Federal Contract Opportunities
Showing 401-450 of 1,805 opportunities
Y--SAN JUAN LATERAL BLOCK 2-3 HDD
SAN JUAN LATERAL BLOCK 2-3 HDD
Y--NGWSP BLOCK 2-3 HDD
NGWSP BLOCK 2-3 HDD - This amendment is issued to notify contractors that the solicitation number for this requirement has been changed from 140R4025R0027 to 140R4026R0002. These is a separate pre-solicitation notice posted for 140R4026R0002 and the solicitation will be posted under solicitation number 140R4026R0002 only.
Y--NGWSP BLOCK 2-3 HDD
NGWSP BLOCK 2-3 HDD
13--BULKHEAD, ENGINE HO
NSN 1H-1355-016999602, TDP VER 003, QTY 94 EA, DELIVERY FOB ORIGIN. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.
15--RADOME, IN REPAIR/MODIFICATION OF
NSN 7R-1560-015415158-QE, IAW REF NR 74A301001-1003, QTY 18 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Y1EB--512-23-154 LR Construct Consolidated Boiler Spaces (Construction Project) at the Loch Raven VAMC, Baltimore MD.
Solicitation and supporting documentation attached
Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
Renovate B26 Mental Health THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE. THIS PROJECT IS SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Renovate B26 Mental Health (Project 538-23-102) at the Chillicothe VA Medical Center, 17273 OH-104, Chillicothe, OH 45601. The contractor shall furnish all labor, materials and equipment necessary to complete new construction including, but is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and specifications. The general scope of this will partially renovate approximately 19,000 sf of the existing Sustained Behavioral Treatment Unit (SBTU) located on the first floor of Building 26. This renovation will slightly modify the unit and will also address the MHEOCC (Mental Health Environment of Care Checklist) items that were previously identified by the local MHEOCC group. In addition, this project will also provide a basement floor on the ground level of B26 that houses the new AHU (Air Handling Unit) that serves the treatment space on the first floor. Specific new work tasks include, but are not necessarily limited to the following: Partial renovation in a multiphase project to allow uninterrupted operations. Partial demo of existing SBTU area. Partial new construction of the SBTU to include hard ceilings, modify floors in the patient showers, upgraded Nurse Call systems, modify existing window ledge to address MHEOCC deficiencies. In additional Anti-ligature hardware will be used. Two new sally-ports to facilitate the 1st floor into three separate SBTU treatment wings. Concrete basement floor to improve environmental concerns in the basement space that houses the AHU. Completely renovate two patient rooms to provide for two bariatric rooms. DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 320 calendar days from issuance of the Notice to Proceed. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities https://sam.gov/ on or about November 12, 2025, with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at https://sam.gov/ so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the https://sam.gov/ website. SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://search.certifications.sba.gov, and https://sam.gov/, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $2,000,000.00 and $5,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73(d)(4), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 15% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: A copy of Bid, Payment and Performance bonds shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (Jeremy.Nee@Va.Gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at https://sam.gov/. Paper copies of the amendment(s) WILL NOT be individually mailed. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR Overhaul 52.214-3 [AMENDMENTS TO INVITATIONS FOR BIDS]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to Jeremy.Nee@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to Contract Opportunities https://sam.gov/. All emails pertaining to this project must identify the project and contain: 538-23-102 Renovate B26 Mental Health in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.
15--RADOME, IN REPAIR/MODIFICATION OF
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE & RECEIVING REPORTS (COMBO TYPE)||TBD|N00383|TBD|TBD|TBD|TBD|TBD|||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| 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 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| TYPE OF CONTRACT (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| The Small Business Administration representative at NAVSUP WSS has reviewed this requirement and determined that a set-aside recommendation was not applicable for this procurement. This RFQ is for repair. NAVSUP WSS requests that contractors submit a quote that includes either a FFP or TT&E pricing as well as estimate costs to repair the items. 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. \
13--BULKHEAD, ENGINE HO
CONTACT INFORMATION|4|N744.10|CFD|N/A|zachary.r.morrill.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|47|272 Days|CLIN 0001AB|47|272 Days|||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|W25G1U - QTY: 47; W62G2T - QTY: 47|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||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||X| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13||X|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|334511|1350||| 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|334511|1350|||||||||||| 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. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the BULKHEAD, ENGINE HO . 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=8904952 |53711| A| |D|0001 | A|49998|0081422 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-DTL-5541 | | |F |060711|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the BULKHEAD, ENGINE HO furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;8904952 53711; 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. 3.5 ;MARK IDENTIFICATION MARKING IAW DWG 8904952 NOTE 8 AND 9: IDENTIFICATION MARKING: PRIOR TO ANODIZING AND OR CHEMICAL CONVERSION COATING, ETCH OR ENGRAVE "53711-8904952" IN .12 HIGHCHARACTERS, .002-.010 DEEP, IN ACCORDANCE WITH SAE- AS478. LOCATE APPROXIMATELY WHERE SHOWN. IDENTIFICATION MARKING: BAG AND TAG IDENTIFY AS "53711-8904952" IN ACCORDANCE WITH SAE AS478.; 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. 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.
Adaptive Capabilities Office (ACO) and Aerospace Projects Office (APO) Office-wide Broad Agency Announcement
Advanced Capabilities Office (ACO) and Aerospace Projects Office (APO) Office-wide Broad Agency Announcement
Broad Agency Announcement (BAA) ARMY MPP-I-25-001
I. PROGRAM DESCRIPTION Federal Agency Name: Department of the Army Office of Small Business Programs (OSBP) Mentor-Protégé Program (MPP) Broad Agency Announcement Title: Fiscal Year 2025-26 Department of the Army, OSBP, Mentor Protégé Program Broad Agency Announcement Number: BAA ARMY-MPP-I-25-xx Broad Agency Type: This is a 2-Step Broad Agency Announcement II. MENTOR-PROTÉGÉ PROGRAM OUTLINE A- Introduction: The Army Mentor Protégé Program (MPP) Office is seeking eligible Mentor Firms for participation in the Department of Defense (DoD) MPP in accordance with Defense Federal Acquisition Regulations (DFARS) 219.71 and DFARS Appendix I (as amended by DFARS Change 01/17/2025) through this Broad Agency Announcement (BAA). This BAA reflects a two step process. Step 1, Submit white papers in accordance with directives listed in Section III. Step 2. Upon determination that the white paper is consistent with the intent of this BAA, the mentor will be solicited to submit technical and cost proposals subject to availability of program funds. Formal Proposals should not be submitted against this BAA. B- Program Purpose: The DoD Mentor-Protégé Program provides incentives for major DoD contractors, hereby referred to as Mentor Firms, to furnish small business concerns, hereby referred to as Protégé Firms, with assistance designed to: Enhance the capabilities of Protégé Firms to perform as subcontractors and suppliers under DoD contracts and other contracts and subcontracts; Increase participation of Protégé Firms as subcontractors and suppliers under DoD contracts, other Federal Government contracts, and commercial contracts; and foster the establishment of long-term business relationships between Protégé Firms and their Mentor Firms. Under this program, approved Mentor Firms will enter Mentor Protégé Agreements (MPAs) with eligible Protégé Firms and provide technical and developmental assistance to the Protégé. C- Mentor Firm Eligibility: DFARS Appendix I paragraph I-102 details Mentor Firm eligibility. Any Mentor Firm approved by the DoD MPP is eligible to apply to the Army MPP. If you are not currently approved by DoD as a mentor, you can still submit a white paper, but you must be approved before you can submit a proposal. To apply go to MPP Portal (osd.mil) for the application and instruction for submittal. D- Protégé Firm Eligibility: DFARS Appendix I paragraph I-102 details Protégé Firm eligibility. E- Allowable Developmental Assistance: DFARS Appendix I paragraph I-106 contains details on allowable developmental assistance. Historically Black Colleges or Universities (HBCU), Minority Serving Institutions (MSI), APEX Accelerators, Manufacturing Extension Partnerships (MEP), Women’s Business Centers (WBC), Small Business Development Centers (SBDC) or Manufacturing Innovation Institutes (MIIs) are the subcontractor(s) that may be utilized to support of MPAs. F- Goals and Objectives: The Army’s mission is to fight and win our Nation’s wars by providing prompt, sustained land dominance across the full range of military operations and spectrum of conflict in support of combatant commanders. We do this by organizing, equipping, and training forces for the conduct of prompt and sustained combat operations on land. Our goal for the Mentor-Protégé Program is to engage industries to shape and expand the small business industrial base to support the Army’s mission. We are seeking mentor-protégé agreements that will assist protégés in enhancing their capabilities to provide value-added support to the Army as it transforms itself into a force capable of dominating at every point on the spectrum of operations. ***PLEASE SEE ATTACHMENT FOR COMPLETE DESCRIPTION***
