Federal Sources Sought Opportunities
Showing 1-50 of 127 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
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.
Clamp, Display (DTS) Display
The Army Contracting Command - Detroit Arsenal (ACC-DTA) is seeking to gain knowledge of interest, capapbilities, and qualifications of various members of the community, to include both small and large businesses, for production of the military-unique component listed below. CLAMP, DISPLAY NSN: 5975-99-994-9017 Part No: 464-020 FAT: Not Required Responses to this survery will assist ACC-DTA in planning for a potential contract. Interessted vendors are encouraged to complete the survey located under "Attachments/Links" and then return it via e-mail to: Catherine Castonguay Contract Specialist, ACC-DTA EMAIL: catherine.a.castonguay.mil@army.mil Subject Line: Clamp, Display Survey Responses You may respond in total, or in part, to the survey. However, all responses must be received no later than 4:30 p.m. Eastern Standard Time (EST) on Thursday, 19-FEB-2026 PLEASE NOTE: The associated Technical Data Package (TDP) will only be made available to vendors if/when a solicitation is released.
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT
Broad Agency Announcement (BAA) for BAA-25-G-01 BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT IN THE AREAS OF DIVER HEALTH, SAFETY, AND EFFECTIVENESS, AS WELL AS SUBMARINER SURVIVABILITY IN A DISABLED SUBMARINE Naval Sea Systems Command (NAVSEA) is soliciting pre-proposals and full proposals for applied Biomedical Research and Diving Equipment Development with a focus on Diver Health, Safety, and Performance, Deep Diving Advancements, and Submarine Escape and Rescue. The program’s goals are presented in detail below. It is the intent that this Broad Agency Announcement (BAA) be open for a two-year period from the date of publication. Specified dates are given in paragraph 2.a. below for submission of pre-proposals and full proposals to be awarded within Fiscal Year (FY) 2026 and 2027. 1. Primary Areas of Interests Program objectives are to focus research on improving or developing diving equipment for rapid transition to fleet capabilities, and biomedical aspects of Diver Health, Safety, and Performance, Deep Diving, and Submarine Escape and Rescue to develop and/or improve procedures that increase Navy personnel safety and effectiveness. The typical project will be two years or less, although three-year projects will be considered. Contracts awarded as a result of these BAAs historically average around $300K or less cost annually. This information is provided for informational purposes only to provide a sense of scope desired by NAVSEA. This is not an obligatory value and pre-proposals/proposals valued above or below will be considered. However, budgetary constraints are a deciding factor in the selection for award. a. Diving: This interest area is comprised of five task areas focused on items that impose limitations on diver capabilities, specifically: breathing gas supply; human performance; protection from the undersea environment; decompression; and tools, transportation and training. Focus areas for each task are: Breathing Gas Supply (product goal should meet both US Navy General Specification for Diving and Manned Hyperbaric Systems and US Navy Dive Manual requirements): Improve carbon dioxide (CO2) scrubbing materials or systems (i.e. canister systems), used for both free-swimming (i.e. underwater breathing apparatuses (UBAs)) and fixed systems (i.e. recompression chambers), that extend diving duration; Develop portable, minimal power input, ambient oxygen (O2) concentrators capable of working in conjunction with existing diving air compressors; Improve helium reclaim systems to support mixed gas and saturation diving systems and compact, portable mix-making system to reduce large gas storage logistical footprints; Develop CO2 sensor and improve O2 sensors for measuring ppO2 in closed-circuit UBA; Develop innovative diluent gas solutions that combine the advantages of nitrogen’s abundance and availability and helium’s non-narcotic properties; Develop high-pressure air flasks, hoses and regulators, with high pressure defined for this purpose as greater than 5,000 pounds per square inch (psi), for surface-supplied diving (SSD) emergency gas supplies (EGS) and SCUBA/ closed and semi-closed UBAs. Current diver worn EGS is not sufficient to provide organic gas supply for recovery from deepest depths if primary gas source is lost. Human Performance: Improve understanding of oxygen toxicity mechanisms and oxygen toxicity mitigation development; Develop pharmacological or other novel mitigations to prevent or delay pulmonary and CNS oxygen toxicity; Develop and/or refine underwater noise protection strategies, equipment, and diver underwater exposure limits; Improve current comprehension of the environmental and physiological mechanisms via which sound is perceived via wetted auditory interface; Develop permissible exposure limits (PEL) for typical broadband noise sources insonifying the aquatic mission environment; Develop compact, adaptive, wearable acoustic dosimetry technology for use in conjunction with PEL and to inform long-term auditory hazards associated with diving; Develop methods to assess and mitigate diver underwater sound/blast/implosion exposure. Refine the understanding of hypercapnia and its effects on divers and mitigations thereof; Improve understanding of gas (N2, O2, CO2) narcosis to include mitigations and predictions of equivalent narcotic depths; Improve understanding of effects on the human body from immersion, exertion, breathing resistance, and temperature, or a combination thereof, in relation to working underwater; Develop breathing standards for resting and working personnel in dry hyperbaric environments to 6 Atmospheres Absolute (ATA). (3) Protection from the Environment: Improve knowledge of submerged body heat loss/retention to inform development of future heating/cooling systems; Develop analytical tools for exposure planning for deep / long duration diving operations based off know levels of thermal protection and environmental factors (i.e. depth, temperature, etc.); Improve heating/cooling methods/systems for submerged free-swimming divers; Examine novel mechanism for actively cooling a diver underwater. Specifically in helmeted or unhelmeted and tethered and untethered conditions. The system should be capable of functioning in a highly contaminated environment; Improve physical protection for divers in contaminated water (i.e. full encapsulation) to include novel non-permeable membranes; Improve equipment and procedures used to decontaminate divers and diving gear; Improve equipment and/or procedures to detect and quantify biologic and/or chemical contamination on-site within 24 hours of diving; Develop permissible exposure limits for common biological/chemical contaminants for risk mitigation planning. (4) Decompression: Develop/test decompression models valid across the full spectrum of U.S. Navy diving, including diving to depths beyond 300 fsw; Develop pharmacological or other novel mitigations for preventing or treating decompression sickness; Improve decompression sickness diagnosis through, but not limited to, the utilization of algorithms; Improve decompression guidance using alternate gas mixtures. (5) Tools, Transportation and Training: Improve diver communications, both wired and through-water; Improve the ability to track diver location underwater from surface support craft; Improve through-water data communication for divers (text, navigation, biometrics); Improve diver propulsion devices to include diver worn and diver as passenger. b. Submarine Escape and Rescue: This interest area relates to optimizing submariner survival in a disabled submarine event. Focus areas are: Development of rapid, accurate methods to assess a disabled submarine (DISSUB) atmosphere, with focus on Submarine Escape Action Limit (SEAL) gases, to internal pressures up to 6 ATA; Develop novel means to mitigate oxygen toxicity (Pulmonary and CNS) aboard a pressurized disabled submarine; Develop novel means to accelerate or eliminate saturation decompression of a pressurized disabled submarine (DISSUB) survivors, including but not limited to, greater oxygen use; Evaluation of the utility of non-hyperbaric interventions to prolong survival and accelerate decompression from a pressurized DISSUB; Evaluation of the impact of starvation, dehydration, sleep deprivation, and/or gas narcosis at 5 atmospheres absolute (ATA) on decision making in a pressurized DISSUB; Improve understanding and guidance of thermal stress (with focus on hyperthermia) and associated fluid loss in a pressurized DISSUB and rescue vehicles to 5 ATA by: Development and evaluation of physiological heat stress limits based on time and environmental conditions, and Development and evaluation of heat mitigation measures (body cooling) under conditions of increased temperature, humidity, and elevated CO2 (2.5 - 3%); Improve understanding and guidance for mitigation of surface interval decompression sickness (DCS) risk associated with rescue using either the Pressurized Rescue Module (PRM) or the Submarine Rescue Chamber (SRC) after saturation dropout or aborted decompression, including, but not limited to, mitigation with various periods of oxygen pre-breathing and/or other non-hyperbaric interventions e.g. pharmacological; Develop procedures to fully decompress pressurized rescuees within the PRM if needed; Improve guidance for hypothermia prevention in submarine escape scenarios using existing Submarine Escape and Surface Survival Personnel Equipment (SESSPE); Improve Guard Book guidance, procedures, and related senior survivor decision tools, to include reducing the risk of pulmonary oxygen toxicity for rescuees; Improve care of escape and rescue casualties within the U.S. Navy Submarine Rescue Diving and Recompression System (SRDRS), to include critical care and casualty assessment; Improvement of current concepts of rescuee triage, holding, and movement, including assessment of the adequacy of established procedures and available equipment, for rescues involving the PRM and the SRC; Improvement of current tracking of rescuee triage, holding, and movement. c. Additional interest items include any equipment, procedure, or medical treatment protocol, not specifically listed above, that could be used to improve the safety or effectiveness of Navy divers or submarine rescue operations. 