Army Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Drainage Work, Construction Material
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: Note: See Solicitation W912p825ba009
mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
the Work Consists Of Furnishing One Fully Crewed And Equipped Hydraulic Pipeline Cutterhead Dredge. Work Will Be Performed In The New Orleans Harbor Reach Of The Mississippi River And Adjacent Lock Forebays Of The Gulf Intracoastal Waterway.
the Magnitude Of Construction Range For This Dredge Project Is Between $5,000,000.00 And $10,000,000.00.
this Solicitation Will Be Issued On Or About 11 April 2025 And A Bid Opening Date Will Be Established In A Future Amendment.
the Solicitation Documents For This Procurement Will Be Posted Onsam.gov. You Can Access These Files From A Link Located On Sam.gov(www.sam.gov). You Will Need The Adobe Acrobat Reader For .pdf Files(www.adobe.com) In Order To Open Most Files Posted By The New Orleans District. You Are Encouraged, For Marketing Purposes, To Register As An Interested Vendor In Beta.sam.gov (www.beta.sam.gov). This Can Be Done By Clicking On The Solicitation Title And Clicking On The Button That Says Register As An Interested Vendor And Entering Your Business Information. Offerers Are Also Encouraged To Post Notices Of Prospective Subcontracting Opportunities On The Small Business Administration's Subnet, Athttp://web.sba.gov/subnet. Offerers Must Be Registered With The System For Award Management (sam), In Order To Receive A Government Contract Award. To Register, The Sam Internet Address Is: Http://www.sam.gov.
the Contract Specialists For This Solicitation Is Cori A.caimi At 504-862-1352 (email Cori.a.caimi@usace.army.mil) Or
bambi Raja At 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Closing Date11 May 2027
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: Update: 21 April 2025
a Draft Call For White Paper (cfwp) Comment Section, Thru The Tem 14 Community, Is Currently Open Via The Joint Communication Marketplace At Https://jtnc.sites.crmforce.mil/. Please Note: Registration To The Community Will Be Required For Submitting Comments. Please See The Attachments/links Section Of This Sam Posting To View The Pdf File Draft Cfwp's For Tem 14.
i. Introduction
the Baa, Announcement Number Baa-25-r-c2cft, Is Sponsored By The U.s. Afc, C2-cft And Will Be Open For Five (5) Years From The Date Of Original Issue. This Baa Will Be Valid Through 23 March 2030, Unless Terminated Sooner. This Baa Includes Research Interests From The C2-cft/peo C3n (located At Apg, Maryland And Or Other Government Agencies).
u.s. Afc Leads A Continuous Transformation Of Army Modernization In Order To Provide Future Warfighters With The Concepts, Capabilities, And Organizational Structures Needed To Dominate A Future Battlefield. The C2-cft Was Established To Address The Most Pressing Challenges To The Tactical Network That Our Soldiers Use On The Battlefield. The C2-cft Brings The Warfighters, Developers And Testers To The Center Of The Acquisition Process Through Focused Integration And Disciplined Innovation, Enabling The Army To Deliver Leader-approved Technology Capabilities To Warfighters. The C2-cft Is Focused On Integration Of Tactical Network Efforts And C3i Systems And Ensures Disciplined Innovation As It Works With Speed And Precision. The C2-cft Is Conducting Experimentations And Demonstrations Of Proven Joint And Special Operations Solutions, Commercial- Off-the-shelf (cots) Technology, And Non-developmental Items (ndis) With Operational Units To Inform Future Requirements. The C2-cft Is Promoting Research To Assist The Army With Modernizing Network With Technology Currently Available.
a. General Information
this Baa Is Issued Under The Provisions Of Parts 35.016 And 6.102(d)(2)(i) Of The Federal Acquisition Regulation (far), Providing For The Competitive Selection Of R&d Proposals Submitted In Response To This Announcement. To Be Eligible For Consideration And Possible Award, The Technology Or Methodology Shall Be Either Basic Research, Applied Research, Advanced Technology Development Not For A Specific System/hw, Or Demonstration And Validation. This Baa May Be Used By Agencies To Fulfill Their Requirements For Scientific Study And Experimentation Directed Toward Advancing The State-of-the-art Or Increasing Knowledge Or Understanding Rather Than Focusing On A Specific System Or Hw Solution; However, This Baa Shall Only Be Used When Meaningful Proposals With Varying Technical/scientific Approaches Can Be Reasonably Anticipated.
