Tenders of Dept Of The Army Usa
DEPT OF THE ARMY USA Tender
Others
United States
Sources Sought Notice - Mbti/tki
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Usag Benelux-shape In Chièvres, Belgium Has Established The Requirement For 314 Total Dwelling Units For Accompanied Personnel. This Phase Will Be To Construct 84 Of Those Dwellings. There Are Currently 66 Built-to-lease Units Located Throughout The Area And Three Government-owned Facilities Located In Mons, Leaving A Deficit Of 248 Army Family Housing Units. With Limited Housing Inventory, Most Families Rent Privately-owned Housing On The Economy. Rental Housing Units Are Currently The Only Viable Option To Meet The Required Family Housing Deficit, But The Unpredictable Costs, Regular Maintenance, And On-conforming Dod Criteria Standards Do Not Meet Long-term Planning Efforts For The Region. New Facilities Will Comply With Current Afh Standards For Space, Security, And Storage. This Project Will Provide Complete And Usable Housing For 84 Families And Comply With Operational Vision And Goals For Enhanced Quality Of Life; Providing Sustainable Infrastructure; Improving Walkability And Connectivity; And Creating A Culturally Relevant Afh Community.
the 84 Dwellings For This Project Will Be Comprised Of Junior Enlisted 3-bedroom Units And Junior Enlisted 4-bedroom Units Personnel. The New Housing Units Will Include A Living Area, Kitchen, Bathrooms, Bedrooms, Storage, Attached Garage, Driveway, Patio, Green Space And Private Entrance. Supporting Facilities Include A Playground, Site Development And Improvements, Parking, Residential Sprinklers, Utilities And Connections, Lighting, Walkways, Storm Drainage, Landscaping And Signage. Accessibility For Individuals With Disabilities Requirements Are Included Within This Project Along With Sustainability And Energy Enhancement Measures. Heating For The Conditioned Space Will Be Provided By Heat Pumps. Air Conditioning Will Not Be Required In Belgium. Project Shall Comply With The Army Standard For Family Housing In Ufc 4-711-01 And The Europe Army Family Housing Standard Design Guide. Design And Construction Includes Requirements Of Current Sustainable Design Development And Policy Update (environmental And Energy Performance). Facilities Will Be Designed For A 40 Year Life And Be In Accordance With Ufc 1-200-02 To Include Energy Efficiency, Building Envelope, And Integrated Building Systems Performance.
there Is A Likelihood Of Pfas In The Soil That Will Need Remediation Or Cut And Fill. There Will Be Required Site Work In The General Vicinity Of The Buildings Including Shrubbery And Tree Planting.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Sources Sought Notice
project Description: Folsom Dam Raising Dike 7
anticipated Posting Date: 12 Dec 2024
sources Sought Number: W9123825s0007
sam Posting Title: Usace Spk, Dbb Construction - Folsom Dam Raising Dike 7 – Folsom California
sam Posting Description:
this Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Construct Folsom Dam Raise Dike 7 In Folsom, Ca.
dike 7 Is An Earthen Embankment Near The Southern End Of Folsom Reservoir That Spans A Steeply Sloping Saddle In The Reservoir Rim. The Existing Embankment Has A Crest Length Of About 930 Feet Long, A Height Of Up To 38 Feet, And An Approximate Existing Crest Elevation Of About 482.84 Feet, North American Vertical Datum Of 1988 (navd88). The Folsom Dam Raise Project Will Raise The Existing Embankment At Dike 7 By Approximately 3.5 Feet To A Nominal Crest Elevation Of 486.34 Feet, Navd88. The Raise Will Be Achieved By Placement Of A Reinforced Concrete Floodwall Along The Crest Near The Upstream Edge. An Aggregate Surface Course Will Be Placed On The Crest Downstream Of The Floodwall As A Road Surface. Riprap And Bedding Will Be Placed Along The Upstream Slope For Wind-wave Erosion Protection. The Reinforced Concrete Floodwall May Be Constructed Using Conventional Cast-in-place Methods Or Using A Slipform Methods.