59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001-0003|SEE Schedule for Quantities|365 days or sooner After Date of Contract|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO RECEIVING REPORT AND INVOICE|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|||||| 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|334412|750|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE PROPOSAL DUE DATE TO 30 JAN 2026. \ THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE PROPOSAL DUE DATE TO 29 AUG 2025. NO OTHER CHANGES ARE MADE AT THIS TIME. \ THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE PROPOSAL DUE DATE TO 30 JUN 2025. CLAUSES ARE UPDATED WITHIN THE DOCUMENT. NO OTHER CHANGES ARE MADE AT THIS TIME. \ THE PURPOSE OF THIS AMENDMENT IS TO CANCEL CLINS 0002 AND 0003. PROPOSAL DUE DATE IS EXTENDED TO 30 MAY 2025. FAR 52.222-19 AND FAR 52.222-26 ARE HEREBY REMOVED. NO OTHER CHANGES ARE MADE AT THIS TIME. \ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to AMBER.L.WALE.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. This RFQ is for REPAIR. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. D. Only a firm-fixed (FFP) OR not-to-exceed (NTE) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: ## ______ days after receipt of asset. Repair Turnaround Time (RTAT) definition: The resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of '0' (zero) per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. H. IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a 'Reconciliation Modification' at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit/per month the contractor does not meet the RTAT: $___________, up to a maximum of: $__________. (vendor is to fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days - New unit price ______________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company's capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR/BER, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. - The T&E fee (if asset is determined BR/BER) was determined based on: ____________________________________________________________________ ____________________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) J. A Subcontracting Plan shall be submitted along with a proposal IAW FAR 19.702. K. For any proposal above the Truthful Cost and Pricing Data threshold, refer to DFARS 252.215-7009 Proposal Adequacy Checklist. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;00724 7309696-001 00724 7017819-005 00724 7017819-006; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001-0003|SEE Schedule for Quantities|365 days or sooner After Date of Contract|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO RECEIVING REPORT AND INVOICE|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|||||| 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|334412|750|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE PROPOSAL DUE DATE TO 29 AUG 2025. NO OTHER CHANGES ARE MADE AT THIS TIME. \ THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE PROPOSAL DUE DATE TO 30 JUN 2025. CLAUSES ARE UPDATED WITHIN THE DOCUMENT. NO OTHER CHANGES ARE MADE AT THIS TIME. \ THE PURPOSE OF THIS AMENDMENT IS TO CANCEL CLINS 0002 AND 0003. PROPOSAL DUE DATE IS EXTENDED TO 30 MAY 2025. FAR 52.222-19 AND FAR 52.222-26 ARE HEREBY REMOVED. NO OTHER CHANGES ARE MADE AT THIS TIME. \ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to AMBER.L.WALE.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. This RFQ is for REPAIR. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. D. Only a firm-fixed (FFP) OR not-to-exceed (NTE) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: ## ______ days after receipt of asset. Repair Turnaround Time (RTAT) definition: The resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of '0' (zero) per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. H. IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a 'Reconciliation Modification' at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit/per month the contractor does not meet the RTAT: $___________, up to a maximum of: $__________. (vendor is to fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days - New unit price ______________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company's capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR/BER, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. - The T&E fee (if asset is determined BR/BER) was determined based on: ____________________________________________________________________ ____________________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) J. A Subcontracting Plan shall be submitted along with a proposal IAW FAR 19.702. K. For any proposal above the Truthful Cost and Pricing Data threshold, refer to DFARS 252.215-7009 Proposal Adequacy Checklist. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;00724 7309696-001; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
NSN 7H-5998-014841478, TDP VER 007, QTY 194 EA, DELIVERY FOB ORIGIN. THIS IS A SYNOPSIS FOR 3 NIINS ONLY. A FORTHCOMING SOLICITATION WILL BE ISSUED AROUND 2/19/2025. THE GOVERNMENT DOES NOT OWN THE DATA OR THE RIGHTS TO THE DATA NEEDED TO PURCHASE / CONTRACT REPAIR OF THIS PART FROM ADDITIONAL SOURCES. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part.The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
IBAS 2.8 with 2nd Gen FLIR Kits, Sole Source to DRS
SEE ATTACHED FOR DETAILS AMD 0001 - November 18, 2025 Updated proposal due date from 12/31/25 to 1/30/2026
Implementation of Advanced Government Simulation Capabilities (IAGSC)
This RFI has been amended to include questions and answers from industry day, questions and answers pulled from white paper responses, as well as slides presented at industry day. Please see updated attachments. 5/9/2025- Q&A compilation is not complete. The posting of the information will be posted next week but NLT 16 May 2025. Implementation of Advanced Government Simulation Capabilities (IAGSC) 1. Introduction This Request for Information (RFI) seeks to gauge industry interest and capabilities related to the Implementation of Advanced Government Simulation Capabilities (IAGSC) effort. This RFI follows up on FA8222-25-R-SMTEC. Based on market research, the government anticipates this effort to be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. 2. Scope This contract will acquire non-personal services to collaborate with government personnel on the following tasks: Software Development: Design and develop software solutions for various DoD customers. Modeling & Simulation Integration: Integrate modeling and simulation capabilities into software and hardware environments. Advanced Capabilities R&D: Conduct research and development of advanced software and hardware for integration into DoD systems. Cybersecurity: Implement cybersecurity measures throughout software development and integration processes. Lifecycle Software Testing: Conduct comprehensive lifecycle software testing, including Validation and Verification (V&V) of modeling and simulation capabilities. Threat Representation: Integrate Intel Community (IC) developed information into threat representative capabilities. Systems Engineering Support: Provide systems engineering support for related activities. Physical Security: Provide physical security services for facilities, collaborating with the Program Security Office, and maintain personnel security files. Administrative Support: Provide professional administrative support services. 3. Information Requested Interested parties are requested to provide the following information NLT 28 Mar 2025 by COB: Draft PWS Feedback: Review the draft Performance Work Statement (PWS) and provide feedback, including any questions. Capabilities White Paper: Submit a 2-3 page white paper addressing the following: A detailed description of your company's capabilities in supporting the requirements outlined in the PWS. A clear explanation of how your company would approach and accomplish the work, including proposed methodologies, technologies, and relevant experience. Acquisition Approach: Please comment on the suitability of a Multiple Award IDIQ (MAC) contract as the proposed acquisition approach. If a MAC is not the most suitable approach, please propose an alternative acquisition strategy and provide a rationale for your recommendation. Contract Vehicles: Identify any existing contract vehicles held by your company that could be leveraged as an alternative to a new MAC, providing details on the vehicle's scope and suitability for this effort. Security Clearance: Indicate your company's current security clearance level or ability to obtain the required clearance. Company Information: Provide your company's CAGE code, UEI number, and relevant Point of Contact (POC) information. Teaming/Subcontracting: Indicate whether your company plans to be a prime contractor, subcontractor, or pursue a teaming arrangement for this effort. If pursuing a teaming arrangement, please provide brief details about potential team members (if known). 4. Eligibility Requirements To be considered, respondents must: Have an active registration in the System for Award Management (SAM.gov). Important Note: Respondents who do not meet the eligibility requirements at the time of RFI submission will not be eligible for one-on-one discussions. 5. Industry Day If more questions arise from the posting of the Q&A's, contractors are encouraged to bring them to Industry Day. Contractors unable to attend Industry Day should submit any additional questions to the Contracting Officer no later than April 10, 2025. A general industry day is scheduled for April 15, 2025, at Wright-Patterson Air Force Base (WPAFB) in Dayton, Ohio. Following the general session, one-on-one discussions with the government may be scheduled between April 15-18, 2025. 6. Submission Instructions Preliminary Notice of Interest: Please submit your preliminary notice of interest in attending the industry day events by March 28, 2025, to the Contracting Officer and Contract Specialist. Attendance Confirmation: Confirm your attendance by April 2, 2025, including company name, attendee names, and a request for a one-on-one session (if desired). Questions & Responses: Direct all questions and responses to: Contracting Officer: Carmen Mertz (carmen.mertz@us.af.mil, 801-775-6271) Contract Specialist: Austin Hurst (austin.hurst.2@us.af.mil) Communication: All communication regarding this RFI must be conducted solely with the designated Contracting Officer and Contract Specialist identified above. Questions and Answers: All questions and answers deemed non-proprietary will be posted to SAM.gov by April 4, 2025. Questions and answers from the Industry Day will be posted to SAM.gov within 14 days of the Industry Day's conclusion. Page Limit: The total page count for responses to all items in this RFI shall not exceed 10 pages. 7. Disclaimer This RFI is for informational and planning purposes only and does not constitute a solicitation. The government is not obligated to issue a solicitation or award a contract based on responses received to this RFI.