1. Basic Research
defined As Research Directed Toward Increasing Knowledge In Science With The Primary Aim Being A Fuller Knowledge Or Understanding Of The Subject Under Study, Rather Than Any Practical Application Of That Knowledge.
2. Applied Research
is An Effort That Normally Follows Basic Research, But May Not Be Severable From The Related Basic Research; Attempts To Determine And Exploit The Potential Of Scientific Discoveries Or Improvements In Technology, Materials, Processes, Methods, Devices, Or Techniques; And Attempts To Advance The State- Of-the-art.
3. Development
defined As The Systematic Use Of Scientific And Technical Knowledge In The Design, Development, Testing, Or Evaluation Of A Potential, New Product Or Service (or Of An Improvement In An Existing Product Or Service) To Meet Specific Performance Requirements Or Objectives. It Includes The Functions Of Design Engineering, Prototyping, And Engineering Testing; It Excludes Subcontracted Technical Effort That Is For The Sole Purpose Of Developing An Additional Source For An Existing Product.
b. Baa Elements And Overview
1. This Is A Hybrid Baa Combining Elements Of An Open, Two-phased, Reviewing Process. Phase I Is An Open Call For White Papers (wp) Addressing Four Command And Control Cross Functional Team (c2-cft) R&d Focus Areas: The Unified Network; The Common Operating Environment; Joint And Coalition Interoperability; Command Post Mobility And Survivability. Phase Ii Is The Process Where The C2-cft Program Manager Will Invite Selected Offerors Whose White Papers Are Best Suited To Fulfill The Government’s R&d Requirements To Submit Proposals For Award Consideration.
an Open Baa Allows For Wp Submittals At Any Time Until The Expiration Of This Baa. The Government Reserves The Right To Not Evaluate A Wp Submitted For Topics Other Than The One Identified In This Baa. Selection For Phase Ii May Or May Not Occur Based On A Variety Of Factors Including, But Not Limited To, Funding Availability, Relevancy And Feasibility.
the Wp’s And Proposals Will Be Evaluated According To The Instruction Described Herein.
phase One (1):
step One (1) - Submission Of Wp
based On The Wp Evaluation, The Government Shall Make A Decision To Select Offeror (s) To Participate In A No-cost Technological Demonstration Or Go Directly To Phase Two (2) Submission Of Proposals.
step Two (2) – Technological Demonstration (by Invitation Only)
phase Two (2): Submission Of Proposals (by Invitation Only)
full Proposals Are Requested From Those Potential Offerors Selected In The Phase One (1) Evaluation Process. When Proposals Are Received, They Are Evaluated And Selected According To The Procedures Described Herein.
while This Baa Will Remain Open, Allowing Wp Submission At Any Time, The Government Might Also Issue Requests Transmitted Via “calls For Wp,” Using The Sam Site, Via Https:// Www.sam.gov And Jcm (joint Tactical Networking Center) Site, Via Https://jtnc.experience.crmforce.mil/jtnc/s/limited-public/ Bringing Attention To One Or More Areas Of Interest Requesting Potential Offerors To Submit A Wp. The “calls For Wp” Might Further Define The Technology/government Needs Etc. Or Will Simply Request A Wp For A Specific Topic.