2. Instructions for Preparation of Pre-proposal and Proposals a. Proposals to this BAA are reviewed using a two-step process. To be considered for an award, respondents are first required to submit a pre-proposal. Multiple submissions are allowed and encouraged if a respondent wishes to be considered for award under more than one of the task areas identified above. Separate submissions would be required for each area of interest. (1) For FY26, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2024. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2025. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2026. (2) For FY27, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2025. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2026. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2027. b. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i). The Step One pre-proposal shall be three to five pages of text using the format provided with this BAA, and should include an estimate of overall costs (including indirect costs) for each year of the proposed effort. Pre-proposals will be evaluated based on the criteria specified below using a scale of 1 (lowest) to 10 (highest). c. The highest rated pre-proposal responses will be invited to submit a Step Two full technical and cost proposal on all or part of their pre-proposal submission. The technical proposal will be submitted using the format provided with this BAA and not be more than 20 pages excluding curriculum vitae and supporting documentation that would be included in the Appendix. Any such invitation does not obligate the U.S. Government to make an award. Offerors are also advised all awards are subject to the Defense Contract Audit Agency (DCAA) contract audit process. Any proposal that involves animal research must comply with the following requirements before a contract can be awarded: 7 U.S.C. 2131-2159 and 9 CFR parts 1 thru 4, SECNAVINST 3900.38C, DoDINST 3216.01 and Defense Federal Acquisition Regulation Supplement (DFARS) 252.235-7002 Animal Welfare, as applicable. Additionally, any proposal that involves human subject research must comply with the following requirements before a contract can be awarded: 32 CFR 219, DoDINST 3216.02, the SECNAVINST 3900.39 series, and all applicable sections of the 21 CFR as outlined in DFARS 252.235-7004 Protection of Human Subjects. Each pre-proposal and full proposal must state that it is submitted in response to this BAA. This BAA provides no funding for pre-proposal or subsequent proposal development purposes. Proposals will be evaluated based on the criteria specified below. 3. Criteria for Scoring and Ranking Pre-proposals and Proposals, their Relative Importance, and the Method of Evaluation. a. Pre-proposal and full technical proposal submissions will be evaluated on: (1) the basis of innovation and scientific merit; (2) the relevance to diving and submarine escape and rescue; (3) the overall value to the U.S. Government and affordability of the proposal; (4) the likelihood of achieving success, based on the Offeror’s abilities, capabilities, strengths, and weaknesses, all of which impact the ability to achieve the proposal objectives; (5) the potential benefits of any proposed data rights (if applicable); (6) the ability of the offeror to efficiently managing their project, funds and timely completion of work products; and (7) The overall impression of the project by the expert reviewer(s). These criteria are all of equal importance. b. Selection of proposals for award will be based on the total evaluated score of the items above. c. This is to notify potential Offerors that each contract that may be placed under this announcement to an institution of higher education must include the following clause: "As a condition for receipt of funds available to the Department of Defense (DoD) under this award, the recipient agrees that it is not an institution that has a policy of denying, and that it is not an institution that effectively prevents the Secretary of Defense from obtaining for military recruiting purposes: (A) an entry to campuses or access to students on campuses; or (B) access to directory information pertaining to students. If the recipient is determined, using procedures established by the Secretary of Defense to implement Section 558 of Public Law 103-337 (1994), to be such an institution during the period of performance of this agreement, and therefore to be in breach of this clause, the Government will cease all payments of DoD funds under this agreement and all other DoD grants and cooperative payments unilaterally for material failure to comply with the terms and conditions of award. If your institution has been identified under the procedures established by the Secretary of Defense to implement Section 558, then: (1) no funds available to DoD may be provided to your institution through any contract, including any existing contract, (2) as a matter of policy, this restriction also applies to any cooperative agreement, and (3) your institution is not eligible to receive a contract or cooperative agreement in response to this solicitation." d. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit pre-proposals or join others in submitting pre-proposals; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete and severable areas of submarine escape and rescue, and diving for exclusive competition among these entities. This announcement constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2)(i). The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. 4. Pre-proposals and subsequent full proposals shall be submitted to: Dr. David Southerland, david.g.southerland.civ@us.navy.mil; usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil, lisa.m.grayum.civ@us.navy.mil, and daniel.w.kough2.civ@us.navy.mil. Attn: BAA-25-G-01. Offerors are to follow the sample format for submission of pre-proposals and proposals as found in enclosures (1) and (2) of this BAA. a. All pre-proposals and full-proposals will be acknowledged within 7 working days after the published due date. If no acknowledgement is received after 7 working days it is the responsibility of the submitter to contact the Naval Sea Systems Command office at 202-781-3854 to verify that their submission has been received. Pre-proposals and full-proposals will not be returned after evaluation. General and technical questions regarding this announcement should be sent to: usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil b. The point of contact for information regarding contractual issues is Ms. Lisa Grayum, Contracting Officer, at email: lisa.m.grayum.civ@us.navy.mil with copy to daniel.w.kough2.civ@us.navy.mil. The following additional information is provided: (1) Proposals may be submitted by any governmental agency, commercial firm, individual, non-profit, or institution of higher education. (2) Offerors must be current in System for Award Management (SAM). c. Phase II of the proposal selection process for non-government institutions (contractors) will consist of a request from the U.S. Government to the Offeror(s) for full technical and cost proposals to support the Navy in one or more of the primary areas of interest listed in paragraph 1 above. An Offeror can be considered for contract award only upon preparation and submittal of a fully compliant Phase II Proposal. In the event that a Phase II technical and cost proposal is requested, the applicable Request for Proposal will contain the terms and conditions and clauses to be incorporated in the potential contract. 5. Any contract(s) awarded based on responses to this BAA are considered to be the result of full and open competition (see FAR 6.102(d)(2)(i)) and in full compliance with the provisions of Public Law (PL) 98-369, “The Competition in Contracting Act of 1984.”