to Access Dike 7, The Contractor Must Use An Existing Temporary Access Road From Folsom Point Road At Dike 8 To The Work Site. The Entrance Prior To The Temporary Access Road Is Accessed By Other Contractors Requiring Coordination To Share The Road And Meet Vehicle Capacity Restrictions During Heavy Recreation Season. The Contractor Will Initiate A Security Program In Coordination With Government's Existing Security Procedures At Job Mobilization. Contractor Personnel Will Need To Obtain Security Clearances To Access Site Without Escort. Escorting Duties Will Be The Responsibility Of The Contractor. Maintain Security Throughout Construction Period Until Acceptance Of Work By The Contracting Officer.
the Potential Requirement May Result In A Firm-fixed-price Invitation For Bid Issued Approximately Mar/apr 2025. If Solicited, The Government Intends To Award The Anticipated Requirement Approximately Aug/oct 2025.
the Government Estimates That Construction Of The Potential Requirement Can Be Completed Within 455 Calendar Days From Receipt Of Notice To Proceed. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice.
in Accordance With Federal Acquisition Regulation (far) 36.204(g) / Defense Federal Acquisition Regulation Supplement (dfars) 236.204(h), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is $5,000,000.00 To $10,000,000.00.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 237990, Other Heavy And Civil Engineering. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1lc, Construction Of Tunnels And Subsurface Structures / Y1ka, Construction Of Dams.
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Far 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements.
capability Statement:
responses Must Be Limited To Ten (10) 8.5 X 11-inch Pages With A Minimum Font Size Of Point 10.
please Provide The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Three (3) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.). Experience Demonstrating Coordination With Other Established Contractors Regarding Shared Common Areas And/or Traffic Routes; Experience Demonstrating Maintaining A Schedule While Meeting Weather Constraints And Vehicle Quantity/load Restrictions During Heavy Recreation Season And Experience Ensuring All Contractor Employees Have Passed A Background Check To Be Granted Access To The Construction Site.
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
4) Bonding Capability (in The Form Of A Surety Letter).
.
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received.
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Jessica Padilla, At (jessica.padilla@usace.army.mil) By 8:00 A.m. (pt) Monday, 06 January 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0007’ In The E-mail Subject Line.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Catholic Priest – Primary Location_k16
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Excavation
United States
Thimble Shoal Maintenance Dredging
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Notice Of Intent To Sole Source Items For Aimr2c Addition At Wpafb
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Bldg. 246 Elevator Replacement Ft. Leavenworth
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Aerospace and Defence

United States
This Is A Request For Proposal (rfp) An Idiq Satoc To Provide Hemp Enclosure Maintenance, Surveillance And Sustainment Services To The Long Range Discrimination Radar (lrdr) Campus At Clear Space Force Station (csfs), Alaska. The Lrdr Campus Includes The Mission Control Facility (mcf), Lrdr Power Plant (lpp), And The Lrdr Equipment Shelter (les). This Work Effort Will Require Organizational Briefing And Review Meetings; Review And Update Of The Hm/hs Program Plan; And Quarterly Hm/hs Implementation And Reporting For The Hardness Critical Items (hci) And Hardness Critical Assemblies (hca) Of The Lrdr Campus. Additional Efforts Will Include Hemp Shield Rf/emi Deficiency Investigation, Repair And Re-testing; Hemp Shield Corrosion Treatment; Design And Construction Of Special Protected Volume(s); And Sparing Analysis/parts Procurement. The Contractor Company Must Have A Facility Clearance (fcl) At The Appropriate Level (iaw The Nispom Dod 5220.22-m And Ar 380-49) Prior To Performing Any Classified Work Under This Contract. All Contractor Personnel Assigned To This Contract Shall Possess A Secret United States Government Security Clearance Prior To Beginning Work.to Receive A Copy Of The Solicitation Please Email Jason Linn At Jason.linn@usace.army.mil And Michelle Nelsen At Michelle.nelsen@usace.army.mil
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Intraoperative Neurophysiological Monitoring
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Amendment 001 To Solicitation W912lr25qa005
date: 27 December 2024
purpose: Reponses To Industry Questions/requests For Information
summary Of Changes:
the Following Information Is Provided And Incorporated In The Solicitation: Answers To Rfis Dated 27 Dec 2024.