2. Wp’s May Be Submitted At Any Time While This Baa Remains Open, As Well As In Direct Response To A Call. The Government May Award A Contract Or Other Transaction At Any Time While This Baa Remains Open. An Award May Also Be Made After The Baa Expiration Date If The Wp Is Received Before The Expiration Date Occurs. This Award May Occur No Later Than Six (6) Months After The Baa Expiration Date. Offerors That Submit A Proposal Without First Submitting A Wp And Receiving An Invitation From The Government To Submit A Proposal Will Not Be Eligible For Award.
3. This Announcement Must Be General In Nature, Identify The Areas Of Research Interest, Include Criteria For Submitting And Evaluating Wps, And Solicit The Participation Of All Offerors Capable Of Satisfying The Government's Needs. Proposals That Are Selected For Award Are Considered To Be The Result Of Full And Open Competition And In Full Compliance With The Provisions Of Pl 98-369, The Competition In Contracting Act Of 1984. Resulting Agreements May Be In The Form Of Purchase Orders, Contracts, Grants, Or Cooperative Agreements Depending Upon The Specifics Of The Effort, Such As Extent Of Government Involvement, Actual Scope Of Work, And Cost.
4. The C2-cft Encourages Industry Interested In Conducting Scientific Research, Educational Institutions, Small Businesses, And Small Disadvantaged Business Concerns, Historically Black Colleges, University And Minority Business Enterprises And Institutions To Submit Wp’s.
5. The Government Will Consider The Integrity And Validity Of Contractor Teaming Arrangements, As Set Forth In Far Subpart 9.6, Or Defense R&d Pools As Set Forth In Far Subpart 9.7.
the Offeror, Certifies That The Offeror Is Not Debarred, Suspended, Declared Ineligible For Award Of Public Contracts, Grants, Agreements, Or Has Been Proposed For Debarment Pursuant To Far 9.406-2. If The Offeror Cannot Certify, Or If The Status Of The Offeror Changes Prior To Award, The Offeror Must Provide Detailed Information As To Its Current Award Eligibility.
6. This Baa Is An Expression Of Interest Only And Does Not Commit The Government To Make An Award, Nor Pay For A Vendor’s Wp Proposal Preparation Costs. The Cost Of Wp And Proposal Preparation For Response To A Baa Is Not Considered An Allowable Direct Charge To Any Follow-on Award Or Agreement Entered Into With The Government. Any Award Will Be Made Subject To The Availability Of Appropriated Funds. The Prospective Offeror Will Be Reminded That Only A Duly Warranted Contracting Officer (ko), From The U.s. Army Contracting Command, May Obligate The Government To An Agreement Involving Expenditure Of Government Funds. The Government Reserves The Right To Fund All, Some, One, Or None Of The Wp’s Or Proposals Received Under This Baa. The Government Anticipates Making Multiple Awards Subject To Availability Of Funds.
7. This Baa May Be Amended To Add New Topics. Interested Parties Should Be Alert For Any Baa Amendments That May Be Published On The Sam Site, Via Https://www.sam.gov And On The Jcm Site, Via Https://jtnc.experience.crmforce.mil/jtnc/s/limited-public.
c. Points Of Contact
all Submissions, Technical Questions, Or Clarifications Shall Be Submitted Via The Jcm Site, Via Https://jtnc.experience.crmforce.mil/jtnc/s/limited-public Included On The Subject Line Baa-25-r-c2cft (i.e. Call For Wp Number & Topic/subtopic Number). No Discussions By The Technical Staff Are To Be Held With Offeror After Proposal Submission Without Prior Authorization From The Ko.
contractual Questions Shall Be Directed To The Cognizant Acc Representative Identified In Sam.
