Tenders of Dept Of The Army Usa
Tenders of Dept Of The Army Usa
DEPT OF THE ARMY USA Tender
Education And Training Services
United States
Introduction
the Department Of The Army, Micc, Fort Leonard Wood, Mo Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement To Perform Music For Chapel Services. The Intention Is To Procure These Services On A Competitive Basis.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
place Of Performance
location
100% On-site Government: Fort Leonard Wood, Mo
disclaimer
“this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Informmation Pertaining To This Requirement.”
program Background
the Government Requires Musician Services In Support Of Worship Activities For Initial Entry Trainees. The Contractor Shall Provide Support To The Religious Education Program At Fort Leonard Wood Religious Support Office (rso). The Location(s) And Time(s) Will Be Specified In The Pws Or Modified In The Contract By The Contracting Officer.
required Capabilities
the Contractor Shall Provide Musician Services. This Is A Non-personal Services Contract And The Government Shall Not Exercise Any Supervision Or Control Over The Contract Service Providers Performing The Services Herin. Such Contract Service Providers Shall Be Accountable Solely To The Contractor Who, In Turn Is Responsible To The Government. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision And Other Items And Non-personal Services Necessary To Perform Musician Services As Defined In The Performance Work Statement (pws) Except For Those Items Specified As Government Furnished Property And Services. The Government Requires Performance Of Contemporary, Gospel, Traditional, And Liturgical Style Music In Support Of Worship Activities For Initial Entry Trainees. The Contractor Shall Provide Support To The Religious Education Program At Fort Leonard Wood Religious Support Office (rso).
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: 1) Provide Services Consistent, In Scope And Scale, With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
special Requirements:
service Contract Act
eligibility
the Applicable Naics Code For This Requirement Is 711130 Musical Groups And Artists, With A Small Business Size Standard Of $7.5 Million. The Product Service Code Is G002. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement.
additional Information And Submission Details (capabilities Statement)
a Draft Performance Work Statement (pws) With The Personnel Qualifications Description Is Attached For Review. (attachment 1)
interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Font Of Not Less Than 10 Pitch. The Deadline For Response To This Request Is No Later Than 2 Pm, Est, 11 February 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Faith.a.chaney.civ@army.mil.
this Documentation Must Address At A Minimum The Following Items:
1.) What Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement?
2.) Can Or Has Your Company Managed A Task Of This Nature? If So, Please Provide Details.
3.) Can Or Has Your Company Managed A Team Of Subcontractors Before? If So, Provide Details.
4.) What Specific Technical Skills Does Your Company Possess Which Ensure Capability To Perform The Tasks?
5.) Please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Tasking Described In This Pbsow For The Base Period As Well As The Option Periods.
6.) Provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Duns Number, Etc.
7.) Respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern.
8.) Include In Your Response Your Ability To Meet The Requirements In The Facility And Safeguarding Requirements.
the Estimated Period Of Performance Consists Of Base + Four Years. Specifics Regarding The Number Of Option Periods Will Be Provided In The Solicitation.
the Proposed Contract Is Anticipated To Include Tasking That Would Be Accomplished By Labor Categories That Are Subject To The Service Contract Act Or A Collective Bargaining Agreement.
upon Evaluation Of The Capability Statements, If It Is Determined That This Requirement Will Be An Unrestricted Competition, The Government Intends To Evaluate The Small-business Responses And Conduct Further Market Research To Identify A Subcontracting Goal.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, Faith Chaney, In Either Microsoft Word Or Portable Document Format (pdf), Via Email Faith.a.chaney.civ@army.mil.
data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
no Phone Calls Will Be Accepted.
all Questions Must Be Submitted To The Contract Specialist Identified Above. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
See Attached Documents For Solicitation Details.
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools...+1Metals and Non-Metals
United States
Reason For Amendment Is To Add The Max Metal Size Add It Must Be Compatible With Miller Consumables Welder Must Be Compatible With Miller Consumables Has To Be Portable Offers Built In Pulse Programs For Standard Steels High-strength Steels And Aluminum. At A Minimum Provide Reduced Heat Affected Zone Weld In All Positions This Includes Thick-to-thin Metal Up To 3/8 Gap Filling Ability Faster Travel Speeds Deposition At A Minimum Allows For Input Voltage Hookup Of 208-575vac Single- Or Three Phases With No Manual Linking Must Be Able To Be Used With Spool Guns Feeders Remote Controls Have A Standard 14-pin Receptacle.
