Tenders of Dept Of The Army Usa
Sorry!
No Active
Tenders of Dept Of The Army Usa
foundCheck archived
Tenders of Dept Of The Army Usa
DEPT OF THE ARMY USA Tender
United States
The Baltimore District, U.s. Army Corps Of Engineers Is Soliciting Lease Proposals For Approximately 4,166 Usable Square Feet Of Commercial Retail Space Located Within A ¼ Mile Radius Of 980 Largo Town Center Drive, Upper Marlboro, Md. The Space Must Have A Secondary Egress And Shall Contain Adequate Parking For Approximately 16 Government Vehicles Both During The Day And Overnight. Must Use Government Lease.
additional Information Regarding This Solicitation May Be Obtained From Aj Crawford At Arlton.b.crawford@usace.army.mil. Proposals Are Due Not Later Than January 7th, 2020
draft Lease Documents Attached
responses Should Include:
proposed Rental Amount To Include (cam, Taxes And Insurance)
notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought.
all Contractors Must Be Registered In The System For Award Management (www.beta.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.beta.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.beta.sam.gov. Refer To Www.beta.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg.
please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected.
alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration.
effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam.
vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam.
to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date7 Jan 2021
Tender AmountNA
DEPT OF THE ARMY USA Tender
United States
Amendment Notice: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. The Solicitation Number Is Bgca-20-0005 And Is Issued As A Request For Quote (rfq), Unless Otherwise Indicated Herein. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2020-06. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 423720 With A Small Business Size Standard Of 200.00 Employees. This Requirement Is A Small Business Set-aside And Only Qualified Offerors May Submit Bids. The Solicitation Pricing On Www.unisonmarketplace.com Will Start On The Date This Solicitation Is Posted, And, Unless Otherwise Displayed At Www.unisonmarketplace.com, Will End On: 2020-06-22 11:30:00.0 Eastern Time. This Time Supersedes The Offers Due Time Listed Above. Fob Destination Shall Be Richmond , Ky 40475the Acc - Aberdeen Proving Ground End User Requires The Following Items, Brand Name Only (exact Match), To The Following: Li 001: Swagelok Part# T-400-set
ptfe Ferrule Set (1 Front Ferrule/1 Back Ferrule) For 1/4 In. Swagelok Tube Fitting, 100, Ea;li 002: Swagelok Part# Ss-400-set
316 Stainless Steel Ferrule Set (1 Front Ferrule/1 Back Ferrule) For 1/4 In. Swagelok Tube Fitting, 500, Ea;li 003: Swagelok Part# Ny-400-set
nylon Ferrule Set (1 Front Ferrule/1 Back Ferrule) For 1/4 In. Swagelok Tube Fitting, 600, Ea;li 004: Swagelok Part# B-200-set
brass Ferrule Set (1 Front Ferrule/1 Back Ferrule) For 1/8 In. Swagelok Tube Fitting, 400, Ea;li 005: Swagelok Part# B-202-1
brass Nut For 1/8 In. Swagelok Tube Fitting, 200, Ea;li 006: Swagelok Part# Ss-200-set
316 Stainless Steel Ferrule Set (1 Front Ferrule/1 Back Ferrule) For 1/8 In. Swagelok Tube Fitting, 200, Ea;li 007: Swagelok Part# Ss-200-nfset
316 Stainless Steel Nut And Ferrule Set (1 Nut/1 Front Ferrule/1 Back Ferrule) For 1/8 In. Tube Fitting, 200, Ea;li 008: Swagelok Part# Ss-400-7-4
stainless Steel Swagelok Tube Fiting, Female Connector. 1/4 In. Tube Od X 1/4 In Female Npt, 25, Ea;li 009: Swagelok Part# Ss-4-ta-1-4
stainless Steel Swagelok Tube Fiting, Male Tube Adapter, 1/4 In. Tube Od X 1/4 In Male Npt, 40, Ea;li 010: Swagelok Part# Ss-200-1-4
stainless Steel Swagelok Tube Fitting, Male Connector, 1/8 In. Tube Od X 1/4 In. Male Npt, 25, Ea;li 011: Swagelok Part# Ss-qm2-s-200
stainless Steel Miniature Quick Connent Stem Without Valve, 0.06 Cv, 1/8 In. Swagelok Tube Fitting, 25, Ea;li 012: Swagelok Part# Ss-qm2-b-200