Closing Date23 Mar 2030
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: This Notice Of Availability To Lease Is For The Purpose Of Soliciting Proposals For Development And Operation Of A Major Commercial Concession (campground And Related Facilities And Services) In Furtherance Of The Objective Of The Government To Provide Quality Facilities And Services For Recreation, At Reasonable Prices To Meet Public Demand, And At The Same Time Allowing Entrepreneurs To Make A Fair Profit. Proposals For Development Of The Area May Include, But Are Not Limited To, Camping (rv, Cabins, Primitive) General Store, Pool Area, Restroom And Shower Facilities, Playgrounds, Dog Park, Trails (including Dog-friendly Trails), Café/eatery/snack Bar Facilities, Day Use Area, Picnic Areas, Picnic Shelters, Swimming Area, Multi-lane Boat Ramps, Courtesy Docks, Kayak/canoe Rentals, Outdoor Classroom Facilities, Learning Activities, And Other Related Activities. Note: Marina Or Theme Park Style Submissions Will Not Be Accepted.
notice Of Availability Package And Exhibits Are Attached To This Soliciation.
*applications Shall Be Submitted In A Sealed Envelope And The Information Below Must Appear In The Lower Left Corner Of The Sealed Lease Application Envelope:
sealed Proposal Application For Lease Of Real Property
to Be Opened:
time: 1:00 P.m. Est
date: July 30, 2025
submit Applications To:
u.s. Army Corps Of Engineers Celrl-rec (jones) Room 137 600 Dr. Martin Luther King Jr. Place Louisville, Kentucky 40202
purpose
should You Have Questions Regarding This Notice, Please Submit Your Written Questions To The Above Address Or Contact Kimberly Jones, Realtyspecialist At (502) 315-6988 Or Kimberly.s.jones@usace.army.mil.
Closing Soon25 Jul 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: This Notice Of Availability (noa) To Lease Is For The Purpose Of Soliciting Proposals For Development And Operation Of A Major Commercial Concession (campground And Related Facilities And Services) In Furtherance Of The Objective Of The Government To Provide Quality Facilities And Services For Recreation, At Reasonable Prices To Meet Public Demand, And At The Same Time Allowing Entrepreneurs To Make A Fair Profit. Proposals For Development Of The Area May Include, But Are Not Limited To, Camping (rv, Cabins, Primitive) General Store, Pool Area, Restroom And Shower Facilities, Playgrounds, Dog Park, Trails (including Dog-friendly Trails), Café/eatery/snack Bar Facilities, Day Use Area, Picnic Areas, Picnic Shelters, Swimming Area, Courtesy Docks, Kayak/canoe Rentals, Outdoor Classroom Facilities, Learning Activities, And Other Related Activities. Note: Marina Or Theme Park Style Submissions Will Not Be Accepted.
notice Of Availability Package And Exhibits Are Attached To This Solicitation.
deadline: Application Shall Be Submitted In A Sealed Envelope And The Information Below Must Appear In The Lower Left Corner Of The Sealed Lease Application Envelope:
sealed Proposal Application For Lease Of Real Property
to Be Opened:
time: 1:00 P.m. Est
date: July 29, 2025
submit Applications To:
u.s. Army Corps Of Engineers Celrl-rec (norals) Room 137 600 Martin Luther King Jr. Pl Louisville, Ky 40202- 2239
should You Have Questions Regarding This Notice Please Submit Your Written Questions To The Above Address Or Contact Niikorley Norals (615) 736-7881 Or Niikorley.j.norals2@usace.army.mil.
Closing Date29 Jul 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: This Notice Of Availability To Lease Is For The Purpose Of Soliciting Proposals For Development And Operation Of A Major Commercial Concession (campground And Related Facilities And Services) In Furtherance Of The Objective Of The Government To Provide Quality Facilities And Services For Recreation, At Reasonable Prices To Meet Public Demand, And At The Same Time Allowing Entrepreneurs To Make A Fair Profit. Proposals For Development Of The Area May Include, But Are Not Limited To, Camping (rv, Cabins, Primitive) General Store, Pool Area, Restroom And Shower Facilities, Playgrounds, Dog Park, Trails (including Dog-friendly Trails), Café/eatery/snack Bar Facilities, Day Use Area, Picnic Areas, Picnic Shelters, Swimming Area, Multi-lane Boat Ramps, Courtesy Docks, Kayak/canoe Rentals, Outdoor Classroom Facilities, Learning Activities, And Other Related Activities.
