156 D5) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement to th...
SCREW,CAP,HEX HD
CONTACT INFORMATION|4|N742.11|WWF|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 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|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| 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 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|600 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. 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. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 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 will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(A); applies to this 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 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. 2.2.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=FC11001 |53711| -| |D|0001 | -|49998|5731098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B446 | | | |190401|A| | | DOCUMENT REF DATA=ASTM-A574 | | | |211201|A| | | DOCUMENT REF DATA=ASTM-F606 | | | |191115|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;The Hex Head Cap Screw must be manufactured in accordance with Oceaneering drawing FC11001 Item 99 and CSD481, except as amplified or modified herein.; 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD481; in ECDS at https://register.nslc.navy.mil/ 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Hex Head Cap Screw; Material - ;ASTM-B446, Grade 1, UNS N06625 in accordance with MIL-DTL-1222, Type I and Note 10 of drawing FC11001; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Each Screw; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.5 Wedge Tensile Test Specimens (Headed fasteners) - A wedge tensile test must be conducted on a Full Size Fastener for each production lot and reported aspart of the Mechanical Properties. The required specimens for the Wedge Tensile Test must be separate fasteners from those required for the Yield Test. 3.5.1 Testing for Socket Head Cap Screws must be in accordance MIL-DTL-1222, paragraphs 4.5.2.3 and 4.5.2.3.1. 3.5.2 Testing for all other Headed Fasteners with a nominal diameter greater than 1/4-inch must be in accordance with ASTM-F606 for grades 5, 8, B7, and B16.For all other grades, the following wedge angles must be used. a. Except as specified in item c below, fasteners with a nominal diameter of 1/4-inch through 1-inch (inclusive) must be tested with a ten degree wedge. b. Except as specified in item c below, fasteners with a nominal diameter over 1-inch must be tested with a six degree wedge. c. Fasteners that are of grades 8, B7, B16, 410, 416, 416Se, 431, and 630 and are threaded within one diameter to the underside of the head must be tested as follows: Sizes 1/4 inch through 3/4 inch (inclusive) Use a six degree wedgeSizes over 3/4 inch Use a four degree wedge d. Fasteners which have passed testing with wedge angles greater than those specified should be considered acceptable. 3.5.3 For fasteners having a length less than the minimum specified in Table 1 of ASTM-F606, one "test specimen fastener" must be manufactured from each lot of fasteners and tested to represent that lot. The length of these test specimen fasteners must meet the minimum specified in table 1 of ASTM-F606 but must not exceed it by more than 1/4 inch. Test specimen fasteners must be the same type, style, and diameter as the production lot and must be manufactured from the same starting material, using the same manufacturing techniques as the production lot, and must be heat treated (if required) along with the production lot. 3.6 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. 3.7 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. 3.7.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 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, phone number 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. 3.10 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. 3.10.1 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. 3.10.2 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. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.10.4 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. 3.10.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 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. 3.11.1 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. 3.11.2 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. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.13 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: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 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. 3.13.8 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. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to the material certification test report and 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. 3.14.1 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. 3.14.2 The Contractor must develop written procedures that implement the material control requirements stated herein, within DI-MISC-81020, and elsewhere in this contract/purchase order. 3.15 Material Traceability - Material traceability codes must be permanently applied to the material and annotated on test reports for each individual heat/heat treatment of material supplied. Where heat traceability is not possible due to manufacturing processes (e.g. continuous pour operations), lot traceability must be provided as defined in the applicable material specification and, when applicable, as further defined in the contract/purchase order. Traceability marking must either be heat/lot number, a unique vendor traceability number/code, or a combination thereof to maintain complete traceability to certification OQE. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 Procurement/Receipt Inspections - Purchase orders for raw material must specify that the material be traceable to material certification test ports by traceability codes that are marked 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 DSSP material. 3.15.2 Receiving Inspection must include as a minimum - Verification that the traceability number marked 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. 3.16 Material Handling - All raw materials must be marked with a unique traceability number (except as specified below). 3.16.1 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.16.2 When traceability markings will be removed by a manufacturing or fabrfabrication process, the marking must be recorded prior to removal and be imimmediately 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 or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 Final Inspection - The following inspection must be performed prior to shipping material. 3.17.1 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. 3.17.2 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 Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.17.3 All data concerning material verification (chemical and mechanical 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. 3.17.4 All metallic material must be 100% inspected for traceability marking and that the marking is legible. 3.18 Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to heat identification is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Reidentification and recertification 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 it's chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Recertification 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 redetermined and documented to reflect the altered condition. The altered material must be uniquely reidentified. 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 NUMBER ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT NUMBER ________________ AND HEAT TREAT NUMBER ________________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 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. NOTE: If material is received without the required certification papers, the material will be rejected. 3.19 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 with a traceability code is required. All traceability marking 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. 3.19.1 Permanent markings are not required for welding and brazing joints. 3.19.2 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. 3.19.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.19.4 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.20 Additional Marking for Fasteners - Fasteners must be marked in accordance with ;MIL-DTL-1222; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.20.1 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Self-Locking screws must also be marked with six dots. Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.21 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 information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12) 3. The National Stock Number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 014532156 D5) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement to th...
INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Please refer to the attachments for full description of the requirement, selection criteria and submission instructions.
59 - Switch, Reed
The response date referenced is estimated. The issue date is on or around 12/2/2025, with the Response date on or around 1/8/2026. Note: Copies of this solicitation will only be available via the World Wide Web approximately 15 days after this notice is published (solicitation should be posted on or around 12/2/2025). The DSCC Website address (URL) is https://www.dibbs.bsm.dla.mil/RFP/. Hard copies of the solicitation and any applicable drawings (if available) can be downloaded at this website. Purchase request number: 7003629302, NSN: 5930-01-510-9740, Nomenclature: Switch, Reed. Approved sources/part numbers: Curtiss-Wright Electro-Mechanical (04808) part numbers 4D96625G01 and 4D98023 ITEM 141. The solicitation will be posted on or around 12/2/2025 via our website, https://www.dibbs.bsm.dla.mil/RFP/. Total quantity of the PR is 149 units, with all 149 units being shipped to New Cumberland, PA. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the supplies and services described. However, interested people may inform the contracting officer their interests and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. All responsible sources may submit an offer/quote which shall be considered. For any questions about this, please contact the buyer by e-mail at: brian.maxwell@dla.mil
FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
This Sources Sought Notice is issued in accordance with FAR 15.201(e) as part of market research for a potential future procurement. NAVSEA is conducting market research to determine industry capability and interest in supporting FY26–FY30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. NAVSEA is especially interested in determining small business capability and interest. The Government is seeking responses from sources capable of manufacturing and assembling Solid Rocket Motors with capabilities similar to those currently utilized in the Navy’s SM program (e.g., Dual Thrust Rocket Motors and Booster). Requirements include conducting acceptance testing in accordance with the Government’s Technical Data Package (TDP), administering regrain processes, performing parts disposition, and storing accepted Government Furnished Equipment (GFE) until shipment to the prime contractor responsible for assembling the SM All-Up-Rounds. NAVSEA has provided an outline of anticipated work under the SM SRM section of this sources sought notice. The Government anticipates that any future solicitation may include a combination of cost-plus-fixed-fee CLINs (for labor efforts) and fixed-price CLINs (for supplies). Final contract type(s) will be determined following completion of market research and acquisition planning. What/Where to Submit: Interested companies should submit, on company letterhead, a response that includes: Company information (name, address, website, POC details). Business size status under NAICS 336611. A capability statement addressing questions 1–6 below (limit to 5 pages). (Optional) A white paper addressing Section 3.0; the white paper is not included in the 5-page limit. Responses shall be submitted electronically via email to the Contracting Officer (roy.h.yim2.civ@us.navy.mil) and Contract Specialist (joseph.r.strain4.civ@us.navy.mil) with the subject line: “FY26–30 SM SRM Sources Sought N00024-26-R-5461 Response.” Proprietary Information must be clearly marked and transmitted via DoD SAFE (safe.apps.mil). Do not submit hardcopies, zip files, encrypted files, or password-protected files. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,000 or less employees)? How many employees does your company have? Does your company have a website? If so, what is your company’s website address? Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company’s historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. SM SRM SECTION: 1.0 BACKGROUND. The currently sourced MK104 DTRM and MK72 Booster Motors are critical components of the Standard Missile Propulsion System, a multi-mission missile capable of anti-air warfare, terminal ballistic missile defense, and anti-ship strike roles. The regraining of MK-104 DTRMs is essential for maintaining operational readiness and extending the service life of existing assets. The planned acquisition will provide various operational SRM components in support of the SM programs for the U.S. Navy and Other Government Agencies (OGA). This sources sought announcement is to support potential solutions to the Government’s requirements for SRMs that are similar to the capabilities of the currently sourced MK104 DTRM and MK72 Booster Motors. To help facilitate this sources sought, the Government’s current requirements for MK104 DTRM and MK72 Booster Motors are provided below under Section 2. 2.0 GOVERNMENT’S CURRENT SRM REQUIREMENTS. 2.1 General Requirements. 2.1.1. MK104 DTRM Manufacturing and Assembly: Manufacturing and assembling MK104 DTRMs in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the Technical Data Package (TDP). Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through Contract Data Requirements List, DD Form 1423. Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.2. MK72 Booster Motor Production Manufacturing and Assembly: Manufacturing and assembling MK72 Booster Motors in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the TDP. Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through the Contract Data Requirements List, DD Form 1423 Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.3. MK-104 DTRM Regrain Process and Parts Disposition Disassembly and Inspection: Inspecting and disassembling old MK-104 DTRMs in accordance with existing processes. Tracking and Logging: Maintaining detailed logs by serial number for all incoming rocket motors, chambers, Arm-Firing Devices (AFDs), hot gas pressure switches, igniters, arm/enable switches, exit cone assemblies, and aft closure assemblies. Disposition of Materials: Disposing of or destroying materials (propellant, insulation, o-rings, etc.) in accordance with existing processes. Requesting authorization from the Government for the disposal of specific components (chambers, exit cone assemblies, aft closure assemblies). Regraining: Performing the regraining of MK-104 rocket motors. Reporting: Providing semi-annual logs of all tracked material to the Government, by serial number. Data Markings: Affixing required data markings to all unclassified technical documentation. 2.2 Delivery Period for Evaluation Purposes. (FY2026-FY2027) SRMs in support of SM-2 and SM-6 AURs (FY2027-FY2028) SRMs in support of SM-2 and SM-6 AURs (FY2028-FY2029) SRMs in support of SM-2 and SM-6 AURs (FY2029-FY2030) SRMs in support of SM-2 and SM-6 AURs 3.0 REQUESTED VENDOR INFORMATION. Interested vendors may respond to this sources sought notice with an optional white paper to include: 3.1 Executive Overview. The executive overview of the White Paper should explain how the vendor will perform the Government requirements outlined in section 2.0 of this sources sought notice. 3.2 Technical Approach. Provide a technical description of how the vendor will meet the Government’s requirements in section 2.0 of this sources sought announcement. Discuss any envisioned improvement(s). Discuss the engineering and logistics work needed to support the STANDARD Missile scope of work provided in Sections 2.1 and 2.2. Emphasize the performance data that exists, what testing is necessary, how the success will be measured, and how the project work scope or previous testing ensures the product performance will be reliable and maintainable. Discuss past performance of the company or team with this technology and detail previous products or accomplishments in this or closely related projects. 3.3 Schedule. Provide a notional summary schedule for the envisioned effort, including engineering work, any design reviews, testing, and deliveries aligned to Section 2.2 Government’s Delivery Period for Evaluation Purposes. 3.4 Vendor White Papers. White papers shall be submitted in Adobe Acrobat (PDF) format, no later than 09 January 2026, 12:00 PM EST. There is no page limit for white papers. Responses should address Section 2.0 Government Requirements and Section 3.5 Security/Markings. Administrative information shall include: Company Name, address, e-mail of two (2) designated points of contact Non Disclosure Agreements (NDAs) with support contractors Business type Facility security clearance of the vendor If email transmission to the above Government POCs is not possible, unclassified/proprietary information vendor White Papers can be sent via DoD Safe Access File Exchange (SAFE) at safe.apps.mil to roy.h.yim2.civ@us.navy.mil and Contract Specialist, joseph.r.strain4.civ@us.navy.us.mil. Do NOT send hardcopies of White Papers (including facsimiles), as only electronic submissions will be accepted and reviewed. Do NOT attach ZIP files, locked files, encrypted files, or password-protected files. The Government will scan all files submitted, if a virus is detected, it may be grounds for rejection of the White Paper. The White Paper should be a single file, including Gantt or other work plan charts and attachments/enclosures. Send each White Paper separately if submitting more than one response. Cost data is not required in response to this sources sought notice. 3.5 Security / Markings. 3.5.1 Marking – “PROPRIETARY INFORMATION (PI) MARKING. Vendor PI must be clearly marked and submitted via DoD Safe Access File Exchange (SAFE) at safe.apps.mil. Please be advised that all submissions become Government property and will not be returned. 3.5.2 PEO IWS 3.0 Support Contractors. PEO IWS 3.0 support contractors will review and evaluate vendor white papers submitted in response to this sources sought notice to include John Hopkins Applied Physics Laboratory, Millennium Engineering and Integration Company, Technomics, INC. and N-Gen Solutions, LLC. Proprietary Information submitted in response this sources sought notice will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as “the Act”) as implemented in the FAR. These companies are bound contractually by Organizational Conflict of Interest (OCI) and non-disclosure clauses with respect to proprietary information. Support contractor personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor’s proprietary data. Please acknowledge, in your response, your understanding and acceptance of support contractor personnel having access to the information you are submitting. 4.0 QUESTIONS. Submit questions in writing via email to roy.h.yim2.civ@us.navy.mil and joseph.r.strain4.civ@us.navy.mil. Verbal questions will not be accepted. Use the subject line: “FY26–30 SM SRM Sources Sought N00024-26-R-5461 Questions.” 5.0 SUMMARY. This Sources Sought Notice is issued solely for market research purposes. It does not constitute a solicitation and does not commit the Government to procure any items described. Respondents are not authorized to incur costs as a result of this notice. All submissions become Government property and will not be returned.
USS AUGUSTA (LCS 34) FY26 DSRA
The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-26-R-4420 for the execution of the USS AUGUSTA (LCS 34) FY26 DSRA. This availability includes a combination of maintenance, modernization, and repair, and will require a highly capable contractor with substantial facilities, to include capable pier (for the applicable ship class) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. This availability is solicited on a coast-wide basis on the West Coast under a single solicitation, and a single contract to complete this availability is expected to be awarded to one contractor. Based on the complexity, magnitude and duration of the requirement, the Government market research indicates there are not two or more small business concerns capable of competing for these requirements and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). This solicitation is issued electronically via PIEE and interested parties must comply with this announcement. Interested offerors should monitor the PIEE and SAM.gov pages for the release of the solicitation and any applicable amendments, thereafter. Offerors must be registered in the System for Award Management (SAM) to participate in this procurement at www.sam.gov. SAM.gov is the single point of entry for posting of synopses to the internet. All responsible sources may submit a proposal, which shall be considered by the agency. This posting does not include any Attachments. Potential offerors will need to request access to all Attachments and Exhibits by providing a written request to the Contract Specialist, Jack Klipfel, at jack.a.klipfel.civ@us.navy.mil, and the Contracting Officer, Brian Romano, at brian.c.romano.civ@us.navy.mil. Include your company SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. These attachments will be transmitted via DoD SAFE. To receive access to Attachment J-2 (Work Item Plans, Drawings and Other References), provide a written request to Nerissa Sanchez at nerissa.a.sanchez.civ@us.navy.mil with a copy to the Contract Specialist and the Contracting Officer listed above. Include your company's SAM Unique Entity Identifier (UEI) number with the request so that contractor status can be confirmed in the System for Award Management. In addition, there are references that contain limiting distribution statements and will not be disseminated from Southwest Regional Maintenance Center (SWRMC) Contracts. In these instances, Offerors must contact the SWRMC Technical Librarian to arrange access. Please send requests to swrmc.techdocs@navy.mil. The Government anticipates making a single award on or around May 2026.
Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
COMPREHENSIVE EVERGLADES RESTORATION PLAN (CERP) BROWARD COUNTY WATER PRESERVE AREAS PROJECT, CONTRACT 2, C-11 IMPOUNDMENT AND MITIGATION AREA A, BROWARD COUNTY, FLORIDA DESCRIPTION OF WORK: REFER TO SECTION 01 11 00 FOR COMPLETE PROJECT DESCRIPTION. DRAWINGS: SEE DFARS CLAUSE 252.236-7001, IN SECTION 00100. MAGNITUDE OF CONSTRUCTION IS OVER $500,000,000 THIS IS AN UNRESTRICTED, FULL AND OPEN SOLICITATION, BEST VALUE TRADE-OFF UTILIZING A BIFURCATED APPROACH. STAGE 1 PROPOSALS WERE INITIALLY DUE ON 7 MAY 2025, AND STAGE 2 PROPOSALS WERE DUE 9 MAY 2025 AND RESTRICTED TO ONLY THOSE OFFERORS WHO SUBMITTED STAGE 1 PROPOSALS THROUGH AMENDMENT 0007. WITH INCLUSION OF PROJECT LABOR AGREEMENTS (PLAs), STAGE 1, STAGE 2, AND STAGE 3 PROPOSALS ARE RE-OPENED TO ALL OFFERORS AND ARE ALL DUE BY 9 JANUARY 2026 WHILE CONCURRENT BIDDABILITY, CONSTRUCTABILITY, OPERABILITY, ENVIRONMENTAL, AND SUSTAINABILITY (BCOES) REVIEWS ARE BEING RECERTIFIED. OFFERORS ARE NOTIFIED THAT REAL ESTATE CERTIFCATION IS NOT CURRENTLY AVAILABLE. SEE SF 30 (AMENDMENTS 0008,0009, and 0010) CONTINUATION SHEET FOR ADDITIONAL DETAILS. NAICS CODE: 237990 SMALL BUSINESS SIZE STANDARD: $45,000,000.00. A SITE VISIT AND PRE-PROPOSAL CONFERENCE WILL BE HELD (SEE FAR CLAUSE 52.236-27 IN SECTION 00100.) YOU MUST BE REGISTERED IN SAM IN ORDER TO RECEIVE AN AWARD FROM THIS SOLICITATION. THE SAM WEBSITE IS LOCATED AT WWW.SAM.GOV.
Cable Assembly Spec
NSN 6150-01-413-0853, SPE4A626R0009 is for a long-term contract consisting of a one (5 year) base period. The solicitation will be in accordance with Basic Drawing NR 19207-12460097. This acquisition is a service-disabled veteran owned set- aside. FOB is Origin, Inspection and Acceptance will be at Origin. Production Delivery is 158 days ARO. Contractor 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: 100 ea. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 50 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 10, 2025.
Purchase of Turbine Runner for Unit A9
Purchase of Turbine Runner for Unit A9
SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
PROJECT TITLE: SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU). PROJECT LOCATION: VANDENBERG SPACE FORCE BASE, CALIFORNIA. SENTINEL AETC FORMAL TRAINING UNIT: CONSTRUCT A 16,489 SM (177, 490 SF) AIR EDUCATION AND TRAINING COMMAND (AETC) FORMAL TRAININGUNIT (FTU) AT VANDENBERG SFB TO SUPPORT SENTINEL TRAINING FOR MAINTENANCE AND OPERATIONS. A SINGLE TRAINING FACILITY WILL INTEGRATE STUDENT INSTRUCTION AND LAB CURRICULUM REDUCING STUDENT TRANSIT BETWEEN MULTIPLE VENUES AND FACILITATE INSTRUCTOR COLLABORATION. ESTIMATED PRICE RANGE: $100M-$250M. PROJECT DURATION: 1000 CALENDAR DAYS. DESIGN-BID-BUILD. THE NAICS CODE FOR THIS IS 236220 COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION. THE PROJECT MAY BE DELAYED, POSTPONED, CANCELED OR REVISED AT ANYTIME PRIOR TO AWARD. THE PROJECT IS ISSUED AS AN UNRESTRICTED FULL AND OPEN COMPETITION.
