Tenders of Dept Of The Army Usa

Tenders of Dept Of The Army Usa

DEPT OF THE ARMY USA Tender

Chemical Products...+1Aerospace and Defence
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Tnt And Pbxn-9 Supplementary Charges

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Request For Information (rfi), Kit, Etwd Tube Temperature Display, Nsn: 1025-01-606-1032

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Synopsis - Armored Multi-purpose Vehicle For Full Rate Production

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Alarm Services Hidden Dam, Hensley Lake

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Autonomous Aerial Delivery Development And Modernization

DEPT OF THE ARMY USA Tender

Software and IT Solutions
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Sources Sought For P3i Industry Day

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Sources Sought Response Form ellsworth Afb B-21 Alert Facility sources Sought Notice #w9128f25sm016 anticipated Solicitation #tbd purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). this Project Will Provide A 22,000 Sq Ft, Single-story Lodging & Readiness Facility For B-21 Air Crews On Alert Status, As Well As An Aerospace Ground Equipment Warm Storage Facility To Support The Alert Apron Aircraft. This Project Is Located Directly Adjacent To And Required To Coordinate With A Variety Of Other B-21 Construction Projects. construction Includes Demolition Of Existing Facility And Construction Of New Drilled Pier Concrete Foundation, Steel Frame Structure, Masonry Walls, Standing Seam Metal Roof, Utilities, Painting & Surface Prep. Special Foundation Due To Local Soils. Utilities Include Domestic & Fire Protection Water, Electrical, Sewer, Gas & Stormwater Drainage. Site Improvements Include Earthwork Landscaping & Exterior Lighting. Pavements Include Parking, Sidewalks & Access Drives. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Dod Antiterrorism/force Protection Requirements Per Unified Facilities Criteria. special Construction And Functional Requirements: The Project Will Be Constructed On / Near The Existing Alert Apron At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Facilities, Utilities, And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. small Businesses Are Reminded Under Far 52.219-14© (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. (for Construction): Project Period Of Performance: 800 Calendar Days From Construction Ntp. responses: Please Respond To All Information Requested In This Notice Not Later Than (2:00 Pm) 28 Jan 2025). Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: James.r.willett@usace.army.mil And Cc Brittany.c.gull@usace.army.mil. required Information To Be Submitted In Response To This Notice: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above is Your Company Currently Registered In System For Award Management (sam)? has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements: submission Details: all Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 236220 Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature As Described In The Project Description. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $50m. Narratives Shall Be No Longer Than 12 Pages. Email Responses Are Required. please Include The Following Information In Your Response/narrative: •company Name, Address, And Point Of Contact, With Phone Number And Email Address •cage Code And Duns/eid Number •business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture •details Of Similar Projects And State Whether You Were The Prime Or Subcontractor •start And End Dates Of Construction Work •project References (including Owner With Phone Number And Email Address) •project Cost, Term, And Complexity Of Job •information On Your Bonding Capability - Specifically Identify Capacity Of Performance And Payment Bonds in Accordance With Dfars 236.204, The Magnitude Of This Project Is Expected To Range Between $25m And $100m. details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years: •construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) •construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. •construction Of Facilities To The Afi 16-1404 Or Equivalent Standards. •construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. •construction Of Facilities On A Dod Military Installation. •construction Of Facilities On An Active Airfield Flightline. •construction Of Facilities With Shared Access, Laydown, And Limits Of Work To Adjacent Projects Awarded Under Separate Contract. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. comments: provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted. estimated Construction Contract Award Will Be Second Quarter Of Fiscal Year 2026 (fy26).

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Fy25- Tennessee-tombigbee And Black Warrior Waterways Construction Equipment Rental Contract

DEPT OF THE ARMY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
As Of 20 December 2024, Amendment 0001 Is Issued To Address Clarifications And Administrative Errors To The Solicitation W912ch-24-r-0168. The Closing Date For The Solicitation Remains Unchanged. Please Refer To The Base Solicitation And Amendment 0001 For Details. - - - - - - - - - - - - - - - - - - - - - - - - - - solicitation W912ch-24-r-0168 Is For A New Five-year Sole-source Contract To Renk America Llc (cage Code: 02978) For The Acquisition Of System Technical Support (sts) Services For The Transmission Hydro-mechanically Propelled Transmission [hmpt] Operational Reliability (thor) Program In Support Of The Armored Multi-purpose Vehicle (ampv) System, Bradley Fighting Vehicle System (bfvs), Multiple Launch Rocket System (mlrs), And Paladin Integrated Management (pim) Vehicle Platform. the Government Intends To Award One Contract On A Cost-plus Fixed-fee (cpff) Basis, Which Will Provide For The Exercise Of Sts Hours To Execute Work Directive(s) That Are Within The General Scope Of The Contract. This Includes Up To 387,059 Option(s) Hours Over The Five-year Contract Term. Hours Will Be Awarded Under Work Directive(s) Via Contract Modification(s), And May Be Either Level-of-effort (loe) Or Completion Type Efforts. Sts Efforts Will Include Engineering And Technical Services, Program Management And Worldwide Transmission Field Service Representative (fsr) Support For The Aforementioned Programs. please See Attached Solicitation For Details And Refer To Final Solicitation For Issue And Closing Date.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Mcalester Army Ammunition Plant Has Issued A Simplified Acquisition Under Sat Request. for (short Description) (see Posted Solicitation For Additional Requirements.) fob Destination - Mcalester Army Ammunition Plant, Mcalester, Ok. closing On Nisus Qnap5w At 3:00 Pm Central Standard Time. salient Characteristics Must Be Met And Submitted With Detail And Must Be Submitted With Quote To Be Considered. 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 quotes Are To Be Sent On Signed And Filled In Solicitation, With Any Needed Certification Or Specifications Verified To Regina.l.gibson7.civ@army.mil. questions Or Any Needed Additional Information Must Be Submitted No Later Than 72 Hours Prior To Solicitation Close Date/time And Should Be E­mailed Directly To Regina.l.gibson7.civ@army.mil. do Not Fax. 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.
1441-1450 of 1632 archived Tenders