notice Of Availability Dacw27-8-25-345 And Attachments Are Attached To This Solicitation.
deadline
*applications Shall Be Submitted In A Sealed Envelope And The Information Below Must Appear In The Lower Left Corner Of The Sealed Lease Application Envelope:
sealed Proposal Application For Lease Of Real Property
to Be Opened:
time: 9:00 A.m. Est Date: July 30, 2025
submit Applications To:
u.s. Army Corps Of Engineers Celrl-rec (jones) Room 137 600 Dr. Martin Luther King Jr. Place Louisville, Kentucky 40202
should You Have Questions Regarding This Notice, Please Submit Your Written Questions To The Above Address Or Contact Kimberly Jones, Realtyspecialist At (502) 315-6988 Or Kimberly.s.jones@usace.army.mil.
Closing Date30 Jul 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Description: Sources Sought Notice: Dla Warren Is Looking For Sources Capable Of Providing The Following Requirement:
item: Regulator, Voltage
nsn:6110-01-540-7819
part Number: 12489528
quantity: Minimum 69; Maximum: 1724
end Item:abrams M1 Series/m1a2 Sepv2, And Jab
description:regulator,voltage In Conjunction With The Main Engine Mounted Alternator Provide A Nominal 26-30 Vdc While Engine Is Operating To Supply Voltage To The Electrical System And Recharge The Vehicle Batteries.
reponse Date: 6 November 2024
please Note:this Notice Is Not An Open Solicitation I.e., Invitation For Bid (ifb) Or Request For Proposal (rfp).
-technical Data Is Not Available For This Item.
-qualification Testing And Evaluation Is Required To Become An Approved Source.
-source Approval Does Not Guarantee Business.
-qualifying As An Approved Source Only Provides The Opportunity To Compete On Future Solicitations.
additional Information:
source Approval Program
https://www.tacom.army.mil/cmo/sap.html
source Approval Program – What Is It?
https://www.tacom.army.mil/cmo/sap_what.html
source Approval Request (sar) Package Requirements
https://www.tacom.army.mil/cmo/sap_sar.html
point Of Contact:
title: Source Approval Officer
email: Usarmy.detroit.tacom.mbx.lcmc‐market‐surveys@mail.mil
Closing Date6 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Pipe Line Project
Corrigendum : Closing Date Modified
United States
Purchaser Name: DEPT OF THE ARMY USA | Description: Presolicitation Notice
april 17, 2025
this Notice Is Provided For Information Only: This Synopsis Is Only A Notification That A Solicitation Is Anticipated And Forthcoming.
contracting Officer Address: 700 W Capitol Avenue, Little Rock, Ar 72201
contract Award / Solicitiation Number: W9127s25ra003
title: Pine Bluff Waterline Replacement
description: Us Army Corps Of Engineers (usace) – Little Rock District (ceswl) In Support Of The Pine Bluff Arsenal Announces Its Intent Solicit For The South Side Waterline System Replacement.
the Product Service Code Is Zine (maintenance Of Water Supply Facilities) And Naics Code Of 237110 (water And Sewer Line And Related Structures Construction), Size Standard Of $45 Million.
the Current Pba South Side Waterline System Consists Mostly Of Asbestos Cement And Cast-iron Pipes Which Have Been In Service Since 1942-1959, And It Is Beyond Service Life And Unable To Operate As Designed. The System Shall Be Upgraded And Replaced Including Piping, Valves, Hydrants, And Other Appurtenances. The System Currently Serves An Active Installation With Approximately 350,000 Gallons Per Day Through A Distribution System, And As Such The System Will Be Kept Operational To Support The Mission While The Project Is Underway. When The New System Is Fully Operational, The Old System Will Be Removed From Service And Abandoned In Place.