stainless Steel Miniature Quick Connent Body, 0.05 Cv, 1/8 In. Swagelok Tube Fitting, 25, Ea;li 013: Swagelok Part# B-200-p
brass Plug For 1/8 In. Swagelok Tube Fitting, 100, Ea;li 014: Swagelok Part# Ss-ss2
stainless Steel Low Flow Metering Valve, 1/ In. Swagelok Tube Fitting, 20, Ea;li 015: Swagelok Part# Ss-4mg
staninless Steel Medium Flow Metering Valve, 1/4 In, Sagelok Tube Fitting, 20, Ea;li 016: Swagelok Part# Ss-400-6
stainless Steel Swagelok Tube Fitting, Union, 1/4 In. Tube Od, 25, Ea;li 017: Swagelok Part# B-400-nfset
brass Nut And Ferrule Set (1 Nut/1 Front Ferrule/1 Back Ferrule) For 1/4 In Tube Fitting, 25, Ea;li 018: Swagelok Part# Ss-400-nfset
316 Stainless Steel Ferrule Set (1 Nut/ 1 Front Ferrule/ 1 Back Ferrule) For 1/4 In. Swagelok Tube Fitting, 25, Ea;li 019: Swagelok Part# Ss-200-7-2
stainless Steel Swagelik Tube Fitting, Male Connector, 7/8 In. Tube Od X 7/2 In. Male Npt, 25, Ea;li 020: Swagelok Part# B-200-1-2
brass Sweagelok Tube Fitting, Male Connector, 1/8 In. Tube Od X 1/8 In. Male Npt, 100, Ea;li 021: Swagelok Part# Ss-4-ta-1-4
stainless Steel Swagelok Tube Fitting, Male Tube Adapter, 1/4 In. Tube Od X 1/4 In. Male Npt, 25, Ea;li 022: Swagelok Part# Ss-qc4-b-400
stainless Steel Instumentation Qucik Connect Body, 0.2 Cv, 1/4 In. Swagelok Tube Fitting, 25, Ea;li 023: Swagelok Part# Ss-qc4-d-400
stainless Steel Instrumentation Quick Connect Stem With Valve, 0.2 Cv, 1/4 In. Swagelok Tube Fitting, 25, Ea;solicitation And Buy Attachments***question Submission: Interested Offerors Must Submit Any Questions Concerning The Solicitation At The Earliest Time Possible To Enable The Buyer To Respond. Questions Must Be Submitted By Using The 'submit A Question' Feature At Www.unisonmarketplace.com. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation May Not Be Considered.***for This Solicitation, Acc - Aberdeen Proving Ground End User Intends To Conduct An Online Competitive Reverse Auction To Be Facilitated By The Third-party Reverse Auction Provider, Unison, Inc. Unison Marketplace Has Developed An Online, Anonymous, Browser Based Application To Conduct The Reverse Auction. An Offeror May Submit A Series Of Pricing Bids, Which Descend In Price During The Specified Period Of Time For The Aforementioned Reverse Auction. Acc - Aberdeen Proving Ground End User Is Taking This Action In An Effort To Improve Both Vendor Access And Awareness Of Requests And The Agency's Ability To Gather Multiple, Competed, Real-time Bids. All Responsible Offerors That Respond To This Solicitation Must Submit The Pricing Portion Of Their Bid Using The Online Exchange Located At Www.unisonmarketplace.com. There Is No Cost To Register, Review Procurement Data Or Make A Bid On Www.unisonmarketplace.com. Offerors That Are Not Currently Registered To Use Www.unisonmarketplace.com Should Proceed To Www.unisonmarketplace.com To Complete Their Free Registration. Offerors That Require Special Considerations Or Assistance May Contact Marketplace Support At 1.877.933.3243 Or Via Email At Marketplacesupport@unisonglobal.com. Offerors May Not Artificially Manipulate The Price Of A Transaction On Www.unisonmarketplace.com By Any Means. It Is Unacceptable To Place Bad Faith Bids, To Use Decoys In The Www.unisonmarketplace.com Process Or To Collude With The Intent Or Effect Of Hampering The Competitive Www.unisonmarketplace.com Process. Should Offerors Require Additional Clarification, Notify The Point Of Contact Or Marketplace Support At 1.877.933.3243 Or Marketplacesupport@unisonglobal.com.use Of Unison Marketplace: Buyers And Sellers Agree To Conduct This Transaction Through Unison Marketplace In Compliance With The Unison Marketplace Terms Of Use. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive.the Offeror Must Comply With The Following Commercial Item Terms And Conditions: Far 52.252-1, Solicitation. Provisions Incorporated By Reference; Far 52.212-1, Instructions To Offerors; 52.212-3, Offeror Representations And Certifications; Far 52.211-6, Brand Name Or Equal.the Following Clauses Apply To This Solicitation: Far 52.212-4, Contract Terms And Conditions  Commercial Items. The Following Far Clauses In Paragraph (b) Of Far Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Apply: 52.204-10, Reporting Executive Compensation And First Tier Subcontract Awards; 52.219-6, Notice Of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-cooperation With Authorities And Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action For Workers With Disabilities; 52.225-13, Restrictions On Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer--system For Award Management. 52.233-4, Applicable Law For Breach Of Contract Claim; The Following Dfars Clauses Apply: Dfars 252.04-7004, Alternate A System For Award Management; 252.211-7003, Item Identification And Valuation; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.232-7010, Levies On Contract Payments; 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Primary And Alt Iii, Transportation Of Supplies By Sea.iaw 52.204-7 System For Award Management (sam) Registration (july 2013), The Offeror Must Be Registered In Sam And Fully Input Their Representations And Certifications For A Complete Record. Information Can Be Found At Http://www.sam.gov Or By Calling 866-606-8220, Or 334-206-7828 For International Calls. 52.204-13 - System For Award Management Maintenanceshipping Is Fob Destination Conus (continental U.s.).new Equipment Only. No Used Or Remanufactured Products Will Be Accepted.submitted Quotes Will Be Valid For 45 Days After The Auction Closing.no Multiple Awards Will Be Made. Quotes Received Through Unison Will Be Evaluated And Awarded On An Âall-or-nothingâ Basis.this Solicitation Is Issued As A Request For Quotation (rfq), Not An Invitation For Bid (ifb).).iaw Far 52.252-2 Clauses Incorporated By Reference, The Full Text Of Far And Dfars Clauses May Be Accessed Electronically At Http://farsite.hill.af.mil; And Are Current To The Most Recent Revision Dates Posted On This Site.the Associated North American Industrial Classification System (naics) Code
for This Procurement Can Be Found. The Small Business Size
standard For That Naics Code Can Be Found At Https://www.sba.gov/sites/default/files/files/size_standards_table.pdf"amc-level Protest Program If You Have Complaints About This Procurement, It Is Preferable That You First Attempt To Resolve Those Concerns With The Responsible Contracting Officer. However, You Can Also Protest To Headquarters (hq), Army Materiel Command (amc). The Hq Amc-level Protest Program Is Intended To Encourage Interested Parties To Seek Resolution Of Their Concerns Within Amc As An Alternative Dispute Resolution Forum, Rather Than Filing A Protest With The Government Accountability Office (gao) Or Other External Forum. Contract Award Or Performance Is Suspended During The Protest To The Same Extent, And Within The Same Time Periods, As If Filed At The Gao. The Amc Protest Decision Goal Is To Resolve Protests Within 20 Working Days From Filing. To Be Timely, Protests Must Be Filed Within The Periods Specified In Far 33.103. If You Want To File A Protest Under The Hq Amc-level Protest Program, The Protest Must Request Resolution Under That Program And Be Sent To The Address Below. All Other Agency-level Protests Should Be Sent To The Contracting Officer For Resolution. Headquarters U.s. Army Materiel Command
office Of Command Counsel
4400 Martin Road
rm: A6se040.001
redstone Arsenal, Al 35898-5000
fax: (256) 450-8840
packages Sent By Fedex Or Ups Should Be Addressed To:
headquarters U.s. Army Materiel Command
office Of Command Counsel
4400 Martin Road
rm: A6se040.001
redstone Arsenal, Al 35898-5000
fax: (256) 450-8840 The Amc-level Protest Procedures Are Found At: Http://www.amc.army.mil/pa/commandcounsel.asp.