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Sole Source Procurement For The Watervliet Arsenal
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Multiple Events Meeting Package For Prarng Child And Youth Program
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Environmental Service
United States
The Intent Of This Notice Is To Determine The Interest Of Small Businesses (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb.)
the Following Is A Sources Sought Notice. The Government Is Seeking To Identify Qualified Sources Under North American Industry Classification System (naics) 562910 – Environmental Remediation Services. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Notice, Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Cost Incurred In Preparation Of A Response To This Notice.
the U.s. Army Corps Of Engineers, Kansas City District Seeks Qualified Environmental Remediation Services Firms Interested And Capable Of Conducting Remedial Action Activities At The Welsbach Superfund Site, Gloucester City And Camden, Camden County, New Jersey.
a Single Award Task Order Contract (satoc) Is Being Contemplated To Support The Welsbach Superfund Site: (the Following Information Is In The Early Planning Stages And May Be Subject To Change):
the Welsbach/general Gas Mantle Superfund Contamination Site (welsbach/ggm Or Site) Is A Multi-property Site Located In Gloucester City And Camden, Camden County, New Jersey. The Site Consists Of Two Former Gas Mantle Manufacturing Facilities, Along With Commercial, Industrial, Recreational, And Residential Properties Surrounding The Former Facilities. The Remedial Action Activities Will Primarily Be Located On Former Welsbach Facility, Which Is Located On The Gloucester Marine Terminal (gmt) Property. The Gmt Property Is An Active Port, Warehouse, And Logistics Facility. The Property Is Owned By Gmt, Realty Limited Liability Company (llc) And Is Operated By Gloucester Marine Terminal, Llc Through Holt Logistics. The Gmt Property Is Approximately 95 Acres, And It Has 25 Buildings And 4 Berths. This Facility Is The Largest Fruit And Vegetable Importer On The East Coast And Del Monte Conducts Operations On A Portion Of This Port.
the Work And Services Shall Consist Of Environmental Services To Support The U.s. Army Corps Of Engineers, Philadelphia District (nap) In Environmental Investigation, Construction, Preparation Of Appropriate Documents, Monitoring And Restoration Associated With The Welsbach/ggm Superfund Site. Work May Include: Construction Remedial Action Activities Consisting Of The Excavation, Transportation And Disposal Of Radiological Contaminated Soil, Including General Conditions, Project Support, And Waste Handling And Management. Waste Handling And Management Shall Include Task Management, Waste Soil Loadout, Material Staging Area Maintenance And Vicinity Property Wastewater Treatment. Preparation Of Appropriate Documentation For The Remediation. General Conditions Activities Shall Include Project Management, Community Relations, Real Estate Support, It Support, Project Wide Training And Task Order Close Out. Project Support Activities Shall Consist Of Environmental Monitoring And The Continued Operation And Maintenance Of The On-site Laboratory And Database System.
value Of The Satoc Will Be $95,000,000.00.
it Is Anticipated That This Solicitation Will Be Published On The Sam.gov Website In Fiscal Year 2025. The Period Of Performance For The Planned Satoc Is Five (5) Years.
the Purpose Of This Sources Sought Notice Is To Obtain Insight Into The Interest, Capabilities, And Qualifications Of Firms; As Well As Assist The Government In Preparing Market Research And Establishing An Acquisition Strategy In Support Of This Effort.
the Kansas City District Is Soliciting Feedback From Industry As Part Of Our Market Research Efforts Associated With This Acquisition And Is Considering Various Acquisition Strategies To Deliver This Project And Requests Input From Industry. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Eight (8) Pages For Your Response:
1. Organization Name, Address, Email Address, Website Address, Telephone Number, And Business Size (e.g. Small Business, 8(a), Hubzone, Sdvosb, Wosb, Vosb, Other) And Type Of Ownership For The Organization; Include Unique Entity Id Number And Cage Code.
