Tenders of Dept Of The Army Usa
Tenders of Dept Of The Army Usa
DEPT OF THE ARMY USA Tender
Software and IT Solutions
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Imotions Software Research Stations West Point Fy 25
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Mixed-bed Deionization Systems Maintenance - 5 Year
DEPT OF THE ARMY USA Tender
Education And Training Services
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Sources Sought Notice this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure Co-located Lodging Facilities, Training Facilities, Meals Services, Furniture, Equipment, Supplies, Facilities, Medical Services, Tools, Management, And Labor For 195 Cadets And 25 Cadre, Within A 150 Miles Of Alamo Texas, For The Pharr San Juan Alamo (psja) Independent School District (isd) Junior Cadet Leadership Camp (jclc) Challenge During The Period 25 – 29 March 2025 On A Small Business Set-aside Basis, Provided Two (2) Or More Qualified Small Businesses Respond To This Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If Two (2) Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. The Anticipated Naics Code Is 721214; This Industry Comprises Establishments Primarily Engaged In Operating Overnight Recreational Camps, Such As Children's Camps, Family Vacation Camps, Hunting And Fishing Camps, And Outdoor Adventure Retreats, That Offer Trail Riding, White Water Rafting, Hiking, And Similar Activities. These Establishments Provide Accommodation Facilities, Such As Cabins And Fixed Campsites, And Other Amenities, Such As Food Services, Recreational Facilities And Equipment, And Organized Recreational Activities. The Size Standard In Millions Of Dollars For This Naics Code Is $9m. attached Is The Draft Performance Work Statement (pws) The Contractor Shall Provide Lodging Facilities, Training Facilities, Meals Services, Furniture, Equipment, Supplies, Facilities, Medical Services, Tools, Management, Certified Trainers, Lifeguards And Labor In Accordance With The Terms, Conditions And Specifications Set Forth In The Draft Performance Work Statement. The Contractor Shall Perform To The Standards In This Contract. responses To This Notice Shall Be E-mailed To The Contract Specialist, Bryce L. Medley At Bryce.l.medley.civ@army.mil No Later Than 11 February 2025 At 2pm. Et (fort Knox Local Time). limitations On Subcontracting And Nonmanufacturer Rule Do Not Apply To Small Business Set-asides For Contracts At Or Below The Simplified Acquisition Threshold (sat). It Does Apply To 8(a), Hubzone, Sdvosb, Edwosb, And Wosb Set-asides Regardless Of The Dollar Value Of The Award. small Business Contractors Awarded Contracts Above The Sat Are Required To Comply With Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting When Utilizing Subcontractors. The Penalty For Non-compliance Is The Greater Of (a) $500k Or (b) The Dollar Amount Expended, In Excess Of Permitted Levels. see Far 52.219-14 - Limitations On Subcontracting For Small Business. all Wosb Firms Need To Take Action In Beta.certify.sba.gov In Order To Compete For Wosb Federal Contracting Program Set-aside Contracts. in Response To This Notice, Please Provide: 1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. 2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. 4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns. 6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@army.mil Or 520-944-7373, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7. Recommendations To Improve The Approach/specifications/draft Pws To Acquiring The Identified Items/services.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Request For Information (rfi) procurement Office: The Mission And Installation Contracting Command (micc), Yuma Proving Ground (micc-ypg), Is Currently Conducting Market Research To Attempt To Bolster Government And Industry Coordination And Partnership In Supporting Yuma Test Center (ytc) At The United States Army Yuma Proving Ground (usaypg), Az. This Rfi Is Being Issued To Inquire About Providing Leasing Parts Cleaner Washers. A Draft Performance Work Statement (pws) Is Provided As An Attachment. information Sought: (1) Has Your Company Provided Such Services Identified Within The Pws? If So, Please Provide The Contract Number, And Total Contract Value And Brief Synopsis Of The Requirement. (2) Does Your Company Believe This Requirement Is A Commercial Service? (3) Does Industry Agree That The Use Of The Naics Code 541330 Engineering Services Is The Best Fit For This Requirement? (4) Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. this Request For Information (rfi) Is Solely For Information And Planning Purposes. It Does Not Constitute A Request For Quote (rfq) Or A Promise To Issue An Rfq In The Future. Further, Micc Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. the Government Is Interested In Any Input From The Small Business Community As Well As Questions Regarding The Requirement. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price. information: Proposed Item To Be Supplied Is Anticipated To Be Classified Under The Following North American Industry Classification (naics) 541330 Engineering Services Which Was Considered And Selected As It Comprises Of Establishments Primarily Engaged In Applying Physical Laws Andprinciples Of Engineering In The Design, Development, And Utilization Of Machines, Materials, Instruments, Structures, Processes, And Systems. The Assignments Undertaken By These Establishments May Involve Any Of The Following Activities: Provision Of Advice, Preparation Of Feasibility Studies, Preparation Of Preliminary And Final Plans And Designs, Provision Of Technical Services During The Construction Or Installation Phase, Inspection And Evaluation Of Engineering Projects, And Related Services. The Basic Size Standard For 541330 Is $25m; With The Military And Aerospace Equipment And Military Weapons Exception 1 The Size Standard Is $47m.