12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
Amendment 0005 - The closing date of this requirement has been extended to 1/30/2026. See Attached Amendment 0005. Amendment 00004 - The closing date of this requirement has been extended to 11/6/2025. See Attached Amendment 00004. Amendment 00003 - The closing date for this requirement has been extended to 10/2/2025. See Attached Amendment 00003. Remember, all Amendments shall be signed and returned with your proposal or your proposal will be considered non-responsive. Amendment 00002 - Extends the close date to 7/16/2025. Amendment 00001 - Corrects the response date listed on the SF 1442, Block 13. Change the response dated from 5/23/2025 to 6/30/2025. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for repair of the water well to include drilling a new shaft at RSPERC 19 Office Loop Duboise ID 83423. The Contractor shall provide all labor, equipment, materials, supplies, transportation and supervision performing all required work in accordance with the plans and specifications for this requirement This is the only official location where these documents can be obtained and where updates are posted. This requirement is being solicited on an UNRESTRICTED basis. Potential Offerors are responsible for monitoring this site for release of any amendments. No ‘hard copy’ solicitation materials are available. No paper copies of the solicitation will be mailed, and telephone requests will not be honored. MAGNITUDE OF CONSTRUCTION PROJECT - Between $1,000,000.00 and $5,000.000.00 A single organized site visit is completed on Wednesday, 28 May, 2025 at TIME 11:00a.m. Mountain Time. No Questions will be entertained at the site visit. See below. Please ensure to sign on-site sign-in sheet All questions pertaining to this solicitation, including questions that arise during the site visit, must be submitted to theodore.blume@usda.gov by 10:00 a.m. Mountain Daylight Time, Thursday, 12 June 2025 via the Attachment VI - RFI form. Bid Bond Guarantees are also required when the proposal is above $150K. Proposals are to receive no later than 5:00 p.m. Mountain Time, Monday, 30 June 2025. Proposal must be in writing following Section L guidelines and emailed to: theodore.blume@usda.gov PROPOSAL MUST BE ANNOTATED AS SUCH AND REFERENCE THE SOLICITATION NUMBER. 12905B25R0002. Late proposals submitted after this deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award. Note: Performance and Payment bonds will be required after award should they meet the threshold per FAR 28.102. As a general reference, payment bonds are needed for all proposals above $35K and performance bonds are needed above $150K. Payment and Performance bonds are due ten (10) days after award and must be accepted by the Contracting Officer.
Kahauiki Stream Maintenance Dredging, Phase 2, Fort Shafter Flats, Oahu, Hawaii
Project Location: Fort Shafter Flats, Oahu, Hawaii. This design-bid-build (DBB) project is to dredge and clear two (2) sections of Kahauiki Stream, clean out two (2) existing concrete culverts drainpipes on one section, and an option to replace one of the concrete culverts drainpipes. the major elements of the scope of work include, but are not limited to pre-mobilization activities; compliance with applicable environmental requirements; mobilization which includes preparation of temporary construction staging and dewatering areas; dredging of accumulated sediments; transportation of material according to specified environmental best management practices; testing of dredged material prior to upland disposal; transportation of the dewatered sediments to the pvt landfill as the upland disposal site; and, demobilization which includes the restoration of the temporary construction staging and dewatering areas to their original condition.
Payloads and Research Investigations on the Surface of the Moon (PRISM) Appendix F.10 in NASA Research Announcement (NRA) RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
On or after the publication date of this SAM.gov notice, the full, final text will be available for download from the NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES) at https://nspires.nasaprs.com by searching on number NNH25ZDA001N-PRISM or via the link provided. NASA may periodically update the PRISM landing page on NSPIRES to add other documents such as questions and answers or to revise and amend the solicitation. To stay up to date Interested parties/proposers must visit NSPIRES to ensure that they have the latest information available. The attached PDF file entitled “1stEmail” is a copy of the text of an email NSPIRES sent to Science Mission Directorate List Serv subscribers and includes other important dates including a date for the MANDATORY Step-1 Proposals due date, an industry day or bidders virtual conference. After downloading and carefully reading the full PRISM from NSPIRES, by e-mail only address questions (or other comments) with a subject line to read “PRISM” to the listed point(s) of contact.
ICBM Cable Assembly, Powe
Thirty each of NSN: 6150-00-264-0733 AH AND Thirty each of NSN: 6150-00-613-0343 AH
REQUEST FOR INFORMATION -SECURITY GRILLE FABRICATION AND INSTALLATION SERVICES
1. Introduction The U.S. Consulate General in Cape Town, South Africa, seeks information from qualified manufacturers and installers of security grilles/barrier products to expand its pool of vendors capable of meeting the Consulate’s Residential Security Directive (RSD) and Mission Residential Security Directive (MRSD) requirements. This Request for Information (RFI) is issued in accordance with FAR Part 10 (Market Research) and DOSAR 610.1 and is intended solely for information and planning purposes. Information gathered through this RFI may inform the development of a competitive multi-award IDIQ contract to provide security grille fabrication, delivery, and installation services for U.S. Government-owned and leased residences in the Cape Town region. 2. Background Due to South Africa’s elevated Security Environment and Threat Listing (SETL) rating of Critical, the Mission established a baseline of required residential security measures. Current installations utilize security grilles, barriers, and window protection systems that adhere to Mission-specific standards and local estate by-laws. The Consulate previously contracted with a single supplier to meet these technical and regulatory constraints. This RFI seeks to identify additional technically acceptable sources capable of providing compliant and high-quality products and services. 3. Objectives of this RFI Identify capable local and regional manufacturers, distributors, or installers of compliant security grille/barrier systems. Evaluate potential vendors’ technical capability, manufacturing standards, and installation experience. Understand available design options that meet aesthetic and by-law restrictions in residential estates. Arrange for demonstrations of proposed products at designated residential properties or the Consulate compound. Provide input that will assist the Government in defining the scope and performance requirements for a forthcoming competitive multi-award IDIQ contract solicitation 4. Technical Requirements Compliance with Mission Residential Security Directive (MRSD) and local estate by-laws. Provision of fixed or retractable steel security grilles for windows, sliding glass doors, skylights, and other accessible openings. Visually discreet installation methods that do not compromise architectural or aesthetic restrictions. Compliance with U.S. Department of State Overseas Buildings Operations (OBO) security requirements (12 FAH-8, 12 FAH-6). Availability of maintenance and service support post-installation. Experience with residential estate body corporate approvals and security design integration. 5. Site Demonstrations Qualified vendors may be invited to participate in product demonstrations at designated U.S. Government residential properties or the U.S. Consulate General, Cape Town. Demonstrations should include product samples, installation methods, durability testing, and warranty information. Vendors invited for demonstrations will be required to submit attendee details in advance for vetting in accordance with Consulate access procedures. No proprietary or sensitive U.S. Government information will be disclosed during site visits. 6. Requested Information Company profile – including ownership, location, and years in operation. Capability statement outlining technical expertise, compliance with South African construction standards, and any U.S. Government past performance. Product specifications – material details, certification, warranty, and compliance documentation. Experience – references for similar installations in secure or government facilities. Photos or brochures of representative products. Preliminary pricing range (if available). Demonstration interest – indicate willingness and readiness to conduct on-site demos. Quality assurance and safety procedures. 7. Submission Details Responses should be submitted electronically to: General Services Office (GSO) U.S. Consulate General, Cape Town Email: capetownprocurement@state.gov Subject line: “RFI – Security Grille Fabrication & Installation” Submission Deadline: January, 30, 2025 at 17:00 South Africa Standard Time (SAST) All submissions must be in English and limited to 15 pages (excluding brochures). Vendors must be registered and active in SAM.gov before any future award consideration (FAR 52.204-7). 8. Next Steps Based on the responses: • The Consulate will evaluate technical capability and suitability. • Selected vendors may be invited for site demonstrations. • A formal solicitation (Request for Quotations/Proposals) will follow for a multi-award IDIQ contract covering fabrication, delivery, and installation services. 9. Disclaimer This RFI is for information gathering only and does not constitute a commitment by the U.S. Government to issue a solicitation or award a contract. No reimbursement will be made for any costs associated with responding to this RFI or attending demonstrations. Respondents are advised that any information provided may be used by the U.S. Government for market research and planning purposes. The Government will not disclose proprietary information outside the U.S. Government without permission.
Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
Sources Sought Statement of Work Salient Characteristics
Spacer, Special Shape; NSN 5365-01-491-1348, PR 7008074510
Purchase Request: 7008074510, NSN 5365-01-491-1348, Spacer, Special Shape. Goodrich Corp CAGE 0BBK9, PN 7106786-3 and Electric Boat Corporation CAGE 96169, PN H341-3001 Part 2. Purchase Request: 7008074510, NSN 5365-01-491-1348, Spacer, Special Shape; P/N 7106786-3. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. DLA Aviation does not currently have an approved technical data package for this item, therefore, please do not submit requests. Approved source for this item is Goodrich Corp CAGE 0BBK9. Any manufacturer, other than the approved sources, who would like to submit a proposal on this item, must submit a complete source approval package (SAR). This solicitation will result in a firm fixed-fixed price contract. This requirement is for 301 each, New Cumberland, PA (line 0001) FOB Origin, Inspection and Acceptance at Origin with a required delivery of 324 days ARO. This is not a Critical Safety Item. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer that will be considered. A copy of the solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS). Purchase Request: 7008074510, NSN 5365-01-491-1348, Spacer, Special Shape; P/N H341-3001 Part 2. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. DLA Aviation does not currently have an approved technical data package for this item, therefore, please do not submit requests. Approved source for this item is Electric Boat Corporation CAGE 96169. Any manufacturer, other than the approved sources, who would like to submit a proposal on this item, must submit a complete source approval package (SAR). This solicitation will result in a firm fixed-fixed price contract. This requirement is for 301 each, New Cumberland, PA (line 0001) FOB Origin, Inspection and Acceptance at Origin with a required delivery of 324 days ARO. This is not a Critical Safety Item. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer that will be considered. A copy of the solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS). The solicitation issue date is on or about June 20, 2025. The anticipated closing date is on or about July 21, 2025. DLA Aviation 6090 Strathmore Rd Richmond, VA. 23237
31--CYLINDER,HOIST
NSN 7G-3120-014856706, TDP VER 005, REF NR D1218632, QTY 19 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to furnish effort including labor, material, and facilities as may be required to procure the items as specified within this document. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The Government intends to solicit L3 TECHNOLOGIES INC (34228) for the procurement of: NSN 014856706 P/N D1218632 CYLINDER,HOIST QTY: 19 SMIC - N/A Buy American Act applies to NSN 014856706 under this Effort. The government does not possess (or cannot provide) the data necessary to perform the required repairs or manufacture of the item. The applicable NAICS code is 332991. Based on Market Research, the Government's need may be met by a type of item customarily available in the commercial market place that would meet the definition of a commercial item at FAR Subpart 2.1. The contracting officer shall solicit & award any resultant contract using the policies & procedures of FAR Part 12. All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this sources sought notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source Approval is required. WSS will not delay award while Source Approval is pending. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP-WSS Source Approval Information Brochure for Procurement. Additional information for submitting a Source Approval Request package can be obtained at: https://mynavsup-public.nag.navy.mil/public/ops$public.business_vendor_form_new The POC is vladimir.maksimchuk.civ@us.navy.mil 700 Robbins Avenue Philadelphia, PA 19111
F-16/APG-68_Radar_Dual_Mode_Transmitter_NSN_5998-01-303-5872_P/N_762R831G01
1. National Stock Number (NSN): 5998-01-303-5872 2. Part Number (P/N): 762R831G01 3. Noun: RF Controller 4. Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 5. Expendability, Recoverability, Reparability Category (ERRC) Code: T 6. North American Industry Classification System (NAICS) Code: 811219 7. Spares or Repair: Repair 8. Repair Data/Repair Qualification Requirements: Please see the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutter head Dredge No.4- 2024 OM-24-278
The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will issue on or about 19 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on Beta SAM (www.beta.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in Beta SAM (www.beta.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutter head Dredge No 3-2024 OM-24-277
The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will issue on or about 19 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on Beta SAM (www.beta.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in Beta SAM (www.beta.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.I.raja@usace.army.mil.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No 2-2024 OM-24-275
The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will issue on or about 19 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on Beta SAM (www.beta.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in Beta SAM (www.beta.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Bambi Raja at 504-862-1499 (email bambi.l.raja@usace.army.mil.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2024 OM-24-275
The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will issue on or about 16 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on Beta SAM (www.beta.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in Beta SAM (www.beta.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Melissa A. Vaughn at 504-862-2762 (e-mail Melissa.A.Vaughn@usace.army.mil) or Bambi Raja at 504-862-1499 (email bambi.l.raja@usace.army.mil.
Radiology & Imaging FY2025 Solicitation
Radiology & Imaging Solicitation This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.603. The National Acquisition Center (NAC), High Tech Medical Equipment (HTME) Contract Administration Division issues a Request for Proposal (RFP) 36H79725R0003 for Radiology Imaging Systems and Accessories for the Department of Veterans Affairs. This solicitation is for a five (5) year base period and a five (5) year option period contract. The VA NAC intends to award multiple contracts from this solicitation. The applicable NAICS code for this procurement is 334517. Solicitation number 36H79725R0003 will close on Tuesday, February 3, 2026, at 12:00PM CT. Please submit any questions using Attachment #9 to Ms. LaTonya Whiteside LaTonya.Whitside@va.gov . The due date for questions is Thursday, December 18, 2025 at 12:00PM CT.