the New System Is Not To Connect To Any Existing Mains Or Laterals Except At Facility Entrances And Appurtenance Connections. The New System Should Be Capable Of Providing Water At A Pressure And Quantity In Accordance With The Applicable Codes For Domestic Demands And Fire Demands. The New System Shall Be Designed To Provide All Existing Fire Pumps With Adequate Flow And Pressure In Accordance With The Pumps’ Original Design Criteria. The South Side System Consists Of Approximately 14,339 Linear Feet (lf) Of 16” Pipe, 3,934 Lf Of 12” Pipe, 36,139 Lf Of 10” Pipe, 100,240 Lf Of 8” Pipe, 21,152 Lf Of 6” Pipe, 1,591 Lf Of 4” Pipe, 5,271 Lf Of 3” Pipe, 32,032 Lf Of Pipe Less Than 2”, 328 Hydrants, 186 Valves, And Other Appurtenances.
the Acquisition Will Be Advertised As A Total Small Business Set-aside.
a Two-phased Source Selection Process Will Be Used To Evaluate The Offerors For Award. Awardees Will Be Selected Based On Demonstrated Technical Competence And Qualifications. A Selection Process Will Be Used In Accordance With Far Part 15, Best Value Trade-off Evaluation. The Government Will Evaluate Performance Capability In Accordance With Criteria Described In The Solicitation Documents.
the Government Will Post The Solicitation And All Subsequent Amendments To The Government- Wide Point Of Entry (gpe) System Of Award Management (sam) And The Procurement Integrated Enterprise Environment (piee) Web Site Http://www.sam.gov And Www.piee.eb.mil. The Offeror Is Solely Responsible To Obtain This Solicitation And Any Subsequent Amendments Through These Websites. Offerors Are Encouraged To Visit The Websites And Become Familiar With Content And Functionality Prior To The Solicitation Issue Date. Prospective Offerors Must Provide All Information Necessary To Register For Systems Access And To Receive Posting Notifications.
offerors Must Be Registered And Have An Active, Valid Registration In The System For Award Management (sam) Database And The Procurement Integrated Enterprise Environment Solicitation Module (piee). Offerors Must Have A Nist Score Recorded In Piee To Be Eligible For Award (https://piee.eb.mil/, To Access Sprs/nist Score ). To Obtain Information On Central Contracting Registration (ccr), Online Representation And Certifications Application (orca), & Excluded Parties List System (epls) And/or How To Register, Visit The Following Web Site: Https://www.sam.gov.
contact Point:
marcus Mitchell: Marcus.d.mitchell@usace.army.mil Or
deborah Oswalt: Deborah.d.oswalt@usace.army.mil
estimated Solicitation Issue Date Is On Or About May 2, 2025. Proposals Are Anticipated To Be Due On Or About August 15, 2025. The Proximity Date Of Award Is Anticipated Around Of September 29, 2025.
Closing Date15 Aug 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Healthcare and Medicine
United States
Purchaser Name: DEPT OF THE ARMY USA | Details: This Is Not A Request For Proposals (rfp) Or A Request For Quotations
(rfq); It Is Strictly A Request For Information (rfi). Neither Unsolicited Proposals Nor Any Other Kinds Of Offers Will Be Considered In Response To This Rfi. No Contract/order Will Be Awarded Pursuant To This Announcement.
disclaimer: The Purpose Of This Rfi Notice Is To Gain Market Knowledge. This Notice Does Not Obligate The Government To Award A Contract/order Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Solution And Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Synopsis And/or Solicitation May Or May Not Be Published At A Future Date And Time.