Q402--RFP- CONTINUOUS CNH
Central Arkansas Community Nursing Home
CIRCUIT CARD ASSEMBLY, NSN: 5998-01-609-1074, Part Number: 13656860
DEFENSE LOGISTICS AGENCY AVIATION / MISSILES 5201 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898 DLA AHCA October 15, 2025 Raytheon Company 350 Lowell Street Andover, MA 01810 Subject: Letter Request for Proposal (RFP) – SPRRA2-26-R-0005 Dear Raytheon Company, The Defense Logistics Agency (DLA) is issuing Solicitation SPRRA2-26-R-0005 as a Single Purchase for a Firm Fixed Price (FFP) procurement under the “Alpha 6” Long-Term Contract (LTC) umbrella, contract number SPRBL1-25-D-0006. This acquisition supports the Patriot Missile System. The required part has been identified as having limited stock and availability. Part Details: Item: Circuit Card Assembly NSN: 5998-01-609-1074 Part Number: 13656860 Quantity: 18 each The basic terms and conditions of the umbrella contract shall govern the contractors and Governments’ rights and obligations. This solicitation is sole sourced to Raytheon Company, CAGE 05716. IAW 10 U.S.C. 2304 (c)(1) FAR 6.302-1. “…Only one responsible source, and no other type of supplies or services will satisfy agency requirements…” DLA Contracting Team Identification: David Bennett, DLA Aviation - Huntsville, Team Lead, Contracting Officer E-Mail: David.B.Bennett@dla.mil; Phone: (256) 309-7655 Adam Henson, DLA Aviation - Huntsville, Team Lead, Contract Specialist E-Mail: jeffrey.henson@dla.mil; Phone: (256) 924-7897 Lewis Fournet, DLA Aviation - Huntsville, Contract Specialist E-Mail: lewis.fournet@dla.mil; Phone: (256) 230-5758 The following timelines are proposed in this RFP: Indicate your intention to provide a responsive Increment add-on proposal to this RFP in writing within five (5) business days. It is requested that a negative response be accompanied by an explanation. Responses shall be provided to the contracting team identified above. Your response is requested as soon as possible. If you choose to submit a proposal in response to this RFP it shall be submitted on/or before 5:00 P.M. Central Standard Time (CST) January 12, 2025. Instructions for the proposal: Please ensure that you read the entire RFP, including all of the enclosures, prior to submitting a proposal. The proposal shall be in full compliance with the instructions of this RFP. This RFP is not an authorization to start work. The basic terms and conditions of the Umbrella Contract SPRBL1-25-D-0006 shall govern the Contractors’ and Governments’ rights and obligations. Contract Clauses are governed by the Umbrella Contract unless otherwise indicated, (excluding classified clauses; notices, clauses, and provisions) shall apply to all add-ons, delivery orders and shall govern the contractor’s and Governments’ rights and obligations. No alternative or additional clauses shall be submitted with this proposal. Raytheon can submit previously coordinated alternates of term and conditions as assumptions to their proposal to assure maximum timeliness of proposal. The solicited quantities are based on available limited stock and as such the Government reserves the right to award the most advantageous quantities. Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the Government. In the interest of supporting obsolete items and pursuant to communication with the Contracting Officer, an additional proposal for a purchase of the Next Higher Assembly (NHA) may be accepted to support the function of a requested part. Nothing in this RFP shall be construed to preclude the contracting officer from requiring the offeror to supply sufficient information to determine the reasonableness of price, regardless of whether the offeror was required to provide such information in connection with any earlier procurement. If the contracting officer determines that the pricing information submitted is not sufficient (see Section C of this RFP) to determine the reasonableness of price, the contracting officer may request other relevant information prior to accepting the proposal as adequate and consistent with the solicitation. The proposal should include a proposed order size and evidence-based delivery schedule. The Government expects the Offeror to propose only the quantity that can be supported. The quantity requested is based on available limited stock and the offeror proposal shall support the quantity provided. Raytheon shall only propose sole source items under this contract. Raytheon shall notify the Government immediately if the items or services being solicited are not sole source to Raytheon. First Article (FAT) / Production Lot (PLT) MAY BE required. FAT unit MAY BE retained as a material standard. Test Item MAY BE destroyed as part of testing. First Article Test (FAT) and Production Lot Test (PLT) requirements for items listed in Enclosure 1 - Identification of Requirements, as applicable, MAY BE waived. Raytheon company may submit a first article test waiver worksheet. FAT/PLT units SHALL BE proposed until the waiver is approved. Proposal Content/Cost/Price Supporting documentation. At a minimum your proposal shall be addressed with the following: The Government contemplates Firm-Fixed-Pricing for this item in accordance with the umbrella contract. This is an RFP for NSN/Part support requirements generated by the Army Logistics Center (ALC). The Identification of Requirements (IOR) and Packaging Sheets are provided in Enclosure 1. The offeror shall prepare pricing information as provided in Enclosure 1, Identification of Requirements (IOR) and Proposal Information in a Microsoft Excel file Utilizing the specific headers provided within. The offeror’s summary schedule shall provide the Contract Line-Item Number (CLIN), National Stock Number (NSN) reconcile with the total overall price offered and applicable data within the proposal. Along with the enclosure schedule, the offeror shall provide fully supportable cost data substantiating the offeror’s summary schedule for the CLIN. The Government did not provide subcontract Line-Item Numbers (SLINs) to accommodate items that may require reusable shipping containers. However, if an item requires a reusable shipping container, a SLIN may be added to allow the offeror to price the item with a shipping container. The offeror shall propose the most expeditious delivery schedule for each item. The submission of cost data must include working cost model with excel formulas. Submission shall be in accordance with FAR 15.408, Table 15-2, Instructions for Submitting Cost/Price Proposals when Certified Cost or Pricing Data are required. Back up documentation shall detail the labor categories to be used, labor hours proposed by category, material and equipment cost, and a total cost breakdown. The offeror must also provide supporting cost/price documentation for all proposed subcontractors, to include the proposed type of subcontract. Should the proposal not require certification of cost and pricing data, the Offeror’s attention is directed at the Federal Acquisition Regulation FAR 15.403-3, relative to the requirements for obtaining Other Than Certified Cost or Pricing Data. The Offeror is required to submit Other Than Certified Cost or Pricing Data with the submission of the proposal. If additional supporting documentation is requested, the government is seeking a timely response (5-10 business days). Failure to provide Other Than Certified Cost or Pricing Data will result in the offeror being deemed as inadequate and/or deficient. Per FAR 15.408, Table 15-2, cost analysis must be performed by the offeror for subcontracts identified in the Consolidated Bill of Materials (CBOMs) as having total proposed pricing that exceeds the regulatory threshold indicated in FAR Part 15.403-4 for the BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations must be provided for the BEQ only. In support of the proposed Indirect Expense Rates, Raytheon business units performing or as an internal work transfer, and any other subordinates shall provide documentation of the most recent Indirect Expense Rates, to include at least one of the following (by order of acceptability): Forward Pricing Rate Agreements (FPRAs) with DCMA. Note: the rates reflected in any existing FPRA shall directly match the proposed rates as detailed in the proposal. Forward Pricing Rate Recommendations (FPRR)from DCMA. Note: if proposed rates do not match an existing FPRR, the offeror shall provide sufficient detail explaining how the cost realism of the rates proposed. Forward Pricing Rate Proposals (FPRP) previously accepted by the DACO at DCMA pursuant to the establishment of a new FPRR. OR Approved provisional Rates or other statement of current rates including three (3) years of Incurred Cost Submissions to DCAA detailing historical (actual) Pools and bases (by expense accounts), and any information which validates tha calculations. Note: the rates reflected in the FPRA shall directly match the proposed rates as detailed in the proposal. If the rates do not match, the offeror shall provide sufficient detail explaining how the proposed rates are realistic. A sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft excel file in addition to the other information required by the RFP. The proposal will identify key business unit personnel related to contracting, technical and pricing questions and known DCMA or DCAA business unit point of contract (POC) to expedite the question/review process. Additional Terms, Conditions, Clauses, and Provisions specific to this procurement needs and/or agency requirement: In accordance with FAR clause 52.215-22, Limitation on Pass-Through charges, if Raytheon intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting contract, Raytheon shall identify in its proposal a description of the value-added provided by Raytheon as related to the work to be performed by the subcontractor(s) as defined by FAR Clause 52.215-23. DFARS Claues 252.211-7003, Item Unique Identification and Valuation may be applicable to items in this Letter RFP. Raytheon shall assert restrictions on technical data or software as required; when Raytheon shall deliver with less than Unlimited Rights IAW DFARS 252.227-7017, Enclosure 3. Raytheon shall identify and address in its proposal all actual or potential Organizational Conflicts of Interest (OCI), per FAR 9.5, or state that there are no known potential OCIs. If any actual or potential OCIs are identified, then Raytheon shall submit a mitigation plan. The Government reserves the right to award the NSNs / Parts of this letter RFP either on the same contract modification or separate contract modification, increment add-on, or delivery order. All communications SHALL be submitted in writing ONLY and directly to the contract team(s) email addresses identified on the first page of this RFP. Raytheon shall not contact any other Government personnel other than the person(s) identified. Contracting any Government personnel other than the individual(s) identified above could result in an organizational conflict of interest (COI). Small Business Subcontracting Plan: the contractor shall continue participation in the Department of Defense (DoD) Test Program for a Comprehensive Subcontracting Plan with the Defense Contract Management Agency (DCMA). A small business subcontracting plan will not be required by the Government for this subsumable, increment add-on, or delivery order contracts unless the contractor fails to meet the goals outlined in the comprehensive subcontracting plan agreement with DCMA. Progress Payments FAR 52.232-16 may be included in the resulting subsumable contract SPRRA2-25-D-0016 under the negotiated (Alpha 6) Umbrella Contract SPRBL1-25-D-0006. If progress payments are desired, they shall be expressly requested in the proposal. Progress Payments will be agreed to during negotiations and added to each applicable delivery order. Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order or increment add-on. If you have any questions, feel free to contact the undersigned, David Bennett at David.B.Bennett@dla.mil. Sincerely, Enclosures listed below: Enclosure 1: Identification of Requirements (IOR) and Proposal Information Enclosure 2: Required Reps and Certs (FAR 52.204-8) Enclosure 3: Data Rights and Assertions DFARS 252.227-7017
Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
