Advertisement Tenders
Advertisement Tenders
DEPT OF THE ARMY USA Tender
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 2067.20 Net/usable To A Maximum Of 2720 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In Vista Ca Within The Defined Delineated Area (da) Boundaries Below: north -- South Sante Fe Avenue-west Mission Road-east Mission Road south -- West San Marcos Blvd east –north Twin Oaks Valley Road-south Twin Valley Oaks Road west – North Melrose Dr-south Melrose Dr the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 6 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 6 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On 24h Mar 2025. responses Should Include: building Name And Address as-built Floor Plan Drawing digital Photo Of Street View Of Property area (boma Rentable Square Feet & Boma Usable Square Feet) rental Rate Per Square Foot Rentable Space To Include (cam, Taxes And Insurance) common Area Factor(s) For Available Space, If Applicable following Are The Factors That Will Be Considered When Evaluating Bids/offers: location ability To Meet All Construction Specifications, Security Measures And Lease Requirements complete Initial And Final Offers Must Be Received By Defined Deadline competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Lihua ( Kelly) Chen At The U.s. Army Corps Of Engineers, Arizona/nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, Az 85012-1939; 626-701-4901; Lihua.chen@usace.army.mil,no Later Than 5:00 Pm Mst On 24h Mar 2025
DEPT OF THE ARMY USA Tender
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Government Is Seeking Retail Office Space For A U.s. Army Armed Forces Career Center. the Government Requires Afull-service Lease For: a Minimum Of 1,704 Rentable Square Feet (rsf) And A Maximum Of 2,130 Rsf Of Retail Office Space For A U.s. Armed Forces Career Center lease Term Not To Exceed Five (5) Years With Government Terminationrights located Within A Defined Delineated Area In Daly City, Ca: north: Hwy 1 To San Pedro Rd east: Mission Street To El Camino Real south: Westborough Blvd west: Skyline Blvd undesignated On-site Parking For Up To Five (5) Government Vehicles Must Be Provided On A 24 Hours 7 Day A Week Basis offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. representatives Of Building Owners Must Include With Their Response To This Advertisement, The Following: exclusivity Agreement, representation Letter, listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner responses Are Due No Later Than 5:00 Pm Pdt On 3/24/2025. Submissions Must Be Made Electronically (by Email) To The Following Point Of Contact: madison Devine realty Specialist u.s. Army Corps Of Engineers sacramento District madison.devine@usace.army.mil
DEPT OF THE AIR FORCE USA Tender
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Sources Sought (ss) / Request For Information (rfi) Is Issued Solely For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Is Not A Solicitation For Proposals. This Notice Does Not Obligate The Government To Award A Contract Nor Otherwise Pay For Any Information Provided In Response. The Government Will Use Information Received In Response To This Notice To Determine The Appropriate Acquisition Strategy For The Requirement. the 28th Medical Group (28 Mdg) At Ellsworth Afb, South Dakota Requires One (1) Hematology Analyzer To Perform Complete Blood Counts And Other Hematological Analyses In Support Of Patient Care. 1. The Government Is Considering: brand-name Five-year Lease (base And Four Option Years) For A Sysmex Xn-550 Hematology Analyzer. Please See The Attached Statement Of Work For Detailed Requirement Information. This Request Is Specifically For A Sysmex Xn-550 Because This Model Has Proven To Be Reliable And Low Maintenance, It Will Ensure Continuity Of Care Without Interruption, Continued Interface With Regional Partners, And Zero Downtime For Equipment Validation, Personnel Training And The Re-writing Of Local Operation Instructions. note: If You Do Not Intend To Submit A Proposal For This Project When It Is Formally Advertised, Please Do Not Submit A Response To This Sources Sought / Rfi. 2. Information Requested: all Interested Parties Are Invited To Provide Information About Your Company/institution, Or Any Teaming Or Joint Venture Partners. Interested Vendors Are Requested To Submit The Following Information, Clearly Indicating Whether You Are Providing Information: company Name/company Address point Of Contact With Phone Number And Email Address cage Code business Size Status (e.g., Small Business, Large Business) website (if Applicable). confirm Availability Of The Item And Provide Lead Time For Delivering/installation if Submitting Your Company Believes An "or Equal" Alternative Can Meet The Governments Needs, Please Include: manufacturer And Model Number. detailed Product Specifications And Brochures. explanation Of How The Proposed Alternative Meets Or Exceeds The Capabilities Of The Sysmex Xn-550, Specifically Addressing: throughput Capabilities test Menu And Parameters Offered accuracy And Precision Data user-friendliness And Software Features maintenance Requirements And Service Support availability And Lead Time. the 28th Medical Group (28 Mdg) Medical Treatment Facility (mtf) Will Review All "or Equal" Alternatives Submitted Through This Sources Sought / Rfi To Determine Acceptability And Whether The Alternate Hematology Analyzer Can Meet The Needs Of The Mtf. 3. Submission Instructions: all Responses Must Be Submitted Electronically To Deanine.rogers.3@us.af.mil No Later Than 3:00 Pm Mdt, Friday, 7 March 2025. Please Include "sources Sought / Rfi - Hematology Analyzer" In The Subject Line Of The Email. Questions Relevant To This Notice Shall Be Sent Electronically To The Above Email Address. All Communication Shall Be In Writing And Submitted Electronically With Reference "sysmex Xn-550 Hematology Analyzer." No Phone Inquiries Will Be Accepted. 