Expert Services Sources Sought Notice
3/3/2022 -- The purpose of this post is to publish Amendment 0001 to FY20 Class JA Expert and Third Party Neutral Services. 9/2020 -- This sources sought notice is issued for information purposes. The Securities and Exchange Commission (SEC) does not intend to award a contract solely on the basis of this notice. This is not a Request for Proposal (RFP) and does not commit the SEC to solicit or award a contract now or in the future or otherwise pay for the information solicited. Respondents shall be responsible for all costs associated with the information submitted in response to this notice. The purpose of this notice is to identify sources with expert services experience relevant to securities law enforcement. All large and small business concerns capable of providing expert testimony in a U.S. Federal Court relevant to securities law enforcement actions are encouraged to respond to this notice. This includes, Small Business (SB), Veteran-Owned (VOSB), Service-Disabled Veteran Owned (SDVOB), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Small Disadvantaged Business (SDB), and Section 8(a) small business concerns. BACKGROUND The SEC Division of Enforcement investigates possible violations of securities laws and recommends Commission action when appropriate, either in a federal court or before an administrative law judge, and negotiates settlements. As an adjunct to the SEC's civil enforcement authority, ENF Division staff work closely with law enforcement agencies in the U.S. and around the world to bring criminal cases, when appropriate. For more information on the Division of Enforcement and recent litigation and administrative proceedings visit: https://www.sec.gov/enforce. SCOPE Expert services may be required to assist the SEC in the analysis or presentation of an investigation or litigation matter. The nature of the work is specific to the type of case, requirements of the respective court, and the location of the court's jurisdiction. The Division of Enforcement maintains a list of experts with experience in a vast array of areas, including, but not limited to: Accounting; Forensic Accounting; Broker-Dealer; Investment Management; Computer Forensics; Fair Value Accounting; Rating and Closing Procedures; Accounting and Auditing Standards; Broker-Dealer Supervision; Municipal Bond Industry; Economics; Fixed-income Securities; Mutual Funds; Market Manipulation; Mutual Fund Portfolio Analysis; Microcap Stock Manipulation; Economic and Financial Economics; International Bank Foreign Exchange Industry; Life Expectancy Analysis; Investment Analysis; Economic Impact Analysis; Securities Lending; Structuring and Marketing of Complex Structured Financial Products; Hedge Funds; Margins; Options Pricing and Options Back-dating; FHA Loan origination and issuance; Collateralized Mortgage Obligations; Fiduciary Duties of Investment Advisor; Securities Registration; Oil and Gas Real Property Valuation; Asset Management; Mortgage-backed Securities; Derivatives; Investment Adviser Supervision; Foreign Law; Pricing Illiquid Securities; High Yield Investment Fraud; Options Trading; Futures Trading; Foreign Exchange (FOREX) Trading; Explanations of How Markets and Exchanges Work; Insurance-related Products; Hand-writing Analysis; Auditing Standards; Event Study Analysis; Churning; Suitability of Securities; Foreign Corrupt Practices Act (FCPA); Ponzi Schemes; Private Investment in Public Equity (PIPE) Offerings; Trade Risk Management; Unregistered Securities Offerings; Fund or Securities Valuation; and other specialties relevant to securities law enforcement actions. REQUIREMENT Respondents must be able to qualify as an expert witness in federal court with regard to one or more of the issues presented in an enforcement action brought by the SEC. Information regarding how to qualify as an expert witness in a federal court can be found in Article VII - Opinions and Expert Testimony of The Federal Rules of Evidence found at http://www.uscourts.gov/uscourts/rules/rules-evidence.pdf. Respondents shall submit a complete capabilities package to include, 1) cover page; 2) information listed below; and 3) vitae or resume. The cover page should include a brief overview of the respondent's experience in the securities law enforcement area(s) listed above. Respondents shall provide the following information, including the exact name of company and/or expert, physical street address, point-of-contact, phone number, email address, Dunn & Bradstreet Number (DUNs), and the System of Award Management (SAM) expiration date. The capabilities package shall be submitted electronically to OA_Expert_Services@sec.gov, ON OR BEFORE 3:00 p.m. ET, Sept 1, 2020. The email must be clearly marked “503102-20-9000" in the subject line. The entire capabilities package may not exceed 10MB. All questions regarding this notice shall be submitted in writing, addressed to Victor Cairo, and emailed to OA_Expert_Services@sec.gov. Respondents with complete capabilities packages will be added to the list of experts maintained by the Division of Enforcement. Federal Acquisition Regulation (FAR) Requirements The System for Award Management (SAM) is the primary database for procurement and payment information for contractors who wish to conduct business with the Federal Government. Prospective contractors are required to complete a one-time registration to provide basic information relevant to procurement and financial transactions. SAM includes Contractor Central Registration (CCR), Federal Agency Registration (Fedreg), Online Representation and Certification Application (ORCA), and Excluded Parties List System information. Additional information regarding registration and annual confirmation requirements may be obtained via SAM accessed through https://www.sam.gov/portal/SAM/#1 or by calling 866-606-8220, Monday - Friday 8 a.m. to 8 p.m. ET. NOTE: Registration in SAM does not guarantee that a contract will be awarded to a prospective contractor.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov. The table in Amendment 0007 is what should be followed. Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Regulator CCA. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawings 762R923G01 and T803A77. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings 762R923G01 and T803A77. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R923G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-247-8169 P/N: 762R923G01 Noun: Regulator CCA Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2021 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Regulator CCA and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-247-8169 P/N: 762R923G01 Noun: Regulator CCA Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this RF Monitor. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawings 792R998G01 and T803A77. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings 792R998G01 and T803A77. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 792R998G01, T803A77. This article shall be subjected to a form, REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-464-4241 P/N: 792R998G01 Noun: RF Monitor Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2015 Section C 2/3 fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5700. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the RF Monitor and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-464-4241 P/N: 792R998G01 Noun: RF Monitor Application: F-16 C/D APG-68 Dual Mode Transmitter 1 Jun 2015 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_AMRIU_ConnectorReceptacl_NSN5935013045817_PN16VE0490063_33
requalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this CONNECTOR,RECEPTACL. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. ata Verification: The offeror must verify that he has a complete data package. This verification ust include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum 81755 (CAGE) drawing 16VE049006. The offeror may also be required to produce copies of all applicable procedures, drawings, or pecifications. anufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data ackage. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/ GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/ GUEAA for their prior approval, a qualification test plan/procedure etailing how they intend to verify compliance with all performance, environmental, echanical, and quality assurance requirements identified by Drawing 16ZEO49. After ompletion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/ GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 16ZEO49. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS 5935-01-304-5817 16VE049006-33 CONNECTOR,RECEPTACL F16 anufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify roduction capability. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which ill be incurred by the potential offering party to become qualified: $4,800. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 90 days. This is based on complexity of the CONNECTOR,RECEPTACL and other factors. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have onsidered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can eet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this tem. Approval, however, does not guarantee subsequent contract award. Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS 5935-01-304-5817 16VE049006-33 CONNECTOR,RECEPTACL F16 QUALIFICATION WAIVER REQUIREMENTS who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a f all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a , the offeror may still be required to provide a post-contract award first article exhibit to verify on capability: WC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). WC2: N/A WC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, ajor components, and items of that assembly. WC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to rovide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. WC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no ncrease in complexity, criticality, or other requirements over that of the similar item. At a inimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. WC6: A source previously qualified to provide an item, but which has been purchased, sold, erged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification s currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the anufacturing process. WC7: N/A Section C 3/3
F16_APG68Radar_NSN 1270011937344_PN691R750G01
REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this IF Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman Corp. (cage 97942) drawing 758R862G01 and 691R750G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R862G01 and 691R750G01. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R862G01 and 691R750G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and Section C 1/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the IF Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. Section C 2/3 REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: N/A c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_APG68_Radar_NSN1270012235840_PN758R862G01
. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this IF Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman Corp. (cage 97942) drawing 758R862G01 and 691R750G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R862G01 and 691R750G01. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R862G01 and 691R750G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar Section C 2/3 to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the IF Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-223-5840 and 1270-01-193-7344 P/N: 758R862G01 and 691R750G01 Noun: IF Assembly Application: APG68 Radar Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: N/A c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Circuit Card Assembly. Offerors shall submit the Source Approval Request (SAR) package IAW AFMCI 23.113 and FAR 9.2 Qualification Requirements. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, possession including, at a minimum [GE Aviation Systems LLC](35012) drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 90 in advance of the occurrence of any testing that will be used as a basis for qualification. inspection during these tests. MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5998-01-653-6192 P/N: 187218-001 Noun: Circuit Card Assembly Application: f-16 5 Mar 2024 Section C 2/2 f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3,500.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Circuit Card Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5998-01-653-6192 P/N: 187218-001 Noun: Circuit Card Assembly Application: f-16 5 Mar 2024 Section C 1/1
5995-01-633-3870; 30M; LAUNCHER, ROCKET, HIG
The DLA Aviation Richmond is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement: NSN: 5995-01-633-3870 Nomenclature: CABLE ASSEMBLY, SPEC Solicitation: SPE4A6-25-R-0290 The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334419. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by April 27, 2025 at 11:59pm Eastern standard time. All responses under this Sources Sought Notice must be emailed to patsy.bedford@dla.mil. If you have any questions concerning this opportunity, please contact: Patsy.Bedford@dla.mil .
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
A-10 POD ASSY MLG Fairing LH & RH 5 YR IDIQ
**Attached is the TDP for the Sources Sought Synopsis FA8212-22-R-9999, Upcoming Contracting Opportunities, AND FA8212-22-R-0025 that is specific for the requirement A-10 POT ASSY MLG Fairing LH & RH 5YR IDIQ (Full & Open Competition (F&OC) NO SET-ASIDES - Open to Large and Small Firms that are pre-qualified through the Source Approval Request (SAR) Program and hence why the TDP is being provided early. Please submit the SAR package early so your bid can be considered.** 1. NOTICE: This is not a solicitation but rather, for planning purposes, a Sources Sought Synopsis (SSS) to seek qualified manufacturers by informing the public of upcoming contracting opportunities. Further, this notice is provided to promote and encourage early submissions of Source Approval Request (SAR) if the manufacturer is not pre-qualified and desire to be. 2. ACQUISITION TYPE: Full & Open Competition to Qualified Manufacturers. 3. REQUIREMENT DESCRIPTION: A-10 POD ASSY MLG Fairing LH&RH 5YR IDIQ: PN: 162J611521-1003A NSN: 1560-01-592-6923FJ (min 4ea; optional qty 8ea); and PN: 162J611521-1015A NSN: 1560-01-592-2577FJ (min 4ea; optional qty 8ea). Full & Open Competition. No Set-Aside. 4. RESPONSES: Manufacturers must be pre-qualified to bid on the requirement. If interested, please submit a Source Approval Request (SAR) IAW the Source Qualification Statement Spares (SQSS) that is also posted with this notice in reasonable time to allow the Government to process the SAR and the offeror can submit a full bid on-time. Please submit with the SAR a copy of the higher level quality requirement certification as a separate attachment. Please provide responses to the Contracting Officer, Leslie Evans, at leslie.evans.1@us.af.mil. Please provide the following information in the response; Firm’s name, CAGE code, and DUNS number, and Government point of contact Business type (large or type of small) for proposed or recommended NAICS Code Recommended NAICS Code Are you a manufacturer or authorized distributor for this requirement or subparts? Please note bids from distributors will not be considered. The requirement is a production contract to manufacture military aircraft parts. If the requirement is a total small business set-aside the more than 50% of the work must be performed by the prime qualified small business or subcontractor that is a qualified small business under the set-aside NAICS code per the small business non-manufacturer rules and there is no waiver. Thus, SAR packages and bids from distributors that do not meet the non-manufacturer rules will not be considered. Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence of with point of contact(s), contract numbers, results, etc., to demonstrate you are qualified manufacturer that deliver quality parts and the Govt can validate the information. Provide any anticipated teaming arrangements. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s). Is there a different National Stock Number (NSN) or suitable part number? Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts? What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value? Discuss any concerns that may prevent receiving fair and reasonable pricing for the out –years. 5. Technical Data Package (TDP) Attached: The TDP is attached to the notice and is controlled data. You must request access and e-mail the Contracting Officer at leslie.evans.1@us.af.mil to approve your request. Please provide in the request the firm’s CAGE code so the Contracting Officer can verify the firm has an active DD Form 2345, Military Critical Technical Data Agreement.