if Internet Access Is Not Available, Contact The Contracting Officer Or Hq, Amc To Obtain The Hq Amc-level Protest Procedures.""52.204-9, Personal Identity Verification Of Contractor Personnel; 52.204-10,
reporting Executive Compensation And First-tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection Of Government
buildings, Equipment And Vegetation; 252.201-7000, Cor Clause; 252.223-7006,
prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing Of Contract Modifications; 252.246-7000, Material
inspection And Receiving Report"representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law.wide Area Workflow Payment Instructions252.204-7012 Safeguarding Of Unclassified Controlled Technical Informationall Deliveries Shall Be Palletized When The Material Exceeds 250 Lbs. (excluding The Pallet), Or Exceeds 20 Cubic Feet, To Comply With The Requirements Of Department Of The Army Pamphlet 700-32 And Mil-std-147e.this Is Currently An Unfunded Requirement With A High Expectation That Funds Will Be Available. When And If Funds Become Available A Contract Will Be Awarded At That Time.please Address Your Questions Through The Unison Buy. If Your Questions Are Not Being Answered In A Timely Manner, Please Send Your Question To The S2p2 Contracting Officer - Usarmy.drum.acc-micc.mbx.micc@mail.mil Or Call 315-772-5582.iaw Far 52.212-2; Evaluation - Commercial Items, The Following Factors Shall Be Used To Evaluate Offers: Technical Capability Of The Item Offered To Meet The Government Requirement And Price. Technical Capability Is More Important Than Price.wide Area Workflow Payment Instructionsin Accordance With Dfar Provision 252.225-7000 Buy American Act--balance Of Payments Program Certificate, I Certify That Each End Product, Except Those Listed In Paragraphs (c)(2) Or (3) Of The Attached Provision, Is A Domestic End Product.
****you Must Fill Out The Attached If Other Than Domestic End Product If You Do Not Fill It Out And You Deliver Other Than A Domestic End Product Your Delivery Will Not Be Accepted********** ****read Dfars Clause 252.225-7001 To Ensure Your Product Comes From A Qualifying Country******* ****if You Quote A Product Other Than Domestic From A Non-qualifying Country Your Quote Will Not Be Accepted*****
Closing Date22 Jun 2020
Tender AmountNA
DEPT OF THE ARMY USA Tender
United States
This Is A Sources Sought For Conducting Market Research Purposes Only And Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq). This Sources Sought Notice Shall Not Be Construed As A Formal Solicitation Or An Obligation On The Part Of The Government To Acquire Any Products Or Services. It Does Not Guarantee That A Subsequent Solicitation Will Be Issued. Submission Of Any Information In Response To This Sources Sought Notice Is Completely Voluntary, But It Will Assist In Selecting The Appropriate Solicitation Type/method. The District Of Washington Air National Guard (dc Ang) At Joint Base Andrews, Maryland Is Conducting Market Research To Determine The Existence Of Small Businesses To Perform As Prime Contractor On This Potential Requirement. The Requirement Is Listed In The Attached Draft Salient Characteristics And Statement Of Work Documents, Which Is Not The Final Document. Costs Associated With Any Submission Shall Not Be Reimbursed By The Government. The Information Requested Will Be Used By Dc Ang To Facilitate Future Decision-making.
this Sources Sought Is Being Published To Identify Potential Sources Capable Of Assisting The 113th Wing By Installing The Software Upgrade To The Access Control Card Readers And The Integrated Intrusion Selection System. The Existing System Is Computer Coordinated Universal Retrieval Entry (c-cure) By Software House Tyco International. Please See The Attached Draft Salient Characteristics Document And Statement Of Work.
business Size Standard For Proposed Naics 561621, Security Systems Services Is $22m. Comments On This Naics And Suggestions For An Alternative Naics Code Must Include Supporting Rationale.
interested Parties Are Requested To Submit An Unclassified Statement Of Capability That Includes:
company Name, Mailing Address, E-mail Address, Telephone Numbers, Website Address (if Available), And The Name, Telephone Number, And E-mail Address Of A Point Of Contact Having The Authority And Knowledge To Clarify Responses With Government Representatives. Include Duns Number, And Cage Code.