2. Provide A Description Of Your Firm’s Interest In Providing A Proposal For The Work Described Above.
please Provide At Least 2 Recent Relevant/comparable Projects Performed Within New York Or New Jersey Within The Past Seven (7) Years (no More Than 2 Pages Per Project). The Completed Projects Shall Demonstrate Your Firm’s Capability To Execute Remediation Efforts. For Each Project Provided It Is Recommended To Include: A Brief Description Of The Project And How It Is Comparable To The Work Required For This Project, Customer Name And Contact Information, Customer Satisfaction, Contract Type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, Etc.), And Dollar Value Of Each Project. An Experience Form Is Attached. Its Use Is Not Required; However, Please Ensure All Requested Information Is Provided.
projects Considered Similar In Size And Scope To This Project Include:
large Scale Construction Remediation To Include Shoring, Dewatering, Excavation, And Handling Of Radiologically Impacted Soils;
preparation Of Environmental Work Plans And Reports;
groundwater Monitoring And Field Data Collection;
environmental Investigation, Design, Remediation And Transportation And Disposal Of Radiological And Non-radiological Material;
collection, Management, And Treatment Of Water During Excavation Activities;
radiation Air Perimeter Monitoring;
health Physics, Radiation Safety And Radiation Training;
extensive Community Relations Experience;
management And Technical Staffing Of The On-site Laboratory;
knowledge Of The Locality Such As Project History, Geological Features, Climate Conditions, Federal (epa Region And State (njdep) Oversight Agencies;
projects That Demonstrate Experience As The Prime Contractor In Managing A Cost Reimbursable Project In Excess Of $8m
qualified Personnel Are Required With Recent Knowledge And Experience In:
environmental Response Actions Associated With Investigation, Removal, And Construction Activities Mandated By Epa. Construction Remediation Expertise With Knowledge Of Shoring, Dewatering, Handling Radiological Contaminated Material And Working On Multiple Properties At The Same Time;
analysis Of Radiological And Non-radiological Data In Soil And Groundwater;
site Applicability Of Using The Multi-agency Radiation Survey & Site Investigation Manual (marssim);
consultation/coordination With Other Federal, State, And Local Agencies And Stakeholders, Including Commercial And Individual Property Owners;
experience In Projects Executed In Extremely Active Industrial Areas Requiring Continuous Coordination With The Property Owner.
3. Documentation From Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits.
4. Identify If, Based Upon The Scope Of These Project(s), You Would Form A Joint Venture Or Teaming Arrangement To Execute This Work. Provide Teaming Or Joint Venture Information, If Applicable, Including Unique Entity Id Number And Cage Code.
5. Provide Your Firm’s Capabilities/availabilities In Performing The Required Environmental Remediation Efforts, Given The Current Market Conditions. Identify Any Workload Constraints Regarding The Items You Indicated Your Firm Is Interested In Submitting A Proposal.
6. Does Your Firm See Any Constraints Regarding Available Personnel, Equipment, And/or Materials Required To Perform The Planned Environmental Remediation Efforts, Given The Current Market Conditions. Please Explain Any Market Pressures That May Be Apparent In 2025 Through 2030. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For General Construction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Satoc, And How It Will Be Accomplished.
7. Provide Input On Any Concerns Or Risks Your Firm Has, Based On The Information Provided In This Sources Sought.
please Send Your Sources Sought Responses Via Email To Lauren.o.minzenberger@usace.army.mil.
this Sources Sought Is For Market Research Purposes Only And Is Not A Request For Proposal Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
cid
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Housekeeping Services
United States
Janitorial Services For Maintenance Building And Power Plant - U.s. Army Corps Of Engineers - Harry S. Truman Dam And Reservoir, Warsaw, Mo
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Automobiles and Auto Parts
United States
Kubota Rtv Full Enclosed Cab X1100c Diesel Full Turn Signals And Front Lights As Well Has Back Glass Protector And Work Lights
Closing Date12 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Industry Day / Presolicitation Conference - Design-build Maintenance And Repair Army Reserves (mrar) For Army Reserve Center (arc) At Delaware, Oh
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Architect-engineering (a-e) Geotechnical Related Services, Seattle District (nws), U.s. Army Corps Of Engineers (usace)
Closing Date12 Feb 2025
Tender AmountRefer Documents
1311-1320 of 1766 archived Tenders