DEPT OF THE ARMY USA Tender
Food Products
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Fresh Bread Fruits And Vegetables For Tradewinds 25
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Sources Sought Synopsis this Is A Sources Sought Notice Only. The U.s. Government Currently Intends To Award A Contract For Procurement Of The Csl Spot Robot Batteries On A Sole Source Basis But Is Seeking Vendors That May Be Able To Perform This Requirement In Order To Support A Competitive Procurement. Accordingly, The U.s. Government Highly Encourages All Interested Businesses (large And Small) To Respond To This Sources Sought Synopsis. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside. the Intent Is To Award The Proposed Sole Source Firm Fixed Price Contract To Boston Dynamics To Procure The Spot Robot Batteries Intended To Power The Spot Robot. This Robot, Which Is Already Owned By The United States Army Heritage & Education Center, Supports Individual Research In The Futures Lab, As Well As Other Events, To Include The Futures Study Seminars. the Statutory Authority For The Sole Source Procurement Is Far 13.106-1(b)(1): For Purchases Not Exceeding The Simplified Acquisition Threshold (sat), Contracting Officers May Solicit From One Source If The Contracting Officer Determines That The Circumstances Of The Contract Action Deem Only One Source Reasonably Available (e.g. Urgency, Exclusive Licensing Agreements, Brand Name, Or Industrial Mobilization). Attached Are The Draft Performance Work Statement (pws), Performance Requirements Summary (prs) And Technical Exhibits With Workload Data. this Notice Does Not Constitute A Request For Quote (rfq) Or A Promise To Issue An Rfq In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. A Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. However, If A Competitive Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Governmentwide Point Of Entry For Additional Information Pertaining To This Requirement. The Naics Code Is: 611310: Colleges, Universities And Professional Schools; Psc Code: 6140 – Batteries, Rechargeable. in Response To This Sources Sought, Please Provide: 1. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition And Identify Alternatives Or Solution Solutions. Also Contact The Micc Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-3015, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Sources Sought Synopsis. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 2. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. 3. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any. 4. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.bg 5. Information To Help Determine If The Requirement (item Or Service) Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc. 6. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition, Including Competition Among Small Business Concerns. 7. Recommendations To Improve The Army's Approach/specifications/draft Pws/prs To Acquiring The Identified Items/services.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Joint Base San Antonio-upgrade Critical Medical Facilities
DEPT OF THE ARMY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Sole Source Service For Initial Inspection Of The Scanning Electron Microscope (sem) / Energy Dispersive Spectrometer (eds) Instrument In Accordance With Original Equipment Manufacturer (oem) Standards To Ensure Equipment Can Be Covered By An Annual Warran
DEPT OF THE ARMY USA Tender
Metals and Non-Metals
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
This Solicitation Is Posted To Sam.gov, Attached Sf1449 With Complete Details hot Dip Galvanizing Of Metal Pallets Services Performed To Astm-a123 / A123m Standards. clin0001: Mhu-122 A/e Pallet,1,161 Sets (consists Of Top, Intermediate, And Bottom Frame – One (1) Each) 188 Lbs Per Set, Lot Shipment = Max. 240 Sets,approx. Period Of Performance: 1 Apr 2025 – 30 Sept 2025 clin0002: Mk79-1 Pallet,560 Sets (consists Of Top And Bottom Frame – One (1) Each),275 Lbs Per Set lot Shipment = Max. 140 Sets,approx. Period Of Performance: 1 Oct 2025 – 1 Dec 2025 sf 1449 Attached- See Purchase Description For Exact Requirements
note: Every Item Listed In This Section Shall Be Accounted For In The Offeror’s Proposal For It To Be Considered. bidssubmissions Only Via Email:andrea.jones36.civ@army.mil any Changes To The Solicitation Shall Also Be Posted To This Web Site And It Is The Contractor's Responsibility To Check Site Daily For Any Posted Changes. All Contractors Who Provide Goods/services To The Dod Must Have A Current Active Registration At System For Award Management (sam) - Https://www.sam.gov. this Solicitation Is Posted To Sam.gov, Attached Sf1449 With Complete Details
DEPT OF THE ARMY USA Tender
Others...+1Software and IT Solutions
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Mill Creek Diversion Dam Fish Ladder
1241-1250 of 1261 archived Tenders