1. Rfi Number: W81k04-25-q-2007
2. Rfi Issuing Office: United States Army Health Contracting Activity (usahca)
3. Rfi Issue Date: 20 March 2025
4. Rfi Title: Microbial Identification System (mis)
5. Agency: Program Executive Office Soldier (peo Soldier)
6. Office: Soldier Medical Devices (smd)
7. Location: Frederick, Md Located At Fort Detrick
8. Contract/order Type: Firm Fix Price
in Accordance With Federal Acquisition Regulation (far) 15.201 "exchange With Industry Before Receipt Of Proposals," This Rfi Is For Information And Planning Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Unites States Army Medical Research And Development Command (usamrdc), Usamraa, Usammda Or Any Collaborative Department Of Defense (dod) Activities.
this Rfi 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. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Rfi. No Evaluation Letters And/or Results Will Be Issued To The Respondents. Currently, No Solicitation Exists; Therefore, Lease Do Not Request A Co Of The Solicitation. No Phone Calls Will Be Accepted Or Returned
neither Unsolicited Proposals Nor Any Other Kind Of Offers Will Be Considered In Response To This Rfi. Responses To This Notice Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. In Keeping With The Standards Of Far Part 10, The Government May Request Additional Information From Responders. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi Or Any Follow-up Information Request. All Information Received In Response To This Rfi Or Any Follow-up Information Request That Is Marked Proprietary Will Be Handled Accordingly. Responses To The Rfi Will Not Be Returned. At This Time, Questions Concerning The Composition And Requirements For A Future Request For Proposal Will Not Be Entertained.
9. Background:
the Government Is Conducting Market Research To Determine If A Commercial Solution Can Meet The Requirements For A Software And Computer Update For Its Microbial Identification System Microscan Autoscan-4 System.
10. Objective And Purpose/scope:
peo Solider, Smd Pmo Has A Requirement To Procure A Commercial Solution That Can Meet The Critical Operational Device Specifications (cods) (see Attachment Rfi Attachment 1- Critical Operational Device Specifications (cods)_microbial Identification System.
11. North American Industry Classification System (naics) Code:
339113 – Surgical Application And Supplies Manufacturing
12. Rfi Attachments: The Following Documents Are Attached To The Rfi
I. Ao2-rfi Attachment 1- Critical Operational Device Specification (cods)
Ii. Ao2-rfi Attachment 2 Company& Product Information
13. Response Due Date: Interested Parties Shall Submit The Rfi Response Electronically By 4:00pm Central Time On Thursday, 3 April 2025, Via E-mail To: Linda.a.mcghee.civ@health.mil
email Subject/title: "rfi Response For W81k04 -25-q-2007”
14. Submission Instructions:
14.1 The Government Appreciates Responses From All Capable And Qualified Sources.
14.2 Interested Firms Should Submit A Response That Demonstrates The Respondent's Ability To Perform The Scope Of Work Identified In This Rfi.
14.3 Format Specifications Include Arial 12-point Font, Single Spaced, Single Sided, 8.5 By 11- Inch Paper With 1-inch Margins. All Submissions Shall Be Made Electronically (as Described Above) And Be In One Of The Following Formats: Microsoft Word Or Searchable Adobe Pdf
responses Should Adhere To The Following Formatting And Outline Instructions:
cover Page (1 Page)
title
organization
responders Technical And Administrative Points Of Contact (names, Addresses, Phone, Fax Number And Email Addresses)
topic Area: “title”
14.4 Completed Attachment 1 And Attachment 2. Please Note That The Response Shall Provide Sufficient Technical Data To Determine How You Fully Meet The Requirements.
15.0 Confidentiality: All 'proprietary', 'classified', 'confidential', Or 'sensitive' Information Shall Be Marked As Such And Will Be Treated Accordingly. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
(end Of Rfi)
Closing Date3 Apr 2027
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Purchaser Name: DEPT OF THE ARMY USA | Provide Secondary Containment At Jp-8 Rail Offload, Yokota Air Base, Japan
Closing Date8 Aug 2025
Tender AmountRefer Documents
9891-9900 of 10000 active Tenders