UPCOMING CONTRACT OPPORTUNITIES - A-10 SPARES HILL AFB
SOURCES SOUGHT SYNOPSIS# FA8212-22-R-9999 UPCOMING CONTRACT OPPORTUNITIES: A-10 SPARES HILL AFB 27APR2022 1. NOTICE: This is not a solicitation but rather, for planning purposes, a Sources Sought Synopsis (SSS) to seek qualified manufacturers by informing the public of upcoming contracting opportunities. Further, this notice is provided to promote and encourage early submissions of Source Approval Request (SAR) if the manufacturer is not pre-qualified and desire to be. 2. ACQUISITION TYPE: Full & Open Competition to Qualified Manufacturers. 3. REQUIREMENT DESCRIPTION: **SEE ATTACHMENT** 4. RESPONSES: Manufacturers must be pre-qualified to bid on the requirement. If interested, please submit a Source Approval Request (SAR) IAW the Source Qualification Statement Spares (SQSS) that is also posted with this notice in reasonable time to allow the Government to process the SAR and the offeror can submit a full bid on-time. Please submit with the SAR a copy of the higher level quality requirement certification as a separate attachment. The SSS/ Upcoming Contracting Opportunities will be posted and updated with new opportunities until 30MAY2026. Please provide responses to the Contracting Officer, Leslie Evans, at leslie.evans.1@us.af.mil. Please provide the following information in the response; Firm’s name, CAGE code, and DUNS number, and Government point of contact Business type (large or type of small) for proposed or recommended NAICS Code Recommended NAICS Code Are you a manufacturer or authorized distributor for this requirement or subparts? Please note bids from distributors will not be considered. The requirement is a production contract to manufacture military aircraft parts. If the requirement is a total small business set-aside the more than 50% of the work must be performed by the prime qualified small business or subcontractor that is a qualified small business under the set-aside NAICS code per the small business non-manufacturer rules and there is no waiver. Thus, SAR packages and bids from distributors that do not meet the non-manufacturer rules will not be considered. Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence of with point of contact(s), contract numbers, results, etc., to demonstrate you are qualified manufacturer that deliver quality parts and the Govt can validate the information. Provide any anticipated teaming arrangements. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s). Is there a different National Stock Number (NSN) or suitable part number? Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts? What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value? Discuss any concerns that may prevent receiving fair and reasonable pricing for the out –years. 5. Technical Data Package (TDP) Access: To access the TDP please e-mail the Contracting Officer at leslie.evans.1@us.af.mil. Please provide in the request the firm’s CAGE so the Contracting Officer can verify the firm has an active DD Form 2345, Military Critical Technical Data Agreement.
Seismic Resilience of Large Power Transformers: Shake Table Test
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to provide information regarding solutions aimed at increasing the seismic resilience of large power transformers. BACKGROUND The flexibility and density of massive power transformer tanks can cause them to act as a vibration amplifier for equipment mounted on them. During an earthquake, the transformer tank and mounted bushings can be in resonance, increasing the shaking in the bushing beyond its design levels and resulting in bushing failure. As seen in past earthquakes around the world, this seismic vulnerability can concurrently damage many transformers and cause cascading failures on the grid. INL is currently working to address this vulnerability by developing a low-cost retrofittable bushing decoupler system. The system will be designed with modern materials, mounted at the bushing base, and can be tuned to any bushing-transformer combination to avoid resonance. As a part of this effort, INL is performing large-scale shake table testing of a fully dressed 230 kV power transformer at the University of California San Diego Large High Performance Outdoor Shake Table (LHPOST) facility. In addition to this first-of-a-kind bushing decoupler system, INL will also test another mitigation option called seismic base isolation, which involves placing the transformer on isolator devices that absorb the incoming earthquake energy and alter the system structural dynamics to protect the transformer. A few units have been installed this way; however, full scale experimental testing on a fully dressed power transformer is lacking. The bushing decoupler technique is the focus of this project, which aims to perform a shake table test of a large power transformer in its substation installation configuration. INL is seeking industry partners interested in participating in this first-of-a-kind test by providing feedback on test plans as well as additional experimental suggestions that should be considered during this test. Depending on the scope of additional experimental suggestions and involvement, partner(s) could provide funds and additional equipment resources necessary to facilitate additional concurrent testing or testing extensions. SUBMITTAL REQUIREMENTS Interested entities are requested to provide expressions of interest (via email) by close-of business on 06/01/2026. Note that responses must be no more than 2 pages in length in PDF format. Should you have questions, or need additional information, please contact Bjorn Vaagensmith, Power Systems Researcher via email at Bjorn.Vaagensmith@inl.gov and Small.Business@inl.gov or Jake Gentle, Program Manager, via email at jake.gentle@inl.gov with the subject line “Response to Seismic Resilience of Large Power Transformers: Shake Table Test.” Technical questions must be submitted in writing via email no later than 3 days prior to final submission. Only potentially qualified offerors, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents must mark information in their responses accordingly.