4. Disclaimer: this Sources Sought / Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. The Government Is Not Obligated To Award A Contract As A Result Of This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Requests. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Information.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents
Details: Description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, “streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services,” As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 17, 2025. this Solicitation Is Set-aside For Service-disabled Veteran Owned Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 562111, With A Small Business Size Standard Of $47.0 Million. the Fsc/psc Is S205. the Birmingham Va Medical Center Is Seeking To Purchase A Roll-off Waste Container And Waste Removal Services. all Interested Companies Shall Provide Quotations For The Following: see Price/cost Schedule, Statement Of Work delivery Address: department Of Veterans Affairs birmingham Va Medical Center 700 S 19th Street birmingham, Al 35233 1. Shipping: Fob Destination the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: 52.212-1 Instructions To Offerors - Commercial Items, Apply To This Solicitation With The Following Addenda, Far 52.216-18 Ordering; Vaar 852.236-76 Correspondence; Vaar 852.237-70 Contractor Responsibilities; Vaar 852.273-75 Security Requirements For Unclassified Information Technology Resources. 52.212-2 Evaluation - Commercial Items: Far Provision 52.212-2 Applies To This Solicitation. The Offeror That Submits The Offer That Meets All The Requirements Of The Solicitation, Is Responsive And Responsible, And Has The Lowest Cumulative Price For All Items (inclusive Of Delivery) And The Offer Is Fair And Reasonable Will Be Selected. 52.212-3 Offeror Representations And Certifications - Commercial Items- System For Award Management (sam) Located At Www.sam.gov Will Be Checked To Verify Active Registration Status And Self-certification For The Required Socio-economic Category. 52.212-4 Contract Terms And Conditions - Commercial Items: Apply To This Solicitation With The Following Addenda; Vaar 852.203-70 Commercial Advertising, Vaar 852.237-76 Electronic Invoice Submission. 52.212-5 Contracts Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items; The Following Far Clauses Identified At Paragraph B Of Far 52.212.5 Are Considered Checked And Are Applicable To This Acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. to Be Considered Technically Acceptable For Award Each Offeror Must Provide With Their Submitted Quote/offer: meet All Requirements In Accordance With The Solicitation/sow/basis Of Award. documentation That Confirms The Company Is Registered As Active And Is The Required Socio-economic Category In The System For Award Management (sam) Https://sam.gov/content/home. Service-disabled Veteran-owned Small Business (sdvosb) Offerors Must Be Verified By The Department Of Veterans Affairs Center For Verification And Evaluation (cve) Https://www.vetbiz.va.gov/vip/ At The Time Of Quote Submission. Failure To Be Verified Will Result In The Offeror’s Quote To Be Deemed Non-responsive. quotes/offers: All Quotes/offers Will Be Submitted Via Email To The Contract Specialist, Michael Barton At Michael.barton@va.gov No Later Than 11:00 Am Est On March 27, 2025. All Quotes/offers Submitted Must Include The Solicitation Number 36c24725q0397 And Title In The Subject Line Of The Email. Quotes/offers Received After This Date And Time Will Not Be Considered For Award. to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements And/or Specifications, Submit A Written Request For Information (rfi) Via Email To The Contract Specialist, Michael Barton At Michael.barton@va.gov. Rfis Must Be Specific And In Question Format. All Rfis Submitted Shall Include The Solicitation Number And Title, Contractor Name, City, State, Telephone, Email Address And The Rfi Question(s). questions Regarding This Solicitation Shall Be Submitted No Later Than March 17, 2025, By 11:00 Am, Unless It Is Determined To Be In The Best Interest Of The Government As Deemed By The Co. Telephone Requests For Information Will Not Be Accepted. contact Information contracting Office Address: department Of Veterans Affairs network Contracting Office (nco) 7 atlanta Va Medical Center 1670 Clairmont Road decatur, Ga 30084 primary Point Of