Sources Sought Notice Sources Sought Notice Page 23 of 23 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 23 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630A4-26-101 Renovate & Replace Animal Lab AC -3 located at the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $25.5 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications to be considered for an award. The design will be completed in such a manner that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. The anticipated award date of the proposed A-E Contract is on or before May 30, 2026. Prospective Contractors must be registered and verified in SBA s Small Business Search and https://www.sam.gov and at time of submission of their qualifications in order to be considered for an award. NOTE: Offerors are referred to VAAR 852.219-11(d)(1) Services. The Contractor will not pay more than 85% of the amount paid by the government to it to firms that are not SBA-listed SDVOSBs as set forth in 852.219-10. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), large, etc.). All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed six (6) percent of the estimate cost of construction. Other A-E fees are not included in the six (6) percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) SCOPE OF SERVICE REQUIRED: Provide A/E professional services for Project No. 36C24226R0015 to prepare basis of design, executive summary reports, design development drawings, contract drawings, specifications, cost estimates, feasibility study, deficiency report, construction period services for the following items, but not limited to: Gut Renovation of approximately 6500+ SF of the entire space and support space 1000sf+ and required swing space/ phasing located at the basement of building 1, Main Hospital including new upgrade of Mechanical, Electrical and Plumbing Systems. Perform a space survey/ programming and interviews with the end users. Determine required space for investigators and researchers and admin support space. Future # of animals and dedicated rooms, equipment list and function Recommended service function and activities that would fit within the available space. Refer to Fig. 35 VMU-small last page Identify swing space alternatives and design for Trailer or Space to be determined including utilities for Animal lab. Address/ Upgrade Room 12-124 Research. Replace Animal Lab AC-3 HVAC. The A/E shall perform a thorough study of the existing the Animal Lab AC-3 and associated Exhaust fan to determine the best type, size and capacity of new air handling unit and exhaust fan to be installed. The A/E shall review the different air handling unit system options available and provide a narrative of the positives and negatives for each Air handling unit system. The A/E shall provide a life cycle cost analysis to determine the most cost-effective Air Handling systems for the facility. The A/E shall provide commissioning services for the new air handling unit serving the animal lab. The project design includes removing the existing Animal Lab AC-3 air handling unit in the Basement of Building #1 and installing a new air handling unit serving the Animal lab in Building #1. The project design includes design options with redundancy to connecting the new animal lab air handling unit to the main chiller plant, the existing the 250-ton standalone chiller or a new stand-alone air-cooled chiller. The project shall identify design options and hvac redundancy to include all necessary piping, valves, and controls to switch from main chiller plant operation to the 250-ton chiller operation located on the 5th floor or tie in to include design for a new stand-alone air-cooled chiller system for off season operation. Prepare the basis of design presented in a report format. Deliver the schematic design, design development (drawings and specifications for 65% and 100% submission), design documents (drawings and specifications for 35%, 65%, 95% and 100% submissions). Schedule on site meetings. The design will include holding room, surgery, treatment, procedure, new lab, associated equipment, cage washers, HVAC equipment and System, plumbing, gas and electrical systems, architectural renovation of the space, new casework and benchtops for the laboratories, new furniture in the offices pe PG 18-12 Research and Development Guide. Prepare the cost estimate for the schematic, 65% and 100% design development and 65% and 100% construction documents. Review the Final Deficiency Report included in the Facility Condition Assessment and propose means of rectifying the deficiencies. Remove existing floor 2-part red epoxy Paint from Animal Lab Floor and install new flooring system Brand name or equal to Stonehard Coating floor systems product Stonkote Ht4 Teal blue color or approved equal. Provide the design documentation for a temporary swing space/ trailer for housing the animals during the renovation phase of the labs. Provide a breakdown cost estimate for the swing space rehabilitation to meet the codes requirements and relocation of the animals into the space. The A/E shall base the design in accordance with NFPA 101, VA Space Planning Criteria, VA Design Standards and VA Design Plates and Equipment List. Plans shall also confirm to the Association for Assessment and Accreditation of Laboratory Animal Care, (AAALAC) and the latest Joint Commission on Accreditation of Health Care Organizations standards (TJC), VA PG 18-12 Research and development Design Guide and Technical Information Library. https://www.cfm.va.gov/til/ The project design includes installing new control valves, new sensors, new thermostats, new freeze stats, new dampers and actuators, new motors, etc. for all units and connecting to the existing Building Automation system located in the Chiller plant in Building #4. The project involves installing new duct work in the animal lab to meet the current HVAC Design Guide requirements. The project design includes providing all necessary labor and material to prepare construction documents for temporary animal lab trailer during the construction phase of the project. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the air handling units and associated mechanical rooms and animal lab space to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide Construction Period Services, such as site visits, inspections, observations, attend meeting and provide meeting minutes; review shop drawing and submittals for acceptance; respond to RFI s, prepare supplemental documentation and / or revise contract documents; provide a record set of drawings As-Builts ; Provide a certified industrial hygienist to perform Task 6 through 9 according to the Special Instructions-Asbestos Abatement and Lead Abatement documents. The A/E shall assist VA COTR in evaluating qualifications of contractor and personnel by establishing minimum qualification requirements for specialization experience, key personnel, standard operating procedures, etc. The A/E shall hire a qualified and competent commissioning person to represent VA owner. The Commissioning process shall include the review of the design documentation, equipment startup, control system calibration, testing and balancing, review performance testing and training. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. The A/E shall be required to provide Basis of Design, Schematics, Design Development, Desing Documents, Construction documents specifications, Cost Estimate. The A/E shall follow the submission instructions outlined in VA NRM Program Guide PG 18-15 Volume C. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. The A/E shall complete Security Training within 30 days of hire and taken annually. Privacy Training: VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information All contractor employees and subcontractors participating under this contract are required to complete the VA's Privacy training requirement - VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Contractors must provide certifications of completion to the COR during each year of the contract. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). The COR for the contract is responsible for ensuring the contractor takes the training and to follow up with the annual requirements. See Attachment A VA Privacy Training for Personnel without Access to VA Computer 29.The C&A requirement do not apply, and that a Security Accreditation Package is not required. 30.Project Management Platform Requirement Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts. There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and Productivity NOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through Productivity NOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to Productivity NOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. Time frame: A/E Design Services: 365 days Construction Period Services: Est. 545 Days Contract documents requirements: All contract A/E s employees shall take the Privacy and Information Security training and provide copies of training certificates to COR as required by VA policy. AE and the subconsultant shall use Autodesk Build Construction Management platform to manage the projects. All contract A/E s employees shall provide the following documentation: Background investigation Worksheet (Attachment No.2 under SOP Acquisition) VA Form 0711 Security and Privacy Training certification OHSA certification TB tuberculin test certification Design Development A.) CONSULT WITH VA TO IDENTIFY AND PRIORITIZE AREAS OF CONCERN, BUDGETARY CONSTRAINTS, AND TIME CONSTRAINTS. REVIEW VA AS-BUILT DRAWINGS INDICATING ORIGINAL BUILDING CONSTRUCTION, SPECIFICATIONS, AND PREVIOUS REPAIR CONTRACTS. VISUAL INSPECTION: WORK WILL INCLUDE A DETAILED VISUAL INSPECTION OF RELEVANT PORTIONS OF THE PROJECT. THE INSPECTION WILL PROVIDE INFORMATION REGARDING THE NATURE, EXTENT, AND PROBABLE CAUSE OF ANY DEFICIENCIES IDENTIFIED. COMPREHENSIVE REPORT: THE A/E SHALL ISSUE A REPORT RECOMMENDING REPAIR STRATEGIES, MATERIALS AND METHODS OF INSTALLATIONS, PRIORITIES, AND ALTERNATIVES. THE REPORT SHALL INCLUDE: OBSERVATIONS AND FINDINGS FROM VISUAL, INSPECTIONS. PHOTOGRAPHIC DOCUMENTATION ON DIGITAL FORMAT. A SPREADSHEET ENUMERATING EACH RECOMMENDED ITEM OF REPAIR, TOGETHER WITH AN INDICATION OF ITS PRIORITY, AND AN ESTIMATE OF ASSOCIATED COST. E) REVIEW MEETINGS: THE A/E SHALL MEET WITH VA PERSONNEL TO REVIEW THE CONTENTS OF THE REPORT AND TO ESTABLISH A CONSTRUCTION SCOPE OF WORK, WHICH IS ACCEPTABLE TO THE VA. Contract Drawings A/E SHALL PREPARE DRAWINGS OF EACH PORTION OF THE PROJECT. THESE DRAWINGS SHALL BE PRODUCED USING AUTOCAD AND WILL BE USED TO RECORD THE RESULTS OF THE VISUAL INSPECTION, AND AS BACKGROUND DRAWINGS FOR THE CONSTRUCTION DOCUMENTS. CONSTRUCTION DRAWINGS: THE A/E SHALL PREPARE CONSTRUCTION DRAWINGS DELINEATING THE INTENDED SCOPE OF WORK TO BE PERFORMED AND CONSTRUCTION DETAILS TO BE USED ON THE PROJECT. CONSTRUCTION SPECIFICATIONS: THE A/E SHALL PREPARE WRITTEN SPECIFICATIONS TO BE USED IN CONJUNCTION WITH CONSTRUCTION DRAWINGS, SPECIFYING TECHNICAL AND ADMINISTRATIVE REQUIREMENTS OF THE PROJECT. DETAILED CONSTRUCTION COST ESTIMATE: THE A/E SHALL PREPARE A DETAILED CONSTRUCTION COST ESTIMATE IN TABULAR FORMAT LISTING ALL ITEMS OF WORK TO BE PERFORMED INCLUDING ESTIMATED QUANTITIES AND UNIT COSTS FOR LABOR AND MATERIALS TO PERFORM EACH ITEM AND EACH PORTION OF PROJECT. THE A/E SHALL ALSO PREPARE THE SAME TABLE WITHOUT THE ESTIMATED UNIT COSTS AND TOTAL COST TO BE USED FOR BIDDING PURPOSES. THE A/E SHALL MEET WITH VA REPRESENTATIVES TO REVIEW THE CONTRACT DRAWINGS, SPECIFICATIONS, AND DETAILED COST ESTIMATE AT 65% AND 100% COMPLETION. A/E SHALL MAKE ALL PROPER CORRECTIONS TO THE CONTRACT DOCUMENTS BASED UPON THE INTENTIONS OF THE VA DISCUSSED DURING THESE MEETINGS. Construction Period Services THE A/E SHALL REVIEW CONTRACTOR S SHOP DRAWINGS, SUBMITTALS, REQUESTS FOR INFORMATION (RFI), PAYMENT REQUISITIONS, AND CHANGE ORDER REQUESTS. Furnish As-Built Drawings after Completion UPON COMPLETION OF WORK, THE A/E SHALL PREPARE AS-BUILT DRAWINGS DOCUMENTING THE AREAS OF COMPLETED WORK IN FORMAT ACCEPTABLE TO VA. Site Visits PERIODIC SITE VISITS: THE A/E SHALL MAKE UP TO THIRTY (30) SITE VISITS TO THE SITE TO MONITOR WORK, WITH REGARD TO ITS CONFORMANCE WITH THE CONTRACT DOCUMENTS. A/E SHALL PREPARE COMPREHENSIVE REPORT FOR EACH SITE VISIT DETAILING ALL ITEMS DISCUSSED. Reproduction BLUEPRINTS: THE A/E SHALL PROVIDE TEN (10) SETS OF CONSTRUCTION DOCUMENTS AND ONE (1) SET OF ORIGINAL REPRODUCIBLE VELLUMS. IN ADDITION, A/E SHALL PROVIDE DIGITAL VERSION OF ALL DOCUMENTATION IN FORMAT ACCEPTABLE VA CONTRACTING OFFICE. Completion Time for design: 365 Calendar days LOCATION: Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209 COST RANGE: Estimated Construction Cost Range: $5,000,000.00 and $10,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. The following evaluation criteria will be used during the A/E selection process with assigned value: Firms submitting SF330 data for consideration must address each of the following factors in SF330. Professional qualifications necessary for satisfactory performance of required services -20%. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Engineering (Civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) and Architecture Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials -20%. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: Experience with design services to renovate and redesign patient facilities and medical centers. Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation and construction inspection services) :Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team including any subcontractors in the areas outlined above. (3) Capacity to accomplish the work in the required time-15%. This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. Submission requirements: The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. ii. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. (4) Past performance- 15%. Offerors will be evaluated on past performance with Government agencies (emphasis on VA work) and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice (Attachment #1) is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Samantha Chavanga via email at Samantha.Chavanga@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of any page limitation and shall be attached to the SF330, behind the SF330 Part II document. (5) Location -10% within a 300-mile radius to the design site (Brooklyn, NY) and knowledge of the location (Brooklyn VAMC, NY); provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: i. The A/E Firm proximity to the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices from the location of work. Please provide the address (es) and distance of your closest office to the address listed (6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services-10%. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years. The SF-330 shall contain a statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. (7) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team- 10%. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Evaluation Scoring Evaluation factors will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement, and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. NOTE: The Consultant is responsible for the development of a project estimate. Th...