59--ELECTRONIC COMPONEN
CONTACT INFORMATION|4|N7M2.8|BSH|717-605-1514|troy.l.cobaugh.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|ISO9001|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|To Be Determined|||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo|N/A|To Be Determined|N00104|To Be Determined|To Be Determined|See Section B|To Be Determined|See Schedule|N/A|N/A||N/A|N/A||Troy Cobaugh 717-605-1514| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| 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 (JAN 2025)|13|334412|750 Emp|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|troy.l.cobaugh.civ@us.navy.mil| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed Price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| This amendment hereby extends the solicitation close date from 06 NOV 2025 to 04 FEB 2026. This amendment is to: 1. Increase the quantity required by 3, from 12 to 15, Incorporating CLINs 0001AD, 0001AE, & 0001AF. 2. Extend the solicitation closing date to 06 NOV 2025. \ This amendment is to extend the solicitation close date from 23 JUL 2025 to 22 SEP 2025. \ This amendment hereby extends the solicitation close date to 23 JUL 2025. This amendment extends the solicitation close date to 24 APR 2025. OFFERORS SHALL SUBMIT PROPOSALS VIA NECO OR EMAIL ONLY. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ELECTRONIC COMPONEN . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |190927|A| |02| DOCUMENT REF DATA=ISO9001 | | | |150915|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ELECTRONIC COMPONEN furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 5943065; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
59--ELECTRONIC COMPONEN
CONTACT INFORMATION|4|N7M2.8|BSH|717-605-1514|troy.l.cobaugh.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|ISO9001|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|To Be Determined|||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo|N/A|To Be Determined|N00104|To Be Determined|To Be Determined|See Section B|To Be Determined|See Schedule|N/A|N/A||N/A|N/A||Troy Cobaugh 717-605-1514| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| 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 (JAN 2025)|13|334412|750 Emp|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|troy.l.cobaugh.civ@us.navy.mil| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed Price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| This amendment extends the solicitation close date to 24 APR 2025. OFFERORS SHALL SUBMIT PROPOSALS VIA NECO OR EMAIL ONLY. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ELECTRONIC COMPONEN . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |190927|A| |02| DOCUMENT REF DATA=ISO9001 | | | |150915|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ELECTRONIC COMPONEN furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 5943065; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
59--ELECTRONIC COMPONEN
NSN 7H-5998-012394130, TDP VER 004, REF NR 5943065, QTY 12 EA, DELIVERY FOB ORIGIN. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
VALVE, GLOBE
CONTACT INFORMATION|4|N713.33|GHC|771-229-0386|ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 180 days Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Unit Price:__________ Total Price:__________ Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints: _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the VALVE, GLOBE . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.2 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=6397408 |53711| C| |A|0001 | C|49998|0111026 DRAWING DATA=6397408 |53711| C| |A|0002 | C|49998|0118636 DRAWING DATA=6397408 |53711| C| |A|0003 | C|49998|0142391 DRAWING DATA=6397408 |53711| C| |A|0004 | C|49998|0208918 DRAWING DATA=6397408 |53711| C| |A|0005 | C|49998|0241375 DRAWING DATA=6397408 |53711| C| |A|0005.A | C|49998|0050515 DRAWING DATA=6397408 |53711| C| |A|0006 | C|49998|0067907 DRAWING DATA=6397408 |53711| C| |A|0007 | C|49998|0067608 DRAWING DATA=6397408 |53711| C| |A|0008 | C|49998|0067863 DRAWING DATA=6397408 |53711| C| |A|0009 | C|49998|0069222 DRAWING DATA=6397408 |53711| C| |A|0010 | C|49998|0074289 DRAWING DATA=6397408 |53711| C| |A|0011 | C|49998|0065239 DRAWING DATA=6397408 |53711| C| |A|0012 | C|49998|0069859 DRAWING DATA=6397408 |53711| C| |A|0013 | C|49998|0073427 DRAWING DATA=6397408 |53711| C| |A|0014 | C|49998|0091929 DRAWING DATA=6397408 |53711| C| |A|0015 | C|49998|0105563 DRAWING DATA=6397408 |53711| C| |A|0016 | C|49998|0099773 DRAWING DATA=6397408 |53711| C| |A|0017 | C|49998|0110220 DRAWING DATA=6397408 |53711| C| |A|0018 | C|49998|0071921 DRAWING DATA=6397408 |53711| C| |A|0019 | C|49998|0060319 DRAWING DATA=6397408 |53711| C| |A|0020 | C|49998|0072085 DRAWING DATA=6397408 |53711| C| |A|0021 | C|49998|0051612 DRAWING DATA=6397408 |53711| C| |A|0022 | C|49998|0081751 DRAWING DATA=6397408 |53711| C| |A|0023 | C|49998|0052349 DRAWING DATA=6397408 |53711| C| |A|0024 | C|49998|0081047 DRAWING DATA=6397408 |53711| C| |A|0025 | C|49998|0053254 DRAWING DATA=6397408 |53711| C| |A|0026 | C|49998|0082632 DRAWING DATA=6397408 |53711| C| |A|0027 | C|49998|0054641 DRAWING DATA=6397408 |53711| C| |A|0028 | C|49998|0070455 DRAWING DATA=6397408 |53711| C| |A|0029 | C|49998|0049806 DRAWING DATA=6397408 |53711| C| |A|0030 | C|49998|0071412 DRAWING DATA=6397408 |53711| C| |A|0031 | C|49998|0050521 DRAWING DATA=6397408 |53711| C| |A|0032 | C|49998|0076499 DRAWING DATA=6397408 |53711| C| |A|0033 | C|49998|0052954 DRAWING DATA=6397408 |53711| C| |A|0034 | C|49998|0123838 DRAWING DATA=6397408 |53711| C| |A|0035 | C|49998|0133851 DRAWING DATA=6397408 |53711| C| |A|0036 | C|49998|0138006 DRAWING DATA=6397408 |53711| C| |A|0037 | C|49998|0124220 DRAWING DATA=6397408 |53711| C| |A|0038 | C|49998|0087064 DRAWING DATA=6397408 |53711| C| |A|0039 | C|49998|0105463 DRAWING DATA=6397408 |53711| C| |A|0040 | C|49998|0092263 DRAWING DATA=6397408 |53711| C| |A|0041 | C|49998|0098859 DRAWING DATA=6397408 |53711| C| |A|0042 | C|49998|0110718 DRAWING DATA=6397408 |53711| C| |A|0043 | C|49998|0060485 DRAWING DATA=6397408 |53711| C| |A|0044 | C|49998|0093955 DRAWING DATA=6397408 |53711| C| |A|0045 | C|49998|0061510 DRAWING DATA=6397408 |53711| C| |A|0046 | C|49998|0111652 DRAWING DATA=6397408 |53711| C| |A|0047 | C|49998|0107134 DRAWING DATA=6397408 |53711| C| |A|0048 | C|49998|0079527 DRAWING DATA=6397408 |53711| C| |A|0049 | C|49998|0104723 DRAWING DATA=6397408 |53711| C| |A|005A | B|49998|0185122 DRAWING DATA=6397408 |53711| C| |A|0050 | C|49998|0073178 DRAWING DATA=6397408 |53711| C| |A|0051 | C|49998|0050581 DRAWING DATA=6397408 |53711| C| |A|0051.A | C|49998|0042631 DRAWING DATA=6397408 |53711| C| |A|0052 | C|49998|0192884 DRAWING DATA=6397408 |53711| C| |A|0053 | C|49998|0217044 DRAWING DATA=6397408 |53711| C| |A|0054 | C|49998|0198162 DRAWING DATA=6397408 |53711| C| |A|0055 | C|49998|0221571 DRAWING DATA=6397408 |53711| C| |A|0056 | C|49998|0114011 DRAWING DATA=6397408 |53711| C| |A|051A | B|49998|0071036 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-798 | | | |880229|A| |01| DOCUMENT REF DATA=MIL-A-8625 | | |F |030915|A| 1| | DOCUMENT REF DATA=MIL-C-15726 | | |F |911008|A| 1| | DOCUMENT REF DATA=MIL-B-24480 | | |A |910326|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A|2 | | DOCUMENT REF DATA=MIL-S-46163 | | |A |930507|A| 2| | DOCUMENT REF DATA=MIL-R-83248 | | |C |940628|A| | | DOCUMENT REF DATA=MIL-STD-100 | | |G |970609|A| | | DOCUMENT REF DATA=ASTM-B164 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-D2000 | | | |910225|A| | | DOCUMENT REF DATA=MIL-PRF-20042 | | |E |990916|A| | | DOCUMENT REF DATA=ASTM-B209M | | | |931115|A| | | DOCUMENT REF DATA=ASTM-A231/A231M | | | |941003|A| | | DOCUMENT REF DATA=ASTM-B26/B26M | | | |920515|A| | | DOCUMENT REF DATA=ASTM-A276 | | | |940315|A| | | DOCUMENT REF DATA=ASTM-B36/B36M | | | |910222|A| | | DOCUMENT REF DATA=ASTM-B446 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-A479/A479M | | | |940115|A| | | DOCUMENT REF DATA=ASTM-D523 | | | |890331|A| | | DOCUMENT REF DATA=ASTM-B61 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-D751 | | | |890428|A| | | DOCUMENT REF DATA=MIL-PRF-81733 | | |D |980515|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-F-20042 |MIL-PRF-20042 DOCUMENT CHANGE DATA=MIL-S-81733 |MIL-PRF-81733 DOCUMENT CHANGE DATA=QQ-A-601 |ASTM-B26 3. REQUIREMENTS 3.1 ;THE VALVE ASSEMBLY SHALL BE REPAIRED/REFURBISHED IN ACCORDANCE WITH NAVAL SEA SYSTEMS COMMAND DRAWING 803-6397408. ASSEMBLY PART NUMBER 803-6397408-ASSY93 APPLIES. ONE MANUAL OPERATOR WRENCH, TEST FITTING, ONE 3/8 INCH UNION NUT (PC199), FEMALE TAILPIECE (PC 200), AND O-RING (PC 204) SHALL BE SUPPLIED WITH EACH VALVE ASSEMBLY. ; 3.1.1 ;EACH VALVE ASSEMBLY SHALL BE COMPLETELY DISASSEMBLED, CLEANED, AND VISUALLY AND DIMENSIONALLY EXAMINED FOR EVIDENCE OF WEAR OR DAMAGE. ALL DEFECTIVE PARTS SHALL BE REPAIRED OR REPLACED. 