Contact: michael Barton contract Specialist, Nco 7 michael.barton@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Michael E. Debakey Medical Center Located In Houston, Tx. project Description: infrastructure Upgrades And Reconfiguring And Renovating Existing Spaces Impacted By Said Improvements. Infrastructure Upgrades Include Upgrading Facility Power Distribution, Bonding, Ups, Building Management System Interfaces, Upgrading Facility Hvac Distribution, Reconfiguration, Expansion, And Renovation Of Existing Space Including Demolition, New Construction, Finishes, And Cabling, Renovating Datacenter Including Cabinet Realignments, Power, Ups, And Water Infiltration, Renovating Communication Infrastructure Including New Data Outlets, Patch Panels, And Upgrade To Cat 6a Cable, Physical Security Assessment And Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus-wide; Within Buildings And Between Buildings: Upgrading Facility Fiber Throughout Buildings To Each It Closet, To Provide A Redundant Fiber Run Throughout Buildings To Each It Closet, Provide Redundant Fiber Mains To Demarcation Room From The Provider Point, Provide Diversified Path For Wan, Install Approximately 100 Additional It Outlets, Install Approximately 75 New Electrical Outlets, Provide Additional Outlets In Each It Closet, Hazardous Material Abatement. Project Buildings Include 100, 103, 104a, 108, 108a, 109, 110, 120, 123, 125 And The Physical Site Surrounding Those Buildings. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between Between $20,000,000 And $50,000,000. (note That The Vaar Magnitude Of Construction Is Closer To The Higher End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 775 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 19 March, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131 primary Point Of Contact:
andrew Mathews
contract Specialist
andrew.mathews2@va.gov secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
PUBLIC BUILDINGS SERVICE USA Tender
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:florida city:pompano Beach delineated Area: north: Sw 10th Street (sr-869) south: Commercial Blvd. (sr-870) west: Sr-7 (also Known As Us Route 441) east: Interstate 95 (i-95)[r1] minimum Sq. Ft. (aboa):110,224 maximum Sq. Ft. (aboa):126,758 space Type:office/ Warehouse parking Spaces (total):4 parking Spaces (surface):4 parking Spaces (structured):0 parking Spaces (reserved): 0 full Term:180 firm Term:120 option Term:60 additional Requirements: loading Dock Access. Docks Must Be Able To Accommodate A 53 Foot Trailer offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Pompano Beach, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: March 19, 2025, 5:00 Pm Est market Survey (estimated):tbd occupancy (estimated):04/13/2026 send Expressions Of Interest To: name/title:erik Weiss And Raquel Howard | Gsa Broker Contractor email Address:erik.weiss@gsa.gov And Raquel.howard@gsa.gov government Contact Information lease Contracting Officer: Chris Wainwright | Christopher.wainwright@gsa.gov ******************************************************************************************************
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents
Details: This Is A Pre-solicitation Announcement To Inform Potential Offerors Of The Department Of Veterans Affairs Intent To Advertise A Request For Proposals (rfp) For The Provision Of Primary Care Provider Services Within Veterans Integrated Service Network 20. An Rfp Is Planned To Be Issued On Or About April 1, 2025. The Contractor Shall Provide Physicians Who Are Board Certified / Board Eligible In Internal Medicine Or Family Practice, To Provide Primary Care Physician Services On Site In Accordance With The Specifications Contained Herein To Beneficiaries Of The Department Of Veterans Affairs (va) And The Visn 20 Stations, Their Divisions Or Campuses, And Their Associated Clinics. Contractor Shall Provide Services That Meet Or Exceed The American Board Of Internal Medicine Guidelines: Http://www.abim.org. services Shall Be Provided Onsite At The Following Vamcs And Subordinate Clinics: See Attached. the North American Industry Classification Code (naics) For This Procurement Is 621111 Office Of Physicians (except Mental Health Specialists) With A Small Business Size Standard Of $16 Million. The Government Intends To Award One Or More Firm Fixed Price Indefinite Delivery / Indefinite Quantity Contracts Within 120 Days From Proposal Due Date. this Acquisition Is A 100% Set-aside For Qualified Service-disabled Veteran Owned Small Businesses (sdvosb). this Notice Is For Informational Purposes Only And Is Not A Request For Submission Of Offers. No Other Information Regarding Scope, Dates, Etc. Is Available Until Issuance Of The Solicitation Via Contract Opportunities At Https://sam.gov. As Authorized By Far 5.102, Solicitation Dissemination Is Limited To Electronic Medium, And The Va Will Provide No Hard Copies. The Solicitation Will Be Available For Download From The Contract Opportunities Website Located At Https://sam.gov On Or About April 1, 2025. Contract Opportunities Website Is The Only Official Location To Obtain Solicitation Information And Documents.