Student Transportation Services to Ft. Campbell Military Community, KY
The purpose of this amendment (0001) to the Combined Synopsis/Solicitation is to: Add Attachment 8_Wage Determination to the solicitation; and Update the General Instructions in FAR 52.212-1 Addendum All other terms and conditions remain unchanged. _____________________________________________________________________________________________________ This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation: HE125426RE005 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This procurement is a 100% Small Business set-aside in accordance with FAR 19.502-2(a). The NAICS code is 485410 and the size standard is $30.0M. Please review all attachments to this combined solicitation carefully. A list of line-item number(s) and items, quantities, and units of measure for the base year, four (4) option years and the FAR 52.217-8, Option to Extend Services, are attached as well as a description of requirements for the items to be acquired and the dates and delivery and acceptance. The Contracting Officer and Contract Specialist are the sole points of contact for this acquisition. The points of contact for this acquisition are: Contracting Officer: Esther Yi, esther.yi@dodea.edu Contract Specialist: Batsaikhan Usukh, batsaikhan.usukh@dodea.edu Ensure the following submittals are sent to the above Points of Contact no later than 12:00pm Eastern Standard Time (EST), 05 January 2026 to avoid ineligibility. Submitting Attachment 7, "Non-Disclosure Agreement" The Offeror must send an email with the completed Attachment 7 to the Contracting Officer AND Contract Specialist to receive Attachment 7 (a) "Route List.” Since these attachments are restricted only to Offerors submitting a completed Attachment 7, failure to do so will result in an Offeror not being eligible for award. The subject of the e-mail shall be "HE125426RE005, Attachment 7 Submittal." Please provide the company's name and point of contact to include name, title, address, e-mail, phone number, company's Unique Entity Identifier/ID, and NATO Cage Code in the body of the email. After submitting the completed Attachment 7, the Government will provide the Offeror with Attachment 7 (a), via email. Submission of Questions. Offerors shall submit questions concerning this solicitation, electronically, NO LATER THAN 12:00 p.m. EST, 24 November 2025. Questions submitted after this date may not be considered for a response. Submission of Offers/Proposals. The offeror must send their proposal via e-mail to Esther Yi at esther.yi@dodea.edu and Batsaikhan Usukh at batsaikhan.usukh@dodea.edu with their attached proposal. The subject of the e-mail shall be "Proposal for HE125426RE005." Proposals must be submitted via email NO LATER THAN 12:00 p.m. EST, 12 January 2026 in response to this solicitation. Offerors must ensure that the signed and dated attached proposal and all attachments are virus free, legible, and are received by the email addresses above no later than the solicitation closing date and time. Emails over 10 MB will be rejected by DoDEA's network. If the electronic copy cannot be opened, the Contract Specialist or Contracting Officer will notify the Offeror and a replacement electronic copy shall be provided by the Offeror within one (1) working day after notification. Documents shall be submitted in separate .pdf or Microsoft Office (e.g., Word, Excel, etc.) format by e-mail on or before the closing date and time stated in in this combined synopsis/solicitation.
Student Transportation Services to Ft. Campbell Military Community, KY
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation: HE125426RE005 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This procurement is a 100% Small Business set-aside in accordance with FAR 19.502-2(a). The NAICS code is 485410 and the size standard is $30.0M. Please review all attachments to this combined solicitation carefully. A list of line-item number(s) and items, quantities, and units of measure for the base year, four (4) option years and the FAR 52.217-8, Option to Extend Services, are attached as well as a description of requirements for the items to be acquired and the dates and delivery and acceptance. The Contracting Officer and Contract Specialist are the sole points of contact for this acquisition. The points of contact for this acquisition are: Contracting Officer: Esther Yi, esther.yi@dodea.edu Contract Specialist: Batsaikhan Usukh, batsaikhan.usukh@dodea.edu Ensure the following submittals are sent to the above Points of Contact no later than 12:00pm Eastern Standard Time (EST), 05 January 2026 to avoid ineligibility. Submitting Attachment 7, "Non-Disclosure Agreement" The Offeror must send an email with the completed Attachment 7 to the Contracting Officer AND Contract Specialist to receive Attachment 7 (a) "Route List.” Since these attachments are restricted only to Offerors submitting a completed Attachment 7, failure to do so will result in an Offeror not being eligible for award. The subject of the e-mail shall be "HE125426RE005, Attachment 7 Submittal." Please provide the company's name and point of contact to include name, title, address, e-mail, phone number, company's Unique Entity Identifier/ID, and NATO Cage Code in the body of the email. After submitting the completed Attachment 7, the Government will provide the Offeror with Attachment 7 (a), via email. Submission of Questions. Offerors shall submit questions concerning this solicitation, electronically, NO LATER THAN 12:00 p.m. EST, 24 November 2025. Questions submitted after this date may not be considered for a response. Submission of Offers/Proposals. The offeror must send their proposal via e-mail to Esther Yi at esther.yi@dodea.edu and Batsaikhan Usukh at batsaikhan.usukh@dodea.edu with their attached proposal. The subject of the e-mail shall be "Proposal for HE125426RE005." Proposals must be submitted via email NO LATER THAN 12:00 p.m. EST, 12 January 2026 in response to this solicitation. Offerors must ensure that the signed and dated attached proposal and all attachments are virus free, legible, and are received by the email addresses above no later than the solicitation closing date and time. Emails over 10 MB will be rejected by DoDEA's network. If the electronic copy cannot be opened, the Contract Specialist or Contracting Officer will notify the Offeror and a replacement electronic copy shall be provided by the Offeror within one (1) working day after notification. Documents shall be submitted in separate .pdf or Microsoft Office (e.g., Word, Excel, etc.) format by e-mail on or before the closing date and time stated in in this combined synopsis/solicitation.
CONTROL TUBE ASSEMB | 05F | C/KC 135
CONTROL TUBE ASSEMB | 05F | C/KC 135 NSN: 1680-003406005, IQC PR: 1000211930, ITEM: CONTROL TUBE ASSEMB THIS PART IS MANUFACTURED BY THE FOLLOWING SOURCES: HARLOW AEROSTRUCTURES, LLC 14248 P/N 90-1560 NORDAM GROUP LLC, THE 29957 P/N 90-1560 TECT HYPERVELOCITY, INC. 34336 P/N 90-1560 AERO COMPONENTS, LLC 59213 P/N 90-1560 THE BOEING COMPANY 81205 P/N 90-1560 INFINITY FABRICATION, INC. 06DM5 P/N 90-1560 PRO-FAB, LLC 0BT76 P/N 90-1560 D-J ENGINEERING INC 0C7H8 P/N 90-1560 CAMNETICS MANUFACTURING CORPORATION 0P657 P/N 90-1560 VOLUMATIC INC 1P642 P/N 90-1560 MALONES CNC MACHINING INC 2V045 P/N 90-1560 C. E. MACHINE CO., INC. 3L665 P/N 90-1560 BETA ENGINEERING, INC. 33436 P/N 901560 THE SOLICITATION WILL BE ISSUED AS A 100% SMALL BUSINESS SET-ASIDE (FULL AND OPEN COMPETITION AFTER THE EXCLUSION OF SOURCES). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 80 EACH. THE DELIVERY WILL BE 250 DAYS AFTER RECEIPT OF ORDER. INSPECTION AND ACCEPTANCE WILL TAKE PLACE AT ORIGIN. FOB IS AT DESTINATION. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS 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 THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT DECEMBER 09, 2025.
ALTIMETER,PRESSURIZ
CONTACT INFORMATION|4|N741.8|BXJAW|N/A|SEANA.M.STEINER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |Material - Inspect & Accept at Source|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334513|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS HEREBY EXTENDED TO 12 JANUARY 2026. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation shall be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. When submitting a quote, specify any exceptions (I.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 4. All contractual document (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 method such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 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 will be a rated order. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ALTIMETER,PRESSURIZ . 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 ALTIMETER,PRESSURIZ furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;89944 671CPX-10-051; 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.
ALTIMETER,PRESSURIZ
CONTACT INFORMATION|4|N741.8|BXJAW|N/A|SEANA.M.STEINER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |Material - Inspect & Accept at Source|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334513|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation shall be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. When submitting a quote, specify any exceptions (I.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 4. All contractual document (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 method such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 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 will be a rated order. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ALTIMETER,PRESSURIZ . 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 ALTIMETER,PRESSURIZ furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;89944 671CPX-10-051; 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.
Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
THIS IS A PRE-SOLICITATION NOTICE The Department of Veterans Affairs, Network Contracting Office 17, 1901 Veterans Memorial Dr, Temple, TX 76504 and 4800 Memorial Dr, Waco, TX 76711 intends to issue a Request for Proposals (RFP) for a single, firm fixed price contract for Construction Services. The solicitation will be issued on SAM.gov on or about December 2, 2025, and will include the Statement of Work, Drawings and Specifications. There will be a pre-bid site visit; information and specifics to follow with the solicitation. Project Details: The Department of Veteran Affairs (VA) has identified the need to reconfigure outpatient rehabilitation medicine and outpatient pharmacy service areas. This project is to upgrade the HVAC and other related systems across the Waco and Temple medical campuses to the digital control system on the Metasys BACNET MSTP network. JCI (Johnson Controls International) is an approved consultant for this project since they are already on site to repair and maintain other systems throughout the campus. The Waco campus has approximately 30 buildings requiring upgrades, and the Temple campus has approximately 11 buildings requiring upgrades. Period of Performance: 548 days after Notice to Proceed (NTP) is issued SET-ASIDE: 100% SDVOSB NAICS: 236220, size standard $45M Magnitude of Construction: Between $10,000,000 and $20,000,000 Questions regarding this opportunity will not be answered prior to the release of the solicitation. IMPORTANT NOTICE: Apparent successful offerors must have a current VETS 4212 report on file with the Department of Labor; be registered in SAM; and be registered in the U.S. Small Business Administration (SBA) MySBA Certfications at the time of submission of proposal. Failure to be both verified by the SBA and visible on the SBA s Dynamic Small Business Search as an SDVOSB https://dsbs.sba.gov/search/dsp_dsbs.cfm at the time of proposal submission will result in the proposal being deemed non-responsive.
Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
Amendment 0003 is issued to extend the proposal due date to January 12, 2026, at 1700 ET. A subsequent amendment will be issued to address the questions that were received from Amendment 0002. *********************************************************************************** Amendment-Due to the Government shutdown the SIR close date has been extended from Tuesday 10/21/2025 to Friday 11/21/2025. A formal amendment and Q&As will be posted following the end of the Government shutdown. Continue to monitor this posting for any updates. Amendment 0002 is issued to update the solicitation with the conformed copy, provide the Questions and Answers, set a new submission deadline for additional Questions on amended items only, and extend the proposal due date to October 21, 2025, at 1700 Eastern Time. All questions on amended items only must be submitted by October 7, 2025, at 1000 Eastern Time. Questions will only be permitted for the revisions identified in red from this amendment. ********************************************************************************* Amendment 0001 is issued to extend the proposal due date to September 30, 2025, at 1700 ET. A subsequent amendment will be issued to address the questions received and provide updated attachments. *********************************************************************************** This is the updated Screening Information Request (SIR) 697DCK-25-R-00302 for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) Procurement. This procurement is in support of the Federal Aviation Administration (FAA), Office of Finance and Management (AFN), Information and Technology Services (AIT), Contract Strategy and Support Division (ASP-400). This SIR is for Commercial Products (Hardware (HW) and Software (SW)) and is a DOT-wide strategic sourcing contract administered and managed by the FAA Offices of Acquisition and Business Services (ACQ) and Information and Technology Services (AIT). The products and services which include, but are not limited to, software, network infrastructure components (servers, switches, storage arrays, and network devices), personal computing devices (workstations, laptops, tablets, thin clients, notebooks, and similar items), computer peripherals and accessories, audio/visual equipment, and miscellaneous equipment (large screens, touch screens, scanners, projectors, desktop printers, multi-functional devices (MFD)), software to support the above mentioned hardware, and cloud based services by various Original Equipment Manufacturers (OEM) that meet the FAA IT community’s requirements. The contract also includes product-based services that enable the full lifecycle management of IT assets; and these services must be directly related to the range of products offered under the Contract and must be performed as requested by the Contracting Officer on individual delivery orders. The Contractor must facilitate the acquisition, deployment and maintenance of IT assets under this contract by providing services including, but not limited to, asset recovery/disposition and warehousing. See SIR attached below for further details. The FAA intends to competitively award approximately eight (8) multiple-award Indefinite Delivery Indefinite Quantity (IDIQ)contracts under this SIR. The Government will make awards using a Lowest Price Technically Acceptable (LPTA) approach with a two-pool evaluation process; Up to six (6) awards to Offerors reserved for Small Businesses under the Small Business Pool, and up to two (2) awards to Offerors Unrestricted in Size under the Unrestricted Pool. The North American Industry Classification System (NAICS) code is 541519e Information Technology Value Added Resellers (Exception) and the size standard is 150 Employees. To be considered for award of this requirement, the Offeror must have a current/valid registration in the Systems for Award Management (SAM) database website: www.sam.gov. Registration must be active by the offer due date. Proposals are due by EMAIL ONLY no later than 1700 ET on September 18, 2025. Please see attached SIR for proposal submission requirements. Questions are to be submitted, in writing only, as specified in the SIR. Questions will be answered in an Amendment to the SIR if deemed necessary and posted to SAM.GOV for all interested parties to consider. Prospective Offerors are encouraged to frequently visit SAM.GOV for any updates to this requirement. Any questions regarding this announcement should be directed to Dawn Bloome at Dawn.A.Bloome@faa.gov and Kristin Frantz at Kristin.T.Frantz@faa.gov. All questions must be received no later than 1700 ET on August 21, 2025. All questions and comments must be in writing, please no telephone calls. Offerors are requested to utilize the attached Q&A Template attached. Any responses received after the closing date and time, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. This SIR is not to be construed as a contract or a commitment of any kind. The Government will not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation.
Centralized Waste Processing System
Amendment 001 was posted on November 18, 2025 to respond to questions submitted. The Government Secure and Intelligent Documents (GSID) division of the U.S. Government Publishing Office (GPO) is responsible for printing and manufacturing U.S. security products, including passports and other secure credentials. These operations take place at the Secure Production Facility (SPF), located within NASA's Stennis Space Center at 9101 Leonard Kimble Road, John C. Stennis Space Center, MS, 39529. The production of these highly sensitive identification documents generates waste materials such as wastepaper and polycarbonate. Due to the secure nature of the products, the handling and disposal of these waste materials must adhere to stringent security protocols, equivalent to those applied to the finished secure documents themselves. While the specific details of the production process remain confidential, the waste generation mechanisms are comparable to those found in standard bindery and book-making operations within public sector facilities. Currently, the SPF employs four independent waste management systems to handle various types of waste generated during production: System 1: Manages bulk waste and trimmings from two bindery production machines. Waste is manually transferred from wheeled carts into a shredder and subsequently baled. This system operates without any air conveyance mechanism. System 2: Handles trimmings from one bindery machine. Features a baler connected to a dedicated cyclonic separator. Incorporates an independent air conveyance system. System 3: Designed specifically for adhesive backing waste. Utilizes air conveyance coupled with a separate cyclonic separator. Waste is collected in standard plastic-lined gaylord totes and is not baled. System 4: Manually loads polycarbonate waste, which is then packed into gaylord totes for storage. All waste, whether baled or contained in gaylord totes, is temporarily stored onsite until sufficient quantities accumulate for transport by a third-party vendor to an offsite facility for secure incineration. This solicitation seeks to procure a centralized waste processing system that will replace the four existing independent systems. The new system must seamlessly integrate with existing production equipment to ensure uninterrupted operations. A critical requirement is the implementation of a unified solution that prevents the inadvertent processing of finished goods as waste. Due to the stringent security protocols and tracking associated with secure documents, any mixing of finished goods with waste results in an immediate halt to production. Currently, manual handling of waste serves as a safeguard against such occurrences. The Contractor shall design and deliver a fully automated waste processing system that minimizes operator intervention by GPO personnel. The proposed system must employ advanced disintegrating and briquetting technologies to process waste materials securely, eliminating the need for incineration. This approach aims to enhance operational efficiency, security, and environmental compliance within the SPF’s waste management framework. The system will handle both secure and non-secure waste. After a complete cycle of disintegrating and briquetting production waste, the pulp will be stored in a dumpster and removed from the facilities. The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at the Secure Production Facility (SPF), located within NASA's Stennis Space Center at 9101 Leonard Kimble Road, John C. Stennis Space Center, MS, 39529. The supplies must be placed against the contract in accordance with the Materials Management Acquisition Regulation (MMAR). GPO anticipates a Firm-Fixed-Price (FFP) type contract consistent with the Materials Management Acquisition Regulation (MMAR II) 16.202. The Government intends to award one contract resulting from this solicitation to the responsible Offeror whose proposal is in the best interest of the Government after evaluation in accordance with the factors as set forth in this solicitation in accordance with MMAR 13.106-2 using elements of MMAR 15. The Government also reserves the right not to award a contract in response to this solicitation. The procurement will utilize a Best Value Tradeoff process set forth in MMAR 15.101-1. Offerors must clearly review Sections L and M of this RFP. Section L, Instructions to Offerors, of the RFP sets forth all instructions for the preparation and submission of required proposal contents. Prospective offerors must submit questions by the deadline identified above to Rebecca Nichols at email: rnichols@gpo.gov and cc: Nataliya Holl at email: nholl@gpo.gov. Prospective offerors must follow the instructions to submit the proposals specified in Section L. Section M states the criteria by which proposals will be evaluated. This RFP can be viewed and downloaded from www.sam.gov. GPO bears no responsibility for data errors resulting from transmission or conversion processes. Further, be aware that amendments to the solicitation are occasionally issued and will be posted on www.sam.gov. GPO advises interested parties to regularly check www.sam.gov for amendments. Failure to comply with submission dates will deem the submission unacceptable, and proposals will not be reviewed or evaluated. The attendance of the site visit is mandatory in order for contractors to submit a proposal. Offerors must be registered in the System for Award Management (SAM) database at the time of proposal submission at www.sam.gov. Accurate and Complete Information: the Offeror must set forth full, accurate and complete information as required by this RFP. The penalty for making false statements to the Government is prescribed in 18 U.S.C. 1001. Offer Validity: Proposal, including price, shall remain valid for 120 days. This RFP in no way obligates GPO to award a contract, nor does it commit GPO to pay any costs incurred in the preparation and submission of a proposal. Award of a contract under this RFP is subject to availability of funds and other internal GPO approvals.
NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
Sealed bids from certified Small Business Concerns only will be accepted for the NP BLRI PVT PRES FY25(1), Pavement Preservation on Blue Ridge Parkway Mainline, From MP 143.11 to MP 174.60, Solicitation Number 693C73-26-B-000003, located in Floyd, Franklin and Patrick Counties, Virginia. The project consists of pavement preservation along the Blue Ridge Parkway Virginia from Milepost 143.11 to MP 174.60. The work includes placement of chip seal and fog seal, patching, crack sealing and cleaning, pavement markings, 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 $2,000,000 to $5,000,000. 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.