100% REPLACEMENT OF THE FOLLOWING PARTS ARE REQUIRED: SEAT, DISK, DISK GASKET, DIAPHRAGM, AND O-RING SEALS. THE VALVE SHALL BE ASSEMBLED AND TESTED AS SPECIFIED ELSEWHERE IN THE PURCHASE ORDER/CONTRACT.; 3.2 Configuration Control in accordance with MIL-STD-973 Short Form procedures - The requirements of MIL-STD-973 are hereby invoked in the contract/purchase order. The tailoring notes stated in the order cited in paragraph 6.2.1.3 are stated below: A. Considered, tailoring implemented B. Automated processing and submittal is not required. Interactive access to digital data is not required. C. Configuration audits are not required. D. Contractor's configuration management plan is not requried. E. Configuration terminology development documentation is required. F. Only paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 are required. G. FCD is not required. H. ACD and PCD is not required. I. Not Applicable (NA) to this contract/purchase order. J. NA to this contract/purchase order. K. NA to this contract/purchase order. L. Paragraph 5.3.6 with the exception of paragraph 5.3.6.5 and 5.3.6.7.1 are required. M. Paragraph 5.3.6.6 and 5.3.6.6.2 are required. N. Paragraph 5.3.6.6.1 is not required unless specifically cited elsewhere in Section "C" of this contract/purchase order. O. The marking requirement is stated elsewhere in Section "C" of this contract/purchase order. P. Interface requirements are as specified on the drawings provided with this contract/purchase order or the primary equipment performance MIL-SPEC or STD cited in Section "C" of this contract/purchase order. Q. NA to this contract/purchase order. R. All Class I changes to either a Government owned Configuration Identification (CI) or baseline configuration shall be submitted to the Procurement Contracting Officer for review and subsequent approval - conditional approval or disapproval. NDI, COTS, and PDI items previously accepted by the Government shall be submitted as above. This process does not excuse the contractor from initially offering to the Government an item which meets the minimum technical and operational requirements set forth in this contract/ purchase order. S. Preliminary Change Notices and Advance Change Study Notices are not required. T. NA to this contract/purchase order. U. and V. Class II Engineering Change Proposal (ECP) may be carried through provided the Government QAR reviews and concurs with the classification review which resulted in the ECP being classified as Class II. W. Paragraph 5.4.3 is required. X. Paragraph 5.4.4 is required. Y. NORS are not required for this contract/purchase order. Z. Short Form procedures are allowed. AA. Paragraph 5.5.2 is not required for this contract/purchase order. AB. Paragraph 5.5.7 is not required for this contract/purchase order. AC. Paragraph 5.5.8 is not required for this contract/purchase order. AD. Paragraph 5.6.2 is not required for this contract/purchase order. AE. Paragarph 5.6.3 is not required for this contract/purchase order. AF. Paragraph 5.4.2.2.3.2b is not required for this contract/purchase order. 3.2.1 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. 3.3 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 Marking - This item shall be physically identified in accordance with ;GENERAL NOTE 7 OF DRAWING 803-6397408; . 3.6 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.5 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;GENERAL NOTES 6.A THRU 6.C OF DRAWING 803-6397408; . 4.6 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). EACH LOT OF DIAPHRAGM MATERIAL SHALL BE TESTED IN ACCORDANCE WITH GENERAL NOTES 6.D OF DRAWING 803-6397408. CERTIFICATION OF TESTS ARE REQUIRED. 4.7 Visual, Dimensional, Mechanical Examination - Each VALVE, GLOBE shall be 100% inspected in accordance with ;DRAWING 803-6397408; . 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. DATE OF FIRST SUBMISSION=ASREQ ;PARAGRAPHS 10.2.2 (B,C,,D) AND 10.2.3 OF DI-NDTI-80492 DO NOT APPLY. BLOCK 12-SUBMIT FOR DCMAO APPROVAL UPON COMPLETION OF TEST. FORWARD APPROVED COPY WITH DD FORM 250 TO NAVICP-M PCO AT TIME OF SHIPMENT.; Block 12 - Resubmit no later than ;30; days after disapproval. DATE OF FIRST SUBMISSION=ASREQ ;PARAGAPHS 10.2.2, 10.2.3, 10.3.1, AND 10.4 OF DI-MISC-80678 DO NOT APPLY CERTIFICATION SHALL BE FOR TESTS SPECIFIED BY GENERAL NOTES 6.D OF DWG 803-6397408. SUBMIT FOR DCMAO APPROVAL UPON COMPLETION OF TESTS. FORWARD APPROVED COPY WITH DD FORM 250 TO NAVICP-M PCO AT TIME OF SHIPMENT.; Block 12 - Resubmit no later than ;30; days after disapproval.
F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
SEE ATTACHED NOTICE, RFQ, AND ATTACHMENTS.
F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
SEE ATTACHED NOTICE, RFQ, AND ATTACHMENTS.
Y1JZ--558-23-155 Generator Exhaust Modification GC
The Department of Veterans Affairs, 508 Fulton Street, Durham, NC 27705 has a requirement for a contractor to provide all labor, material, supplies, equipment, transportation, permits, license and qualified supervision for Project 558-23-155, to correct a deficiency with the exhaust system for 3 diesel generators for Building 18 located at the Durham VA Medical Center, Durham, NC. General Scope: The General Contractor shall provide the construction services necessary to provide what is detailed in the Design Drawings and Specifications and all other related information for the Project. The Project corrects a deficiency in the exhaust system for the 3 diesel generators in Building 18, which is located within Building 1 of the facility. Work includes general construction and alterations for generator exhaust modifications, installation of new exhaust fans, and all associated facade and roof repairs required to install the work. The intent of this project is to route the existing exhaust system for the 3 backup generators to a location away from other air handling unit intakes and building windows. Contractor to complete construction within 270 calendar days of the Notice to Proceed. Estimated construction magnitude is between $500,000 and $1,000,000. NAICS CODE: 238220 Size Standard: $19.0 Million This solicitation is anticipated to be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. Network Contracting Office 6 (NCO 6) intends to issue an Invitation for Bid (IFB) and award a single, firm fixed-price contract. Solicitation material will be available on/about November 25, 2025. Any specifications, drawings, and amendments will be posted on the System for Award Management (SAM) Contract Opportunities website (https://sam.gov/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. Bids will be due approximately 72 days after issuance of the solicitation. Only one site visit will be scheduled. The site visit is tentatively scheduled to be held on/around December 16, 2025. Exact date, time, location, and point(s) of contact will be identified in the solicitation. All interested bidders are highly encouraged to attend the scheduled site visit to note existing conditions, take rough measurements, etc., necessary for proper bids. This notice is for informational purposes only and is not an invitation for bids. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidders list is maintained. All interested vendors should register on SAM.gov. Interested bidders are advised they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers and should revisit the website periodically for any amendments/notices to the solicitation. Prospective contractors must be registered in the SAM database in order to obtain access in Contract Opportunities. SAM and SBA registrations, representations, and certifications must be current and active to be eligible for contract award. Any questions regarding this announcement and all future announcements regarding this project must be emailed to the Contract Specialist, Elaine Belber, at elaine.belber@va.gov. NO TELEPHONE REQUESTS FOR BIDDING MATERIAL WILL BE ACCEPTED.
Y1JZ--558-23-155 Generator Exhaust Modification GC
The Department of Veterans Affairs, 508 Fulton Street, Durham, NC 27705 has a requirement for a contractor to provide all labor, material, supplies, equipment, transportation, permits, license and qualified supervision for Project 558-23-155, to correct a deficiency with the exhaust system for 3 diesel generators for Building 18 located at the Durham VA Medical Center, Durham, NC. General Scope: The General Contractor shall provide the construction services necessary to provide what is detailed in the Design Drawings and Specifications and all other related information for the Project. The Project corrects a deficiency in the exhaust system for the 3 diesel generators in Building 18, which is located within Building 1 of the facility. Work includes general construction and alterations for generator exhaust modifications, installation of new exhaust fans, and all associated façade and roof repairs required to install the work. The intent of this project is to route the existing exhaust system for the 3 backup generators to a location away from other air handling unit intakes and building windows. Contractor to complete construction within 270 calendar days of the Notice to Proceed. Estimated construction magnitude is between $500,000 and $1,000,000. NAICS CODE: 238220 Size Standard: $19.0 Million This solicitation is anticipated to be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. Network Contracting Office 6 (NCO 6) intends to issue an Invitation for Bid (IFB) and award a single, firm fixed-price contract. Solicitation material will be available on/about November 25, 2025. Any specifications, drawings, and amendments will be posted on the System for Award Management (SAM) Contract Opportunities website (https://sam.gov/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. Bids will be due approximately 72 days after issuance of the solicitation. Only one site visit will be scheduled. The site visit is tentatively scheduled to be held on/around December 16, 2025. Exact date, time, location, and point(s) of contact will be identified in the solicitation. All interested bidders are highly encouraged to attend the scheduled site visit to note existing conditions, take rough measurements, etc., necessary for proper bids. This notice is for informational purposes only and is not an invitation for bids. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidders list is maintained. All interested vendors should register on SAM.gov. Interested bidders are advised they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers and should revisit the website periodically for any amendments/notices to the solicitation. Prospective contractors must be registered in the SAM database in order to obtain access in Contract Opportunities. SAM and SBA registrations, representations, and certifications must be current and active to be eligible for contract award. Any questions regarding this announcement and all future announcements regarding this project must be emailed to the Contract Specialist, Elaine Belber, at elaine.belber@va.gov. NO TELEPHONE REQUESTS FOR BIDDING MATERIAL WILL BE ACCEPTED.