2027 McConnell AFB MACC IDIQ
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICIATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. To explore the possibility of a Multiple Award Construction Contract (MACC) at McConnell AFB, KS, the 22d Contracting Squadron (22 CONS) is publishing this SOURCES SOUGHT NOTICE to gather relevant industry information. This Multiple Award Construction Contract (MACC) represents a significant opportunity for qualified construction firms. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, awarded to multiple vendors, facilitates the procurement of a variety of construction projects. Task orders, each up to $10,000,000, will be firm-fixed-price and awarded through a competitive process among the MACC holders. The contract has a total potential value of $99,000,000 over six or more years with a 12-month base period and option periods to be determined once the duration is final. Contractors under this contract will perform a wide variety of construction tasks, including: design-build projects; renovation and upgrade projects; new construction requiring integration of multiple trades; and repair/replacement of infrastructure such as roadways, airfield taxiways, and runways. These tasks will span a broad range of trades, including carpentry, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design capabilities are essential, with contractors expected to provide full-project design services from concept or performance-based requirements. The anticipated North American Industrial Classification System (NAICS) code for this Request for Information (RFI) is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. 22 CONS is seeking capabilities from businesses classified as Small, 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC). Depending upon the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small business with the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. Additionally, the Government may consider additional subsets of work for specific small business category set asides if the data provided indicates there would be enough competition for those specific set asides. Interested and qualified firms are invited to respond to this sources sought notice by submitting a capability statement. The capability statement should provide a clear and concise overview of your firm's qualifications and experience, similar in format and content to your standard marketing materials. Please note that oral communications will not be accepted. Your written response should include the following information: Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include UEI number or CAGE Code; Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition. Summarize how your company is capable and qualified to handle this type of work. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, email and phone numbers, project scope, project value and type of contract. Bonding: provide your bonding capacity per contract and aggregate. Please limit submission of your information capability statement and data to twelve (12) pages. The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: william.johnson.237@us.af.mil and marcus.tucker.7@us.af.mil no later than 4:00 PM (CST) on 27 June 2025. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. Please note that this is a Sources Sought announcement intended solely for information gathering and acquisition planning. This notice does not obligate the government to issue a contract, nor does it guarantee reimbursement for any expenses incurred in preparing a response. No solicitation is currently available. Any future solicitation will be posted on the SAM website (https://sam.gov). It is the responsibility of interested parties to monitor SAM for solicitation updates and releases. To receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://sam.gov. The successful offeror must also have active certifications within the SAM system. Contracting Office Address Bldg. 840 53384 Kansas St STE 110 McConnell AFB, KS 67221-3702 USA Phone 316-759-4456 Primary POC: 2d Lt William Johnson William.johnson.237@us.af.mil 316 759 4456 Secondary POC: Marcus Tucker Marcus.tucker.7@us.af.mil 316 759 4520
F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R978G01, T807A02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R978G01, T807A02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R978G01, T807A02. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R978G01, T365A41. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R128G01, T365A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R128G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
Sale of Reusable Sodium Nitrate and Steel Drums
Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 07/2024 – 12/2024 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540 or Mr. Taylor Clopton at 256-235-4309. A full detailed structure can be provided upon request.
Sale of Reusable Sodium Nitrate and Steel Drums
Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 06/2025 – 06/2026 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540. A full detailed structure can be provided upon request.
F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R370G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R370G01, T365A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R370G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Dual Mode Transmitter. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R990G01, and Specification T360A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 585R224H04. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 585R224H04. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 585R224H04. This article shall be subjected to a form, fit, and REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 2/3 function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $260,800. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 730 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Dual Mode Transmitter. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R990G01, and Specification T360A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013478037_PN5188110_004
NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013310720_PN_5188110_008
NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013080933_PN_5188110_005
NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
General Hardware (M Department) Master BPA
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 332216, FSC code 5120, Handtools, nonedged, nonpowered. This notice is being sent for the “General Hardware” category. This General Hardware category is for The Energetics Manufacturing Department (Code M), but not limited from other departments, at Naval Surface Warfare Center Indian Head Division (NSWC IHD), BPA Calls will not exceed the Simplified Acquisition Threshold. Interested companies must (have/include): Documentation addressing the performance work statement (attached to this posting). Complete and return the price list (attached to this posting). A capability statement/line card describing the company, its capabilities and its expertise. Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://wawf.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov/SAM/). ITAR Certification- Procurements under these BPA Masters include unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Note: This is a small business set-aside however, large businesses will be considered for other opportunities. If you possess a GSA contract please note your GSA contract number in your response. The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Sarah Hayden, at sarah.n.hayden3.civ@us.navy.mil Dr. David Greaves, at david.greaves@navy.mil Marlene Ridgell, at marlene.l.ridgell.civ@us.navy.mil Nicholas Zalewski, at nicholas.r.zalewski.civ@us.navy.mil
USCGC TERRELL HORNE DS FY26
USCGC TERRELL HORNE DOCKSIDE REPAIRS FY26
Noun_VALVE,GATE_Application_KC-135_NSN_4820-00-780-3195_Part_Number_10-2446-3
See attached document.
Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or obligation or commitment by the Government. Market research is conducted to determine the availability and capability of qualified businesses for the following service: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all custodial service tasks and frequencies as described and defined in this Performance Work Statement (PWS), Part 5 Specific Tasks for General Cleaning. The work includes the following: cleaning restrooms and kitchens, removing trash and emptying recycle bins, cleaning windows, vacuuming and spot cleaning carpet, sweeping and mopping floors, buffing, dusting, scrubbing walls, cleaning upholstered furniture, and other associated work. The Contractor shall perform to the standards in this contract. Area is PTA which is located on the Island of Hawaii, Hawaii County, outside of Hilo, Hawaii in the high plateau between Mauna Loa, Mauna Kea and the Hualalai volcanic mountains. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 561720 Janitorial Services. The size standard for NAICS 561720 is $22.0 Million. The estimated start date is 01 Nov 2026. The Government is anticipating a term of base period of 01 Nov 2026 - 31 Oct 2027 plus 4 pre-priced 12 month option years. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size, business status, DUNs and Cage Code, a statement that your firm has similar past performance and experience in terms of the scope, magnitude, and dollar amount, Company's business size, and a description of same/similar services offered to the Government and to commercial industries. The Government will use this information in determining its set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements no later than 31 July 2025, 08:00 a.m. Hawaii Pacific Standard Time. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Interested vendors should submit their capability statement in writing, limited to three pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1. A statement of interest in services contained herein 2. A synopsis of the contractor's capabilities and related experience, limited to three pages. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential vendors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, lack of registration in the System for Award Management (SAM) will make an vendors ineligible for contract award. NOTE: It is the responsibility of all potential vendors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Shirl Rivera, 413th Contracting Support Brigade at shirl.m.rivera.civ@army.mil no later than 08:00 a.m. Hawaii Pacific Time (HST) 31 July 2025. Submission shall include the subject line Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Telephone requests or inquiries will not be accepted.
Request for Information (RFI) - Agilent Services
Please find attachments below. Please complete Attachment 001 and 002.