Strategic Environmental Research and Development Program Core Broad Agency Announcement
BOTH SMALL BUSINESS AND LARGE BUSINESS ARE ENCOURAGED TO RESPOND The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) is interested in receiving pre-proposals for research focusing in the areas of Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms. This notice constitutes a Broad Agency Announcement as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2). Readers should note that this is an announcement to declare DoD SERDP’s intent to competitively fund research and development for environmental research that addresses the Statements of Need set forth in the Announcement. SERDP supports environmental research relevant to the management and mission of the DoD and supports efforts that lead to the development and application of innovative environmental technologies or methods that improve the environmental performance of DoD by improving outcomes, managing environmental risks, and/or reducing costs or time required to resolve environmental problems. The Program Announcement and complete submittal instructions are found on the DoD SERDP website at https://serdp-estcp.mil/workwithus. To be eligible for consideration, readers wishing to respond to this announcement must submit a pre-proposal in accordance with all instructions on the SERDP website no later than 2:00 PM Eastern Time on 13 January 2026. No electronic mail, faxed, or hard copy proposals will be accepted. No other announcement of this opportunity will be made. It is the sole responsibility of the proposer to make certain the proposal is properly received by SERDP. Awards will take the form of contracts. Submission of pre-proposals is not restricted in any way to any particular entity. The Government will not pay for any costs associated with the preparation of proposals or travel to present oral presentations in support of the proposals. There is no commitment by SERDP to make any contract awards, nor to be responsible for any costs incurred by the offeror before contract award is made. It is anticipated that multiple awards totaling approximately $10 million will be made available for projects dependent upon the quality of proposals received and availability of funds. Awardees under this BAA will be selected through a multi-stage review process. The pre-proposal review step allows interested organizations to submit research pre-proposals for Government consideration without incurring the expense of a full proposal. Based upon the pre-proposal evaluation by SERDP, each of the pre-proposal submitters will be notified as to whether SERDP requests or does not request the submission of a full proposal. As noted in the instructions located on the SERDP website, evaluation criteria for pre-proposals are, in decreasing order of importance, Technical Merit, Personnel, and Cost. Due to the anticipated volume of pre-proposals that will be received, SERDP will not provide debriefs on those that are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award for that work. Evaluation criteria for full proposals will include Transition Plan in addition to the criteria above. The North American Industry Classification System (NAICS) code is 541715 with the small business size standard of 1000 employees. Prior to award, selected contract proposals that exceed $900,000 submitted by all Other than Small (large or non-profits, including universities) Business concerns must be accompanied by a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and elements as described in the checklist in DFARS PGI 219.705-4 at http://business.defense.gov/Acquisition/Subcontracting/. Selectees who are located outside the United States and outlying areas who will perform their project outside of the United States and outlying areas are exempt from submitting a Small Business Subcontracting Plan. The US Army Corps of Engineers (USACE) Mission Support Battalion (UMSB) Small Business Office website at UMSB Small Business Office provides information on how to prepare a subcontracting plan, along with links to find small businesses to participate. See the attached instructions for additional information regarding Small Business Subcontracting Plans. Additionally, please see the attached template for submitting an Individual Small Business Subcontracting Plan. Points of Contact: Procedural/Technical Questions - SERDP Office, 571-372-6565 Contract Questions – UMSB Contracting Officer Shannon N. Benson, 703-428-7407; shannon.n.benson@usace.army.mil Small Business Participation Plan or Subcontracting Plan - UMSB Small Business Representative Monique Holmes 202-934-1816, monique.m.holmes@usace.army.mil
X1DB--Santa Maria Lease
DEPARTMENT OF VETERANS AFFAIRS (VA) REQUEST FOR LEASE PROPOSALS Unrestricted Procurement/Open Market See attached Zip Drive and complete all documentation NO. 36C10F250043 Santa Maria, CA Offers due by 1/13/2026 In order to be considered for award, offers conforming to the requirements of the RLP shall be received no later than 5:00 pm ET on the date above. See Receipt Of Lease Proposals herein for additional information. Questions are due by 5:00 pm ET on 11/19/2025. A Pre-Bid conference is scheduled to be held virtually at 1:00 pm ET on 11/13/2025. Parties interested in attending are required to pre-register by submitting a completed registration table (see in list of RLP documents) to Brad Seifert and Teddy Seifert at BSEIFERT@PPWASHDC.COM and TSEIFERT@PPWASHDC.COM no later than 5:00 pm ET on 11/12/2025 This Request for Lease Proposals ("RLP") sets forth instructions and requirements for proposals for a Lease described in the RLP documents. Proposals conforming to the RLP requirements will be evaluated in accordance with the Method of Award set forth herein to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions herein.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. Amendment 3 - PWSA Ground Segment & AppFac Transition Study Call for Executive Summaries: Under the Systems, Technologies, and Emerging Capabilities (STEC) Space Development Agency (SDA) Broad Agency Announcement, FA240125S0001, posted on SAM.gov on January 15th, 2025, SDA is soliciting this call for executive summaries. SDA is soliciting executive summaries describing the technical approach the performer will utilize to perform 180-day studies on evolving the current Proliferated Warfighter Space Architecture (PWSA) Ground Segment (GS) and the Battle Management, Command, Control, and Communications (BMC3) software Application Factory (AppFac). This Call for Executive Summaries falls under SDA BAA Focus Area #4 – Global Battle Management. A letter of interest will be sent to all respondents encourging/discrouaging the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Monday April 14th, 2025. See the Call for Executive Summaries and associated attachments for additional details.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA.
SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities (STEC) Broad Agency Announcement (BAA)
The Space Development Agency (SDA) is soliciting executive summaries, proposal abstracts, and proposals for novel architecture concepts, systems, technologies, and capabilities that enable leap-ahead improvements for future Proliferated Warfighter Space Architecture (PWSA) tranches, capability layers, or, enable new capability layers to address other emerging or evolving warfighter needs. NOTE - Although not required, SDA strongly encourages submitting an executive summary in advance of a full proposal to ensure interest and potential funding availability. SDA releases an updated Broad Agency Announcement (BAA) on an annual basis. Because SDA strives to always maintain an active BAA with similar focus areas, proposers are discouraged from submitting uninvited full proposals shortly before the BAA proposal due date simply to meet the submission deadline. They should consider instead submitting an executive summary to the subsequent BAA. Amendment 1 - Call for Executive Summaries for US "Iron Dome" Architecture Studies: Under the PWSA STEC BAA, FA240125S0001, SDA is issuing this Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome” architecture and capability. This call for Executive Summaries falls under BAA Focus Area #3; Advanced Target Custody, Warning, Tracking, and Defeat. SDA will respond to these Executive Summaries with a statement as to whether or not SDA is interested in the idea. A letter of interest will encourge/discrouage the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Friday Febraury 28, 2025. See the attachment for details. Amendment 2 - This amendment corrects the unclassified email address associated with the BAA. The correct unclassified email address is ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. To prevent confusion an updated BAA document (revision 1) has been posted with this amendment containing this corrected email address. The update to the unclassified email address was the only change made to the original document. Please resend any messages previously sent to ussf.pentagon.sda.mbx.fa-250125s-0001@mail.mil. Amendment 3 - PWSA Ground Segment & AppFac Transition Study Call for Executive Summaries: Under the Systems, Technologies, and Emerging Capabilities (STEC) Space Development Agency (SDA) Broad Agency Announcement, FA240125S0001, posted on SAM.gov on January 15th, 2025, SDA is soliciting this call for executive summaries. SDA is soliciting executive summaries describing the technical approach the performer will utilize to perform 180-day studies on evolving the current Proliferated Warfighter Space Architecture (PWSA) Ground Segment (GS) and the Battle Management, Command, Control, and Communications (BMC3) software Application Factory (AppFac). This Call for Executive Summaries falls under SDA BAA Focus Area #4 – Global Battle Management. A letter of interest will be sent to all respondents encourging/discrouaging the submission of a full proposal for the study. SDA strongly encourages Executive Summaries be submitted NLT 5:00pm Eastern, Monday April 14th, 2025. See the Call for Executive Summaries and associated attachments for additional details. Amendment 4 - Final Deadline - Call for Executive Summaries to solicit approaches to perform 60-day studies on a U.S. “Iron Dome”: The deadline for submission of Executive Summaries for this Call is Tuesday April 8, 2025 at 1600 Eastern. Submissions received after this time will not be reveiwed.
FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
This synopsis is for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging – Select Sites. This acquisition is being offered as a 100% Small Business set-aside solicitation and will result in a single Firm Fixed Price Contract Award. The magnitude of this requirement per FAR 36.204 is between $1,000,000 and $5,000,000. Project Location: The work is located within the Savannah District’s portion of the AIWW shallow draft waterway in the state of South Carolina (Beaufort County) and in the state of Georgia (Chatham County). The AIWW in Savannah District begins in Port Royal Sound, South Carolina and ends in Cumberland Sound, Georgia. The AIWW is 12 feet deep MLLW with widths from 90 feet in land cuts to 150 feet in natural waterways. Project Description: Up to seventy-eight thousand (78,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Daufuskie Reach. Up to one hundred thirty thousand (130,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Isle of Hope Reach. Sediment to be dredged in Daufuskie Reach from stations 22+400 to 31+000 (Ramshorn Creek) and stations 41+000 to 45+000 (Walls Cut) may be pumped up to seven (7) miles to placement site 14B. Sediment to be dredged in Isle of Hope Reach from stations 24+000 to 35+200 (Wilmington River) will be pumped up to seven (7) miles to placement site DMCA 14B. Evaluation Criteria: The contract will be solicited and procured using Sealed Bidding Procedures under FAR Part 14. NOTE: This solicitation will be issued in electronic format and is anticipated to be available on or about November 21, 2025. Please note that only authorized transmission method for proposals in response to this solicitation is electronic format via the PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE), no other transmission methods (email, facsimile, regular mail, hand carried, etc.) will be accepted. The Offeror’s Bid must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal using the following link: https://piee.eb.mil/. The bid opening date will be specified in the solicitation when issued. No additional media (CDROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in System for Award Management (SAM) at https://www.sam.gov After completing SAM registration, interested Contractors and their subcontractors must then follow the instructions listed in the solicitation documents to obtain access to the plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.sam.gov. It is the Offeror’s responsibility to check the internet address provided in the solicitation as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml for instruction posted at the PIEE website for vendor user registration. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml for all instructions and training posted at the PIEE website to include posting an o?er and proposal manager functions, roles, and capabilities. Please refer to https://dodprocurementtoolbox.com/site-pages/solicitation-module for additional instructions to include frequently asked questions and vendor access instructions. Contractual questions should be forwarded to the Contract Specialist, Amy L. Collins at Amy.L.Collins@usace.army.mil or the attention of the Contracting Officer, Glenda A. Canty at Glenda.A.Canty@usace.army.mil
Partnerships for Transformational Artificial Intelligence Models
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for the purpose of conducting market research and does not constitute a solicitation or a promise to issue a solicitation. Responses are voluntary and will be used to inform strategic planning, program design, and future funding mechanisms. SUMMARY: In accordance with Section 50404 of Public Law 119-21, the Department of Energy (DOE) intends to establish a public-private consortium to curate DOE scientific data across the National Laboratory complex for use in artificial intelligence (AI) models and to develop self-improving AI models for science and engineering using this data. These models must be provided to the scientific community through a system of United States government, academic, and private-sector programs and infrastructure which includes the use of cloud technologies. This historic mobilization of DOE, the National Laboratories[1], and private partners will serve as a force multiplier in executing America’s AI Action Plan[2] to achieve global dominance in AI, and to advance scientific discovery, energy, and national security. DOE seeks input from: Institutions, including businesses of all sizes, developing leading-edge AI models and interested in leveraging DOE data, facilities, and/or expertise. Institutions, including businesses of all sizes, interested in partnering with DOE and the National Laboratories, potentially in combination with AI developers, to develop AI models with enhanced capabilities. Think tanks, investors, and research organizations. And other interested entities. Submission Instructions: Responses should not exceed 5 pages, including attachments or cover letters, except as noted below. Please include: Organization name and point of contact. Optionally, responses may include an appendix providing feedback or changes to specific terms and conditions or DOE policy, including to DOE’s standard patent and data rights as noted above or to the RTES requirements in Appendix I. Providing alternate wording, along with a rationale for that wording, addressing the purpose of each provision that would not impede quickly and effectively establishing AI partnerships is encouraged. This appendix is not included in the page-count limit noted above. Responses should be submitted electronically to AICommunityInput@science.doe.gov and include “Transformational Artificial Intelligence Models” in the subject line of the email. FOR FURTHER INFORMATION CONTACT: Questions may be addressed to the DOE Office of Science AI Team through AICommunityInput@science.doe.gov.