FEDERAL AVIATION ADMINISTRATION USA Tender
United States
Closing Soon3 Mar 2025
Tender AmountRefer Documents
Details: The Federal Aviation Administration (faa) Is Conducting A Market Survey To Gain Understanding Of The Current Marketplace And To Identify Responsible, Capable Sources. Responses To This Market Survey Will Be Used To Determine If There Is Adequate Competition To Set This Requirement Aside For Small Businesses. This Survey Is Being Conducted In Accordance With Faa Acquisition Management System (ams) Section 3.2.1.2.1 For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. This Survey Will Be Utilized For Acquisition Planning, As Well As To Determine If There Are Any Responsible Small Businesses Capable Of Performing This Project. this Market Survey Is To Elevator Repair, Faa Atct-jax, Jacksonville, Fl. All Responses To This Market Survey Will Be Used For Planning Purposes Only. this Is Not A Request For Quote Or Request For Proposal. Currently, The Federal Aviation Administration Is Not Seeking Or Accepting Proposals. Presently, The Nature Of The Competition Has Not Been Determined. The Failure To Obtain Adequate Responses From Responsible Small Businesses May Result In The Determination To Conduct This Procurement Action Under Full And Open Competition. all Interested Vendors Are Advised That The Faa Will Not Pay For Any Information Or Administrative Costs Incurred That Are Associated With A Reply Received In Response To This Market Survey. Therefore, Any Costs Associated With Market Survey Submissions Will Be Solely At The Expense Of The Interested Vendor. section I: Description Of Work To Be Performed: project Description/summary Of The Work: the Work Must Include Furnishing All Labor, Materials, Equipment, And Services As Necessary To Replace Three (3) Elevator Hoist Ropes With Minimal Service Outage At The Federal Aviation Administration (faa), Air Traffic Control Tower (atct) Located At The Jacksonville International Airport. existing Elevator Profile/general Data: classification: Passenger capacity: 1200 Lbs speed: 100 Fpm roping: 2:1 operation: Single Automatic manufacture: Otis control: Mec 4000 ldgs/ Opngs: 2/ Front-1, Rear-1 the Anticipated Period Of Performance Is 30 Calendar Days. the Estimated Magnitude Of Construction Is Less Than $100,000.00. the North American Industry Classification System (naics) Code For This Procurement Is 238290, Other Building Equipment Contractors. The Small Business Size Standard As Defined By The Small Business Administration (sba) Is Based On Sba's Calculation Of Annual Receipts, The Annual Average Receipts Cannot Exceed $22.0. section Ii – Capability Statement: To Make This Determination The Faa Requires The Submission Of The Following Information From Interested Vendors: this Advertisement Number Ms-es-25-00232. Emails With Attachments That Do Not Reference The Advertisement Number In The Subject Line Or The Body Of The Message, Will Be Disregarded To Prevent The Spread Of Computer Viruses. company Name uei Number point Of Contact email Address phone Number business Size Status: 8(a), Sdvosb, Small Business, Etc. a Capability Statement That Addresses The Following: type Of Services Provided By Your Firm That Demonstrate Its Ability To Perform The Services Described In The Project Description. provide Detailed Relevant Performance Information For At Least Three (3) Projects That Are Valued At Or Over $50,000.00 Of Similar Scope And Complexity To This Effort Completed In The Last Five (5) Years Including The Following Information: project Title, And Description Of Work Performed, project Dates, project Value, customer Name, customer Point Of Contact Information. specify If Your Company Was The Prime Contractor Or A Sub-contractor. information On Pricing Is Not Required. However, If Vendor Submits General Information On Prices/costs Or A Commercial/catalog Price List, The Faa May Use The Information For Planning Purposes Only And Is Not Binding In Any Way. Currently, The Specifications And Drawings Are Not Available For Posting. section Iii –submission electronic Submission Is Required To Linda.hennequant@faa.gov. telephone Inquiries Will Not Be Accepted. limited Submission: The Electronic Submission Should Be In Either Microsoft Word Format Or Portable Document Format (pdf), Not In A Zipped Format. Please Note That The Faa E-mail Server Restricts File Size To 10mb. all Correspondences Must Contain The Advertisement Number, Ss-es-25-00232, In The Subject Line.