Alpha VI - Inc 3 add Sole Source Raytheon
This requirement is SOLE SOURCED to Raytheon Company, CAGE 05716 The Defense Logistics Agency (DLA) is issuing a solicitation SPRRA2-26-R-0017 to add parts to the Subsumable Contract SPRRA2-25-D-0016 under the (Alpha 6) Long-Term Contract (LTC) Umbrella Contract SPRBL1-25-D-0006 awarded on August 01, 2025 which supersedes the DLA-Raytheon Depot Level Repairable (DLR) SPRBL1- 15-D-0017 (Alpha 5) LTC. The associated parts are listed in Enclosure 1 of this document. The parts will support the Patriot Missile and other systems. This add-on will include a total of seven (7) NSN/Part Numbers (Enclosure 1) Identification of Requirements (IOR) and Proposal Information. 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…”
FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
The work for this project includes, but is not limited to, the construction of a secure Phase 2 space within the existing J-301 Consolidated Headquarters project at Naval Support Activity (NAVSUPPACT) Marine Corps Base (MCB), Guam. The Phase 2 space includes architectural, fire protection, electrical, telecommunications, HVAC and collateral equipment. The magnitude of this project is estimated between $10,000,000 and $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $45 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 423 calendar days. A sources sought notice (N62742P859) for this procurement was posted on 9 May 2025 on the System for Award Management (SAM) website https://www.sam.gov/, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The award of the contract will be to a U.S. prime contractor with U.S. subcontractor and supplier firms. All employees working on the project shall be U.S. citizens or U.S. persons (i.e., an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. § 1101 (a)(20) or who is a protected individual as defined by Title 8 U.S.C. § 1324b (a)(3)) that have current, valid Top Secret clearance. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting the acceptability standards for the technical factors. The technical factors are as follows: (1) Experience, (2) Past Performance, and (3) Safety. The release of the Request for Proposal (RFP) has been delayed, and it is anticipated that the RFP will be available around December 2025. Printed copies of the RFP will not be issued. The RFP, including the specifications and drawings, will only be released to U.S. Companies that have current, valid Top Secret clearance. To determine eligibility for receipt of RFP documents, each interested firm shall complete and submit a (1) Certification of U.S. Company, (2) Certification of U.S. Citizen, and (3) Authorized Use and Non-Disclosure Agreement, Attachments (1-3). All sources, whether prime Offerors or subcontractors at all tiers, must certify that it is a U.S. Company. All individuals of the approved U.S. Companies requiring access to the RFP documents shall complete and submit a Certification of U.S. Citizen, attachment (2), along with proof of U.S. citizenship and a signed Non-Disclosure Agreement, attachment (3). A list of acceptable documents for proof of U.S. citizenship is provided in attachment (2). The RFP, including the specifications and drawings, will be available on the SAM.gov web site. Interested contractors/subcontractors/suppliers must have an active SAM.gov registration to request explicit access to obtain the RFP documents. IMPORTANT NOTE: All interested contractors/subcontractors/suppliers must FIRST submit the attached vetting forms and receive confirmation from the Contracting Office of being vetted as eligible to view and/or download the RFP documents prior to requesting explicit access. Vetting of forms may take up to 45 calendar days. Therefore, vetting forms should be submitted immediately to Ms. Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil. All eligible U.S. firms/citizens will receive a SAM.gov email when the Contracting Office has approved or declined the request for explicit access. Amendments will also be posted at https://sam.gov/. It will be the offeror’s responsibility to check the SAM website periodically for any amendments to the solicitation. Offerors are required to be registered in the SAM database at https://www.sam.gov and vetted as eligible at the time of proposal submission. A one-time pre-proposal site visit will be scheduled and further information will be provided within the RFP. The pre-proposal site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Attendees shall be limited to individuals that have been previously vetted as eligible via the U.S. Citizen/Company approval process described above. Additionally, the vetted individuals interested in attending the site visit will be required to submit the following applicable forms, which will be included within the RFP, to Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil within 14 calendar days of issuance of the RFP. (1) Current DBIDS. If an interested attendee has current DBIDS credentials for the specific base where the project is located, submit the following: COMPANY LETTER TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name) and indicate each attendees’ NCAC number. Must be signed by a person authorized to provide the certification required. Documents will be returned once approved and attendees should carry a printed copy of the documents during the site visit. (2) Current DBIDS not for the specific base where the project is located. Submit the following: COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required. DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible. Email the VCC at M-GU-NBG-N3AT-VCC@FE.NAVY.MIL to have their DBIDS programmed with the specific base where the project is located. Prior to emailing the VCC, please submit the Company Letter and the DBIDS Base Access Request Form to the POC in subparagraph (c) of the RFP for approval. Once approved, the documents will be sent back to you for submission to the NGB VCC along with the request to have the DBIDS cards programmed with the specific base where the project is located. The Company Letterhead will be returned once approved and attendees should carry a printed copy of the documents during the site visit. (3) No DBIDS Credentials. Submit the following information and applicable forms: COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required. SECNAV 5512/1 FORM: Each attendee shall read, complete, and sign/date form. Typewritten is preferred. Any handwritten forms MUST be legible. Do not submit the SECNAV 5512/1 form to the Government. The Contractor is responsible for either hand-carrying or emailing this document to the NGB VCC along with any other pertinent document listed in this subparagraph. DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible. NAVAL BASE GUAM FOREIGN NATIONAL BASE ACCESS REQUEST FORM (Applicable to foreign nationals only). Each attendee please read and complete. FN BIOMETRIC DATA FORM (Applicable to foreign nationals only): Each attendee please read and complete. Upon review by the Government, the completed forms, signed Company Letter, and signed DBIDS Base Access Request Form will be returned to the company point of contact. Each attendee without DBIDS credentials will have to present the completed forms in person to the NGB VCC to get photographed and fingerprinted. If submitting three or less requests, the documents may be emailed to the VCC at nbg.vcc@fe.navy.mil. The processing of the forms by NBG VCC may take 30 days, therefore, it is the attendees responsibility to ensure sufficient time is allowed prior to the date of the site visit. Do NOT expect NBG VCC to expeditiously process the forms. PLEASE BE INFORMED: Sufficient processing time is required. Consequently, if submission of forms is received after the specified due date and time, attendees may not be approved to attend the site visit. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information request may result in the Government's denial of access to the jobsite. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or you have consented to such release. Due to limited parking, it is recommended that contractors carpool. Also, as the project site is an active construction site, ALL ATTENDEES MUST WEAR PERSONAL PROTECTIVE EQUIPMENT (I.E., HARD HAT, REFLECTIVE VEST, PROTECTIVE GLASSES, AND HARD SOLE, STEEL TOED BOOTS).