F16_AN-APG-68 Dual Mode Transmitter_NSN5960013415198_PN585R224H04
NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 585R224H04. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 585R224H04. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 585R224H04. This article shall be subjected to a form, fit, and REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 2/3 function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $260,800. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 730 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97924) drawing 585R224. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMSGUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMSGUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 585R224H01,H03. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMSGUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 585R224H01,H03.. This article shall be subjected to a form, fit, REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 2/3 and function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $4.500. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION NOTICE: FA461325AirCylindersBPA - AIR CYLINDER BLANKET PURCHASE AGREEMENT (BPA) (COMMODITY) 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) OF 332420 - METAL TANK (HEAVY GAUGE) MANUFACTURING WITH A SMALL BUSINESS SIZE STANDARD OF 750 EMPLOYEES IS TO BE USED FOR MARKET RESEARCH ONLY TO DETERMINE THE AVAILABILITY OF POTENTIAL SMALL BUSINESS CATEGORIES FOR POTENTIAL SET-ASIDES. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR FUTURE ACQUISITION. 2. F. E. Warren AFB, Wyoming is conducting market research to identify potential sources that market research to identify potential sources that may possess the expertise, capabilities, and experience to provide the leasing of 146 air cylinders for use at 15 Missile Alert Facilities (MAFs) and within the Missile Facility Maintenance (Sites Zone) Shop at F.E. Warren AFB. The Contractor shall be responsible for providing the air cylinders and valves that are described below. Cylinder Style Working PSI Valve Quantity AI-BR-K 250CF (Breathing Air) 2265 CGA 346 144 NI-Q 2015 CGA 580 1 OX-S 2015 CGA 540 1 Cylinder repair and/or refill purchases will be completed separately from this BPA. The contractor shall provide a cost for delivery to Building 323 on F.E Warren AFB. The draft Statement of Work (SOW) is included. (Attachment 1 - SOW) as well as a sample price list (Attachment 2 - Sample Price List). The government intends to establish at least one Blanket Purchase Agreement (BPA). 3. All interested parties are invited to send capability statement that will briefly describe how your company can satisfy the requirement described above to: Michelle Crenshaw, michelle.crenshaw@us.af.mil and SSgt Rebecca Behne, rebecca.behne@us.af.mil. 4. Please provide (a) Company Name and Cage Code Number; (b) Mailing Address; (c) Point of Contact to include phone number and email; (d) website, if applicable; (e) State whether your company is small, 8(a), VOSB, SDVOSB, HUBZone small business, SDB, and WOSB, etc; (f) SAM registration. 5. THIS NOTICE FOR SOURCES SOUGHT, IS FOR MARKET RESEARCH ONLY. THIS IS NOT A REQUEST FOR QUOTATION, PROPOSAL OR INVITATION FOR BID.
NHHC NMUSN Industry Day Notice
Industry Day Notice The National Museum of the United States Navy (NMUSN) will sponsor an Industry Forum on Wednesday, June 4, 2025 from 0900 to 1600, at the Washington Navy Yard in the National Museum of the United States Navy, Building 76. This full-day conference is designed to collaborate with our industry partners who team with the Naval History and Heritage Command’s (NHHC) NMUSN to provide an update on opportunities of future projects, including the building of the new National Museum of the United States Navy. The forum offers a chance to participate in briefings, a Q & A session, and an opportunity for one-on-one sessions. Innovative ideas, suggestions and methods discussed during the conference could potentially be used to draft the performance specifications and contract structure of the solicitation for the future projects. Due to parking constraints on the Washington Navy Yard, all attendees will have to park off-site or take other transportation means to get to the event. There will be NO visitor parking on the Washington Navy Yard, unless you have a valid Common Access Card (CAC). All attendees will have to enter the installation through the O St. Gate. If the attendee would like to make arrangements prior to the event with the host to drop off displays, handouts, or materials, please contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Justin Barlow at Justin.j.barlow.civ@us.navy.mil. An installation map, instructions, and the base access request form (with instructions) will be provided after you submit your RSVP to attend. Who Should Attend: Any contractors or vendors interested in architecture design, exhibit design, visioning design, lighting design, landscape design, site planning, museum planning, strategic planning, artifact conservation, artifact storage solutions, museum objects moving, informative and promotional publication services, photography services, interactive exhibit solutions, educational solutions, IT solutions, security services, food services, visitor services, facilities services, and construction contracting. Firms are limited to two (2) representatives per company as space is limited. Industry representatives interested in attending this event should contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Wesley Peters at wesley.b.peters.civ@us.navy.mil no later than Tuesday, May 26, 2025 and provide the following information: Attendee(s) Name Company Email Address(s) Phone Number(s) The Base Access Request (SECNAV 5512/1) Form will be provided after the RSVP is submitted and should be completed promptly. Base Access Request (SECNAV 5512/1) Form: In accordance with the Washington Navy Yard security regulations, all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor’s pass, the person must submit the Base Access Request (SECNAV 5512/1) form. Instructions on how to submit the Base Access Request (SECNAV 5512/1) form will be provided when the form is sent to you. All forms must be submitted no later than Tuesday, May 26, 2025. Individuals must provide Government issued photo identification upon arrival. Only persons who have been sponsored can be issued a temporary pass. Personnel one-day passes must be obtained at the Visitor Control Center, located at 1022 O St SE, Washington, DC 20374. It is imperative that all conference attendees adhere to this notice in order to avoid delays in accessing the installation. Also, be advised by this notice that the level of security at the Washington Navy Yard may change at any time. As the level of security heightens, the amount of time required to gain access to the base also increases. The NHHC NMUSN will compile an attendee list consisting of name, company, email address and phone number. The listing will be provided to all attendees after the Industry Forum is completed. Participation in this Industry Forum is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Navy will not assume liability for costs incurred in response to this notice. Please note: Ongoing source selections will not be discussed at the forum.