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Details: Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research, This Is A Request For Information. purpose: Michael E. Debakey Va Medical Center (vamc) | Repair/replace Main Chilled Water Distribution System| Project# 580-22-100 this Is A Sources Sought Synopsis Only. The Purpose Of This Synopsis Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 236220- Commercial And Institutional Building Construction (size Standard Of $45m). Responses To This Synopsis Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Synopsis, A Solicitation Announcement May Be Published. this Source Sought Notice Is Issued Solely For Informational, Market Research, And Planning Purposes. It Does Not Constitute An Invitation For Bid (ifb), Request For Quote (rfq), Request For Proposal, Or A Promise To Issue A Subsequent Rfq/ifb/rfp. Currently, No Solicitation Document Exists. Issuance Of This Notice Does Not Establish Any Obligation On The Part Of The Government And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. In Addition, Respondents Are Advised That The United States Government Is Under No Obligation To Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. At This Time, Proprietary Information Is Not Being Requested. Respondents Shall Refrain From Including Proprietary Information In Responses To This Notice. the Department Of Veterans Affairs Anticipates Awarding A One-time, Firm-fixed Price (ffp) Construction Contract. project Scope Summary: this Construction Project Will Involve Upgrading The Existing Campus Chilled Water Distribution System. These Upgrades Will Include Secondary Chilled Water Pumps, Main Chilled Water Distribution Lines, A New Bypass Chilled Water Line. This Project Also Includes The Replacement Of Various Pumps For The Existing Pumped Chilled Water System That Currently Serves Radiant Ceiling Panels Throughout The Hospital. Contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow, Drawings, And Specifications. This Project Will Be Located At The Michael E. Debakey Va Medical Center (vamc), 2002 Holcombe Blvd, Houston, Tx 77030. disclosure Of The Magnitude Of The Construction Project: between $5,000,000.00 And $10,000,000.00 requested Information:
if You Are Interested And Are Capable Of Providing The Sought-out Construction Services, Please Provide The Information Indicated Below (incomplete Responses Will Not Be Reviewed). The Capabilities Package For This Sources Sought Notice Is Not Expected To Be A Proposal, But Rather A Short Statement Regarding The Company’s Ability To Demonstrate Existing, Or Developed, Expertise And Experience In Relation To This Contract. 1. Company Profile: Response To This Notice Must Include Company Name, Address, Point Of Contact, And The Company Profile To Include Number Of Employees, Annual Receipts, Number Of Offices And Office Location(s), Unique Id Number, And Statement Regarding Small Business Designation And Status. 2. Type Of Business: (a) Is Your Business A: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.? (b) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? 3. Experience: Submit A Maximum Of Three (3) Projects Worked Within The Past Five Years Of Similar Size, Scope And Complexity As The Work Indicated. For Each Of The Contracts/projects Submitted For Experience Provide The Title; Location; Whether You Were A Prime Or Subcontractor; Award And Completion Dates; Contract Or Subcontract Value; Type Of Work, Scope Of Work; A Brief Description Of How The Referenced Contract/project Relates To The Work Described; And Customer Information Including Point Of Contact, Phone Number, And E-mail Address. 4. Provide Confirmation That Your Firm Can Obtain And Has The Capacity To Bond This Project Up To $10,000,000.00. response Submission: please Submit Your Information Via Email To Lisa Peace, Contracting Specialist, At Lisa.peace@va.gov, By The Closing Date And Time Listed On This Announcement. Please Limit Your Responses To Three (3) Pages And Include The Following As The Subject Line Of Your Email: “sources Sought For Repair/replace Main Chilled Water Distribution System | Project# 580-22-100; Your Firm’s Name.” please Do Not Include Advertising Or Promotional Materials. disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
1-10 of 2930 active Tenders