any Information Provided By Industry To The Government As A Result Of This Sources Sought Synopsis Is Strictly Voluntary. Responses Will Not Be Returned. The Information Obtained From The Responses To This Notice May Be Used In The Development Of An Acquisition Strategy And A Future Rfq (if Applicable). The Company's Standard Format Is Acceptable; However, The Limit For All Responses Is Not To Exceed Ten (10) Single-sided, 12 Font Size, 8 ½ X 11-inch Pages.
contractors Interested Shall Respond Via E-mail To Smsgt Stacey M. Little, Contracting Officer, At Stacey.little.1@us.af.mil And The Organizational Email 113wg.msg.contractingproposal@us.af.mil No Later Than 6 August 2021, 5:00 Pm Eastern Standard Time. Each Submission Shall Be Virus Scanned Prior To Being Sent.
note: E-mail Submissions Are Subject To Size And Type Restrictions (typically Limited To Less Than 2 Megabyte In Size And Only Non-executable Attachments Such As .doc Or .pdf Files) As Well As Any Other Appropriate Network Security Measures. It Is The Respondent's Responsibility To Verify The E-mail Was Received And Can Be Viewed. All Responses Must Address Each Of The Above Stated Requirements.
Closing Date6 Aug 2021
Tender AmountNA
DEPT OF THE ARMY USA Tender
United States
The Mission And Installation Contracting Command – Fort Bragg (micc-fb) Has A Requirement For The 479th Engineer Battalion To Procure Meals For 252 Personnel From 15-29 June 2023 In Support Of Their Training At Fort Indiantown Gap, Pa 17003.
see Attache Performance Work Statement.
Closing Date1 Jun 2023
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
NA
This Is A Sources Sought Notice To Request Information Only
the Mission And Installation Contracting Command (micc), Fort Benning, Georgia Is Conducting Market Research To Gain Knowledge Of Potential, Qualified Sources Interested In Providing Aerial Application Of Herbicides On Fort Benning Georgia And Portions Of The State Of Alabama. This Synopsis Is Issued To Conduct Market Research In Accordance With The Federal Acquisition Regulation (far) Part 10.
any Information Submitted By Respondents Is Strictly Voluntary. the Government Will Not Be Responsible For Any Cost Incurred In Response To This Sources Sought Notice.
this Market Research Does Not Restrict The Government To A Specific Acquisition Approach.
this Acquisition Falls Under Classification Code F – Resources And Conservation, North American Industry Classification System (naics) Code 115112 – Soil Preparation, Planting And Cultivating Researched. There Is No Solicitation Available At This Time.
a Summary Of The Services To Be Provided Are As Follows:
the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Aerial Application Of Herbicide As Defined In The Attached Performance Work Statement (pws). The Contractor Shall Perform The Services To The Standards Of The Pws And Any Resulting Contract. contractor Must Use A Herbicide That Is Approved For Use On Dod Lands. Contractor Will Also Comply With All Federal And State Regulations Pertaining To The Use Of Herbicides In Aquatic Environments. All Herbicides Used Must Be Approved By Fort Benning’s Conservation Branch Personnel Prior To Use. Aerial Application Of Herbicide Will Be Necessary Due To Limited Access To Some Areas. Contractor Will Be Required To Have All Permits Required To Apply Pesticides On Dod Lands.
the Following Information Will Be Submitted In Response To This Sources Sought Notice:
a Capability Statement That Demonstrates The Knowledge And Ability To Perform The Requirements As Stated In The Pws.
the Business Name, To Include Address And Phone Number.
the Name, Phone Number And Email Address Of The Point Of Contact.
cage Code And Duns Number.
please Send Responses To: Jackie.d.peacock.civ@army.mil. please Ensure That Aerial Herbicide Application Is Put In The Subject Line Of Your Email Response. Responses Must Be Received No Later Than 2 May 2017 At 0900 Hours Local Time. Please Address Any Questions Reference This Sources Sought To: Jackie Peacock At Jackie.d.peacock.civ@army.mil.
Closing Date6 Jun 2022
Tender AmountNA