59--CORD ASSEMBLY,ELECT
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||||||||| INSPECTION/ACCEPTANCE POINT|6||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|11|317|0001AB|26|317|0001AC|25|317||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| 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||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|Firm-fixed price| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 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). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CORD ASSEMBLY,ELECT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=6292767 |53711| B|FN |D| | | | DRAWING DATA=7552006 |53711| B|FN |D| | | | DRAWING DATA=7552008 |53711| B|FN |D| | | | DRAWING DATA=7552009 |53711| A|FN |D| | | | DRAWING DATA=7609476 |53711| A|VD |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=NAVSEA S9320-AM-PRO-020/MLDG | | |2 |990816|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CORD ASSEMBLY,ELECT furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;7609476; cage ;53711; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.4.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.4.2 ;Submarine outboard cable assembly that must be in compliance with molding manual NAVSEA S9320-AM-PRO-020/MLDG. Product must be manufactured by a PRO-020 certified vendor with a copy of a Test Inspection Report accompanying each cable assembly delivered. The manual provides minimum guidelines for cable assembly molding, inspection, and testing. Vendors are audited for compliance with personnel training/certification requirements, safety and environmental controls, and equipment requirements.; 3.5 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.6 ;A Quality Conformance Test Plan (QCTP) shall be submitted for government approval. Approval of this plan is required prior to scheduling First Article testing. The In-Service Engineering Agent (ISEA), Naval Undersea Warfare Center Division Keyport Code 435, will witness First Article Testing (see dwg 7609476 Note 22). If First Article testing is waived, approval of the QCTP is required prior to testing the first production lot unit. The Defense Contract Management Agency will act as the ISEA's designated representative (per note 19) and will witness quality conformance testing on the first production lot unit.; 3.7 First Article Test Procedures are required and must be approved prior to any First Article Testing. 3.8 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.9 Hydrostatic Test - Hydrostatic Testing of the CORD ASSEMBLY,ELECT shall be in accordance with ;Hydrostatic Test-Hydrostatic Testing of the CORD ASSEMBLY,ELECT shall be in accordance with Note 19 (E) on Dwg 7609476.; . 3.10 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.11 Serialization - The supplier shall mark a serial number on each CORD ASSEMBLY,ELECT in accordance with ;DWG 7609476 NOTE 16; . Actual serial numbers will be assigned ;SERIAL NUMBER TO BE OBTAINED FROM ISEA, NUWC DIVISION KEYPORT, 610 DOWELL ST, KEYPORT, WA 98345, SUBMARINE UNDERSEA DEFENSIVE SYSTEMS BRANCH. Send request to NUWC_KYPT_SerialNumber@navy.mil Report unused serial numbers to NUWC_KYPT_SerialNumber@navy.mil Transfer of unused serial numbers to other contracts is prohibited unless authorized by the NAVUNSEAWARCENDIV.; . 3.12 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. 3.13 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/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 within five working days after receipt.) 3.14 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD023; in ECDS at https://register.nslc.navy.mil/ 3.15 ;FAT is required IAW DWG 7609476 Rev A note 23. FA testing shall be conducted if suggested source of supply identified in note 22 has not been qualified & Approved by NAVSEA. FA testing / Quality Conformance Testing shall be conducted IAW requirements denoted in note 19 and the PRO-20 Manual, VOL II.; 3.16 ;Referencing note 4 of 7609476, the cable shall conform to the requirements of drawing 53711-8292767 and qualification testing shall be performed if cable is procured from a source other than suggest source supply. Vendor should track the bulk Cable, ITEM NO. 4, according to the supplier's production runs. A production run is defined as bulk cable manufactured using the same constituents under a single contract as indicated on the cable jacket.; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.6 First Article Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). The test procedures shall be approved prior to production. There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure previously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.7 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production. 4.8 Production Lot Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure proviously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.9 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.10 Material Certification - The material composition inspection shall consist of a certification that material requirements have been met. The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.11 Nondestructive Test/Inspection Report - The Contractor shall prepare and submit ;preshipment; test/inspection report(s) in accordance with the Contract Data Requirements List (DD Form 1423). 4.12 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;Note 19 of Dwg 7609476 Quality Conformance Testing of all manufactured cable assemblies.; . 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. DATE OF FIRST SUBMISSION=ASREQ ;The contractor shall prepare a First Article Qualification Test Plan IAW Notes 19 and 23 of DWG7609476 and the PRO-020 Manual Vol II, and submit for Approval. Approval of the plan is required prior to First Article. NUWC Keyport, N00253, is the Acceptor in WAWF for this CDRL." ; DATE OF FIRST SUBMISSION=ASREQ ;FIRST ARTICLE TESTING SHALL BE IN ACCORDANCE WITH THE APPROVED TEST PLAN AND AS WITNESSED BY THE GOVERNEMENT FOR SOURCES NOT PREVIOUSLY QUALIFIED IN SCC MANUFACTURING EFFORTS. THE GOVERNMENT RESERVES THE RIGHT TO PERFORM ANY AND ALL FIRST ARTICLE TESTING AS A SEPERATE EFFORT TO VERIFY FIRST ARTICLE PERFORMANCE. VENDORS SHALL COST OUT FIRST ARTICLE TEST REQUIREMENTS SEPERATELY. NUWC Keyport, N00253, is the approver of the document and the acceptor in WAWF.; DATE OF FIRST SUBMISSION=ASREQ ;The contractor shall prepare a production Lot Quality Conformance Test Plan IAW note 23 of DWG 7609476 and the PRO-020 Manual Vol II, and submit for Approval. Approval of the plan is required prior to commencing production. NUWC Keyport, N00253, is the Acceptor in WAWF for this CDRL. ; DATE OF FIRST SUBMISSION=ASREQ ;VENDOR SHALL CONDUCT QUALITY CONFORMANCE TESTING TO VERIFY COMPLETED CABLE ASSEMBLY MEETS OR EXCEEDS REQUIREMENTS OF VICD 7609476 AND NAVSEA S9320-AM-PRO-020/MLDG. TWO (2) COPIES OF THE QUALITY CONFORMANCE TEST RESULTS ARE REQUIRED PER UNIT DELIVERED TO THE GOVERNMENT. ONE WILL ACCOMPANY THE ASSEMBLY AND THE OTHER SHALL BE FORWARDED TO THE ISEA, NUWC KEYPORT. CONTRACTS WITH MULITIPLE ORDERS, UPON REQUEST AND APPROVAL OF THE PCO, BATCH THE TEST RESULTS FROM A SINGLE PRODUCTION RUN AND SUBMIT A CONSOLIDATED REPORT TO THE ISEA. REPORTS SHIPPED WITH UNITS SHALL BE INSIDE THE PACKAGING. "NUWC Keyport, N00253, is the acceptor in WAWF for this CDRL."; DATE OF FIRST SUBMISSION=ASREQ ;NOTES: CERTIFICATE OF CONFORMANCE IS IN ADDITION TO QUALITY CONFORMANCE TEST RESULTS. CERTIFICATE OF CONFORMANCE SHALL SPECIFY CABLE ASSEMBLY MEETS OR EXCEEDS ALL REQUIREMENTS OF VICD AND PASSES ALL QUALITY TESTS. CERTIFICATE OF AND DELIVERED TO THE ISEA. "NUWC Keyport, N00253, is the acceptor in WAWF for THIS CDRL. ; DATE OF FIRST SUBMISSION=ASREQ ;NOTES: SUPPLIER FORMAT IS ACCEPTABLE. A COPY WILL BE PROVIDED TO THE DCMA QAR FOR REVIEW AND APPROVAL.; DATE OF FIRST SUBMISSION=ASREQ Submit before material delivery a Certificate of Compliance per DI-MISC-81356 to Block 14 addresses. 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. ;"NUWC Keyport, N00253, is the acceptor in WAWF for this CDRL.";
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
P919 Bulk Tank Fuel Farm Improvements and Pipeline Phase 1, Naval Station Rota, Spain Please see solicitation and attachments. Site visit currently sheduled for 16 December 2025. Deadline for providing site visit submissions is 17 November 2025.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
THE PURPOSE OF AMENDMENT 0007 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 07 OCTOBER 2025 TO 14 JANUARY 2026. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0005 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 04 AUGUST 2025 TO 07 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0004 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 30 APRIL 2025 TO 04 AUGUST 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0003 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 31 MARCH 2025 TO 30 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0002 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 06 FEBRUARY 2025 TO 31 MARCH 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0001 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 22 JANUARY 2025 TO 06 FEBRUARY 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ Solicitation SPRRA224R0081.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
THE PURPOSE OF AMENDMENT 0005 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 04 AUGUST 2025 TO 07 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0004 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 30 APRIL 2025 TO 04 AUGUST 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0003 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 31 MARCH 2025 TO 30 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0002 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 06 FEBRUARY 2025 TO 31 MARCH 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0001 FOR SOLICITATION SPRRA224R0081 IS TO CHANGE THE PROPOSAL DUE DATE FROM 22 JANUARY 2025 TO 06 FEBRUARY 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA224R0081 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ Solicitation SPRRA224R0081.
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
5/1/2025 Update: Amendment 0005 Incorporates delivery schedule updates to line item 0029 under Section B – Supplies or Services and Prices or Costs. 4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.