added Solicitation Number To Header
added Solicitation Page Reference To Footer.
added Attachment 02
addendum To Section E: Description Of Requirement – Answers To Rfis Dtd 27 Dec 2024
q1. Please Clarify Each Unit: Cn, Pg, Lb, Bx, Jr, Cs, Co, Gl, Bg, Ea, Bt, Bd, Dz. I Do Know What Some Of Them Refer To. However, I Want To Be Sure That I Am Correct And That I Provide Exactly What Is Asked For.
a1: The Unit Of Measurement Clarifications Are Described Below.
at Assortment
bd Bundle
bg Bag
bt Bottle
bx Box
cn Can
co Container
cs Case
dr Drum
dz Dozen
ea Each
gl Gallon
gr Gross
jr Jar
lb Pounds
li Liter
pg Package
note: Attached Unit Of Issue And Purchase Unit Conversion Table List
q2. There Appears To Be Slight Inconsistencies Between The Item Name And The Remarks. When Searching For Products To Get The Unit Price, Would I Follow The Information Listed Under Column B Item Name Or The Information In Column G Remarks For Each Item?
a2: The Column That You Shall Use Is B.
q3. As The Cycle Documentation Is A Workable Document, Can The Unit And/or Quantity Be Changed To Allow For The Lowest Pricing?
a3. No.
(end Of Amendment 001)
a. General Information
this Is A Combined Synopsis Solicitation For Commercial Products Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Is Issued As A Request For Quote (rfq) Competed Iaw Far Part 13, Simplified Acquisition Procedures And Far Part 12, Commercial Products. Quotes Failing To Meet All The Terms And Conditions Of This Solicitation; To Include Buy Terms, Line-item Descriptions, And Attachments, May Not Be Evaluated For Award. Any Reference To The Term “bid” In This Solicitation Is Used Synonymously With The Word “quote”. Please See Far 13.004-legal Effect Of Quotations. Clauses And Provisions Included In Far 52.212-1, 52.212-2, 52.212-3, 52.212-4 And 52.212-5 Are Incorporated By Reference Unless Additionally Clarified In This Rfq Via Addendums. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01.
the Puerto Rico Army National Guard Has A Requirement To Purchase Groceries In Support Of 201st Reg Mftr, Blc -002-25. The Delivery Will Take Place At Fort Allen Juana Diaz, Pr. The Groceries Will Be Delivered In Five (5) Cycles. This Requirement Is A Request For Quote (rfq). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect In The Federal
acquisition Circular 2025-01.
the Award Will Be One Firm Fixed Priced Award In Accordance With The Following:
1. Set Aside: This Acquisition Is A 100% Small Business Set-aside.
2. The Product Service Code Is 8940, Special Dietary Foods And Food Specialty Preparations.
3. The North American Industrial Classification System (naics) Code For This Acquisition Is
311999 With A Size Standard Of 700 Employees.
b. Description Of Acquisition:
the Puerto Rico Army National Guard Has A Requirement To Purchase Groceries. See Attached Groceries Quotation Table And Solicitation W912lr25qa001 For A Full Description . The Award Of This Procurement Is Under Simplified Acquisition Procedures.
interested Vendors Must Submit Their Quotes No Later Than Jan 07, 2025, 4:00pm Local Time, Email Quotes To Sfc Maria Ruiz Perez At Ng.pr.prarng.list.ngpr-purchasing-andcontracting@army.mil. If There Are Any Questions, Please Send An Email Before December 27, 2024.
Closing Date7 Jan 2025
Tender AmountRefer Documents
3771-3780 of 6046 archived Tenders