CIRCUIT CARD ASSEMB
CONTACT INFORMATION|4|N741.5|7SE|717-605-8656|james.b.burnett1.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2103A|S2103A|0001AA: SW3117 / 0001AB: SW3218|03538|||S2103A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| 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|334412 |750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| In accordance with 07 NOV 2025 program quantity decrease request (due to S&OP (Sales & Operations Planning) policy for FY26), LOCKHEED MARTIN CORPORATION, RMS (CAGE Code: 03538), POC: Erica M. Kutik, PH: 315-456-2624, E-mail: erica.kutik@lmco.com, Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 03538) applies for subject NSN. NSN: 7HH 5998 015773866, CIRCUIT CARD ASSEMB, REF NO: 77C733428G2. SUBCLIN 0001AA: 5 EA, Part Number: 77C733428G2. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 5 EA to 0 EA. Note: This order is issued pursuant to 02 Oct 2020 DPC Memorandum, Emergency Acquisition Flexibilities. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. In accordance with 19 AUG 2025 quantity increase request, LOCKHEED MARTIN CORPORATION, RMS (CAGE Code: 03538), POC: Erica Kutik, E-mail: erica.kutik@lmco.com, Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 03538) applies for subject NSN. NSN: 7HH 5998 015773866, CIRCUIT CARD ASSEMB, REF NO: 77C733428G2. SUBCLIN 0001AA: 5 EA, Part Number: 77C733428G2. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 5 EA, Part Number: 77C733428G2. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: This order is issued pursuant to 02 Oct 2020 DPC Memorandum, Emergency Acquisition Flexibilities. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997) Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 03538) applies for subject NSN. LOCKHEED MARTIN CORPORATION, RMS (CAGE Code: 03538), POC: Kellie Kenyon, PH: 315-456-3514, E-mail: kellie.n.kenyon@lmco.com / Nancy Rothenhoefer, E-mail: nancy.b.rothenhoefer@lmco.com / Kim Keatts, PH: 703-367-4311, E-mail: kimberly.d.keatts@lmco.com. NSN: 7HH 5998 015773866, CIRCUIT CARD ASSEMB, REF NO: 77C733428G2. SUBCLIN 0001AA: 4 EA, Part Number: 77C733428G2. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 1 EA, Part Number: 77C733428G2. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: This order is issued pursuant to 02 Oct 2020 DPC Memorandum, Emergency Acquisition Flexibilities. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT CARD ASSEMB . 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. DOCUMENT REF DATA=MIL-STD-1686 | | |C |951025|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;03538 77C733428G2; 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 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686. 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.
Patriot Spares; Sole Source to Raytheon
Please see attachment RFP SPRRA2-26-R-0021 for a full description. Please see attachment RFP Parts List UAE Class and Unclass Spares for a full list of parts. AMENDMENT 0001 (November 05, 2025): A-1. THE PURPOSE OF AMENDMENT 0001 IS TO EXTEND THE PROPOSAL CLOSING DATE. A-2. THE PROPOSAL CLOSING DATE HAS BEEN EXTENDED. THE PROPOSAL SHALL CLOSE AT 4:00 PM CENTRAL STANDARD TIME (CST) ON FEBURARY 6th, 2026. A-3. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
Amended Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park
On September 16, 2025, the National Park Service (NPS) released a business opportunity soliciting proposals to award a new ten (10) year concession contract to provide traditional bathhouse services and massage therapy services within Hot Springs National Park. On October 23, 2025, the business opportunity was amended as follows. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Wednesday, November 12, 2025. The site visit provides interested parties an overview of the concession operations along with a tour of the Concession Facility, (as that term is defined in the Draft Contract), assigned to the Concessioner under the Draft Contract. To attend the site visit, registration is required. To register, please email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 and 5 at: eric_nikkel@nps.gov with the name of your company, contact phone number and email, and the number of people attending from your organization, no later than 4:00 p.m. (Central Time) on Thursday, November 6, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two persons per business entity will be authorized to attend the site visit. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the respective Concession Facility. Participants must be 18 years of age or older. Attendance at the site visit is not required to submit a proposal for the prospectus; however, it is encouraged. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Central Time) on Friday, December 5, 2025. Email your questions to Eric Nikkel, Commercial Services Specialist, at eric_nikkel@nps.gov. Any interested party intending to submit a proposal must submit a “Notice of Intent to Propose” as described in the Business Opportunity and Proposal Instructions to Eric Nikkel at eric_nikkel@nps.gov, no later than 12:00 p.m. (Central Time) on January 5, 2026. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 4:00 p.m. (Central Time) on February 6, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. Prior to the electronic submission deadline, you will receive a welcome email message from the Service’s Microsoft Teams platform at the email address you provide when you notify the Service of your intent to submit a proposal. You must accept the invitation before you can access the Teams site to upload your proposal. A hardcopy of the Offeror’s Transmittal Letter, with original signature, must be received by the National Park Service no later than 4:00 p.m. (Central Time) on February 13, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.
Amended Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park
On September 16, 2025, the National Park Service (NPS) released a business opportunity soliciting proposals to award a new ten (10) year concession contract to provide traditional bathhouse services and massage therapy services within Hot Springs National Park. On October 23, 2025, the business opportunity was amended as follows. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Tuesday, November 11, 2025. The site visit provides interested parties an overview of the concession operations along with a tour of the Concession Facility, (as that term is defined in the Draft Contract), assigned to the Concessioner under the Draft Contract. To attend the site visit, registration is required. To register, please email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 and 5 at: eric_nikkel@nps.gov with the name of your company, contact phone number and email, and the number of people attending from your organization, no later than 4:00 p.m. (Central Time) on Thursday, November 6, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two persons per business entity will be authorized to attend the site visit. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the respective Concession Facility. Participants must be 18 years of age or older. Attendance at the site visit is not required to submit a proposal for the prospectus; however, it is encouraged. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Central Time) on Friday, December 5, 2025. Email your questions to Eric Nikkel, Commercial Services Specialist, at eric_nikkel@nps.gov. Any interested party intending to submit a proposal must submit a “Notice of Intent to Propose” as described in the Business Opportunity and Proposal Instructions to Eric Nikkel at eric_nikkel@nps.gov, no later than 12:00 p.m. (Central Time) on January 5, 2026. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 4:00 p.m. (Central Time) on February 6, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. Prior to the electronic submission deadline, you will receive a welcome email message from the Service’s Microsoft Teams platform at the email address you provide when you notify the Service of your intent to submit a proposal. You must accept the invitation before you can access the Teams site to upload your proposal. A hardcopy of the Offeror’s Transmittal Letter, with original signature, must be received by the National Park Service no later than 4:00 p.m. (Central Time) on February 13, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.
Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-2, Terrebonne Parish, Louisiana. ED 23-032
The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about 08 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Taylor Brandon at 504-862-1009 (email Taylor.H.Brandon@usace.army.mil). The Contracting Officer for this solicitation is Hillary Morgan at 504-862-1231 (email Hillary.A.Morgan@usace.army.mil).
Albuquerque Area Indian Health Service Sustainable Products and Services
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms, 100% Indian Owned Economic Enterprises or 100% Set Aside for Small business concerns can fulfill the requirements set forth in this sources sought notice. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms, Indian Owned Economic Enterprise or Small Business). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: Description: The Albuquerque Area Indian Health Service is looking for Native American owned Small Businesses who provide Sustainable Products and Services If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website https://www.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by February 12, 2026 at 12:00 pm (Mountain Daylight Savings Time). Interested parties are required to be registered and certified in the System for Award Management (SAM). Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, UEI, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your business an Indian Owned Economic Enterprise? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. Automated responses which do not provide the requested information specified in this source sought notice will be considered non-responsive and will not be considered in this market research.
Future X-Band Radar Development and LRIP
14 November 2025 - ISSUANCE OF FORMAL SOLICITATION N00024-26-R-5502 PEO IWS 2.0 is pleased to release the competitive Request for Proposal (RFP) for the Future X-Band Radar (FXR) for Fiscal Year 2026 (FY26) to FY33. The RFP and attachments will not be available on SAM.gov. Potential Offerors must contact the following POCs to receive the competitive RFP. The competitive RFP is also available on the FXR Bidder's Library via NSERC for companies who have an approved UNCLASS Terms of Use Agreement (TOUA). POCs: Alex Gosnell at alexander.b.gosnell.civ@us.navy.mil Jay Patel at jay.p.patel5.civ@us.navy.mil AVAILABILITY OF ATTACHMENTS AND BIDDER'S LIBRARY Section J Exhibits and Attachments, GFI, and Section L Attachments are available on the UNCLASS FXR Bidder's Library via NSERC. Please adhere to Section L 1.3 of the RFP. The deadline to request access to the Bidder's Library is 1500 EST 29 December 2025. SUBMISSION OF QUESTIONS Potential Offerors submitting questions relating to this solicitation shall adhere to Section L 1.4 of the RFP and submit to the POCs by 1500 EST 29 December 2025. Questions or comments may be subject to public release.
20--TILE
NSN 1H-2090-012244912-ST, TDP VER 033, QTY 3825 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.