NHHC NMUSN Industry Day Notice
Industry Day Notice The National Museum of the United States Navy (NMUSN) will sponsor an Industry Forum on Wednesday, June 4, 2025 from 0900 to 1600, at the Washington Navy Yard in the National Museum of the United States Navy, Building 76. This full-day conference is designed to collaborate with our industry partners who team with the Naval History and Heritage Command’s (NHHC) NMUSN to provide an update on opportunities of future projects, including the building of the new National Museum of the United States Navy. The forum offers a chance to participate in briefings, a Q & A session, and an opportunity for one-on-one sessions. Innovative ideas, suggestions and methods discussed during the conference could potentially be used to draft the performance specifications and contract structure of the solicitation for the future projects. Due to parking constraints on the Washington Navy Yard, all attendees will have to park off-site or take other transportation means to get to the event. There will be NO visitor parking on the Washington Navy Yard, unless you have a valid Common Access Card (CAC). All attendees will have to enter the installation through the O St. Gate. If the attendee would like to make arrangements prior to the event with the host to drop off displays, handouts, or materials, please contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Justin Barlow at Justin.j.barlow.civ@us.navy.mil. An installation map, instructions, and the base access request form (with instructions) will be provided after you submit your RSVP to attend. Who Should Attend: Any contractors or vendors interested in architecture design, exhibit design, visioning design, lighting design, landscape design, site planning, museum planning, strategic planning, artifact conservation, artifact storage solutions, museum objects moving, informative and promotional publication services, photography services, interactive exhibit solutions, educational solutions, IT solutions, security services, food services, visitor services, facilities services, and construction contracting. Firms are limited to two (2) representatives per company as space is limited. Industry representatives interested in attending this event should contact Sonja Velaj at Sonja.velaj.civ@us.navy.mil and Wesley Peters at wesley.b.peters.civ@us.navy.mil no later than Tuesday, May 26, 2025 and provide the following information: Attendee(s) Name Company Email Address(s) Phone Number(s) The Base Access Request (SECNAV 5512/1) Form will be provided after the RSVP is submitted and should be completed promptly. Base Access Request (SECNAV 5512/1) Form: In accordance with the Washington Navy Yard security regulations, all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor’s pass, the person must submit the Base Access Request (SECNAV 5512/1) form. Instructions on how to submit the Base Access Request (SECNAV 5512/1) form will be provided when the form is sent to you. All forms must be submitted no later than Tuesday, May 26, 2025. Individuals must provide Government issued photo identification upon arrival. Only persons who have been sponsored can be issued a temporary pass. Personnel one-day passes must be obtained at the Visitor Control Center, located at 1022 O St SE, Washington, DC 20374. It is imperative that all conference attendees adhere to this notice in order to avoid delays in accessing the installation. Also, be advised by this notice that the level of security at the Washington Navy Yard may change at any time. As the level of security heightens, the amount of time required to gain access to the base also increases. The NHHC NMUSN will compile an attendee list consisting of name, company, email address and phone number. The listing will be provided to all attendees after the Industry Forum is completed. Participation in this Industry Forum is voluntary and in no way obligates the Government to award any contracts or pay any costs associated with such participation. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Navy will not assume liability for costs incurred in response to this notice. Please note: Ongoing source selections will not be discussed at the forum.
MARVEL End User Application & Utilization
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to suggest potential tests and experiments leveraging the Microreactor Application Research Validation and Evaluation (MARVEL) demonstration. This will consist of a two-step process starting with a feasibility assessment, then a physical implementation, subject to Congressional Appropriation. BACKGROUND The MARVEL will be an operational microreactor and is expected to serve as a nuclear test bed to demonstrate microreactor operations and end-use applications, paving the way for unleashing private sector nuclear energy development. A primary goal of the project is to provide a platform that can be leveraged by the private sector to mature novel nuclear technologies and demonstrate innovative new use cases for microreactors. Additional information on MARVEL’s utilization plan can be found in: https://www.osti.gov/biblio/2371820. In short, the MARVEL reactor can be used to the following non-exhaustive list of potential applications: Demonstrating novel nuclear-generated electricity applications (e.g., nuclear-powered microgrids, or nuclear-powered data-centers) Demonstrate novel nuclear heat applications (e.g., chemical processing, synfuel production, novel power conversion systems) Requesting data access (e.g., analyses conducted, documentations, engineering drawings) Operating the reactor in specific modes to validate models (e.g., conducting a specific transient to benchmark codes) Deploy advanced instrumentation and control paradigm to nuclear reactors (e.g., semi-autonomous operations, far-field remote operations) Demonstrate novel safeguards and security paradigms for nuclear technology (e.g., cyber-secure communications, novel safeguard techniques for microreactors) The current MARVEL scope will consist of developing an 85kWth reactor producing more than 10 kWe of electricity in the first stage of operations. In the second stage, process heat (above 300°C) will be provided to end-users specifically for type 2 demonstrations from the list above. Additional information on the technical specifications can be found in the MARVEL factsheets. SUBMITTAL REQUIREMENTS INL is soliciting requests from private industry on potential tests or demonstrations, leveraging MARVEL, that would be valuable for them to conduct. Companies or other interested parties are encouraged to submit EOIs relating to any of the above-mentioned topical areas (or other topics not covered by the list). Expressions of Interest will be ranked based on their potential impact to the broader US energy landscape. Promising concepts will be invited to respond to a potential Notice of Opportunity (NO) at a later stage. The NO will contain additional information about requirements for a more detailed proposal, funding expectations, timeline, and proposal ranking metrics. Following selection, a two-step process is envisaged whereby stakeholders work with national lab staff first to ensure the viability of the test/demonstration (currently intended for Fiscal Year 2026). This is then followed by a solicitation to conduct physical test/demonstration (currently intended for Fiscal Year 2027-2028). Interested entities are requested to provide expressions of interest (via email) by close-of business on 08/30/2025. Responses must include sufficient written information confirming the responder’s qualifications and the relevancy of their proposed scope based on the guidance in Section 2. Note that responses must be no more than 2 pages in length in PDF format. They should clearly state which of the above 6 category they fall under, which partnering institutions are included in the proposal, and what level of support (beyond the NO) is needed from INL (e.g., if the end-user or INL is expected to provide specific hardware). The content should ideally cover: the goal of the application, why it is impactful for the US nuclear industry, potential technical needs and technical specifications (e.g., quantity of energy needed, temperature range, MARVEL reactor operating conditions, test durations). If you have questions, or need additional information, please contact Stacie Strain, Program Manager, via email at stacie.strain@inl.gov with the subject line “Response to MARVEL Utilization EOI.” Technical questions must be submitted in writing via email. Only potentially qualified entities, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents are encouraged to minimize the inclusion of sensitive information to the extent possible and mark information in their responses accordingly.
Noun_MOTOR ASSY, ELECTRICAL_Application_E-3_NSN_6105-01-034-7689_Part_Number_102650EZ
See attached document.
AN_APG66_Transmitter_NSN5960014448163_PN588R901H02_ElectronTube
NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that he has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 588R901H02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 588R901H02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 588R901H02. This article shall be subjected to a form, fit, and 29-Sep-22 Section C 1/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. 29-Sep-22 Section C 2/3 MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the manufacturing process. g. QWC7: NA
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors