Tenders of Federal Acquisition Service Usa

Tenders of Federal Acquisition Service Usa

FEDERAL ACQUISITION SERVICE USA Tender

Others
United States
5120-00-323-9576 Wrench, Pintle Nozzle
Closing Date25 Apr 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Education And Training Services
United States
Edit 04/17/2024 - This Notice Has Been Revised To Include Attachment "sources Sought Qa 20240417" Which Provides Responses To Questions Received In Regard To The Initial Sources Sought Posting. _____________________________________________________________________ trainer Developer Iii (tdiii) description: Notice For Sources Sought. this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations And This Notice Shall Not Be Considered As A Commitment By The Government To Issue A Solicitation Nor Does It Restrict The Government To A Particular Acquisition Approach. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Business Sources. This Notice Is Strictly For Market Research And Information Purposes Only. Your Responses Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. The Government Will Not Be Responsible For Any Costs Incurred In Responding To This Notice Or Furnishing The Requested Information Or The Government's Use Of Such Information. The Government Reserves The Right To Reject, In Whole Or In Part, Any Contractor's Input Resulting From This Notice. No Contract Will Be Awarded From This Announcement. purpose: The General Services Administration (gsa), Federal Acquisition Services – Apex 2, Sector 3 Intends To Gather Information From Interested Firms To Establish A Single Award Indefinite Delivery Indefinite Quantity Contract With A $100m Ceiling. This Notice Is Intended To Compile A List Of Those Companies (both Large And Small) Interested In Providing A Response To The Formal Request For Proposal (rfp). Please See Attached Draft Performance Work Statement For Requirement Details. Additionally, The Government Is Conducting Market Research To Determine The Feasibility Of Setting This Potential Requirement Aside For Small Business Participation Only. gsa Is Also Encouraging Early Exchanges Of Information About Future Acquisitions. Your Input Is Valuable In Helping To Develop Requirements That Improve Our Customer's Needs, Reduces Requirement Costs, And Simplifies The Contractor's Ability To Successfully Complete The Requirement. We Are Seeking Industry Input Regarding The Attached Draft Performance Work Statement (pws) From Interested Firms Already Performing The Same Or Similar Requirements Or Who Are Interested In Working These Types Of Requirements In The Future. Respondents Are Encouraged To Be As Specific As Possible In Addressing The Notice And In Providing Suggestions. Feedback Of A General Or Non-specific Nature Is Less Useful And Will Have Limited Utility In Refining The Acquisition Strategy And Affecting The Content Of The Rfp. background: The 502 Trainer Development Squadron (tds) Is Part Of The 502d Air Base Wing (502 Abw) Which Is Headquartered At Jbsa Fort Sam Houston In San Antonio, Texas. The 502 Tds’ Mission Is To Deliver And Maintain Information Technology (it) Based Simulation And Training Systems For Its Customers. Functioning As A Government Owned Government Operated (gogo) Organization Under The Direction Of Headquarters Air Education And Training Command (aetc), The 502 Tds Responds To Internal And External Department Of Defense (dod) Customers To Meet Their Requirements In Support Of Technical/operational Qualification And Continuation Training. this Requirement (td3) Is A Single Award Idiq Contract, Which Will Include Labor Rates For Use In Firm-fixed-price (ffp) And Time And Material (t&m) Orders. Orders Will Be Issued By Gsa Apex 2 Contracting Officers (co) On A Ffp Or T&m Or Hybrid Basis As Applicable And May Be For Commercial And/or Non-commercial Services. Projects Issued Under This Contract On Individual Orders May Be Severable Or Non-severable Depending On The Specific Order Scope Of Work/requirement. Additionally, Orders May Include Option Periods That May Extend Beyond The Period Of Performance Of The Base Contract For A Maximum Period Of Five (5) Years. The Proposed Naics To Be Used Is 541512-computer Systems Design Services. The Size Standard Associated With Naics 541512 Is $34m. contractor Performance Includes But Is Not Limited To The Following Tasks: the Contractor Shall Research, Analyze, Design, Develop, Fabricate, Integrate, Test, Deliver, And Install Simulators, Simulator Systems And Associated Components. The Contractor Shall Complete All Necessary Non-recurring Engineering (nre) And Logistics Data Development Activities To Make The Developed Material Compatible With The Government’s Requirements As Outlined In The Contract. The Contractor Shall First Determine The Availability Of Commercial Off The Shelf (cots) Solutions Prior To Proposing Any New Developmental Effort. the Contractor Shall Conduct Movement And Modification Of Aircraft In Order To Design, Develop And Fabricate Mock-up Simulators. While Most Orders Are Anticipated To Have It-based Efforts Within, Including Aircraft Moves, Some Orders May Only Involve Only Aircraft Moves. Aircraft Moved In The Past Include A H60, Kc135, C-17 And C-130 Amongst Others. The Contractor Shall Provide The Necessary Plant Administrative, Financial, Quality Assurance, Analyst, Specialist, Technical, And Managerial Personnel, As Well As The Resources Necessary For Support Of This Requirement. the Contractor Shall Be Responsible For Managing Projects In Coordination With The 502 Tds. The Contractor Shall Provide Program Office Personnel Which Includes, But Is Not Limited To, Logisticians, Analysts, Specialists, And Subject Matter Experts (smes) As Needed For Support Of Task Orders. the Contractor Will Be Required To Provide Materials/hardware For This Effort To Complete The Systems Integration Projects That Will Be Outlined On Subsequent Task Orders. the Government Reserves The Right To Publish Any Information Provided By A Respondent To This Notice If Publishing Such Information Is Done Without Attribution (i.e., Does Not Identify The Party Submitting The Response Materials), And Would Not Reveal Company Trade Secrets Or Other Similar Protected Or Proprietary Information. Responses To This Notice That Indicate Information Is Proprietary, Or Represents Confidential Business Information, Will Be Received And Held In Confidence In Accordance With The Appropriate Federal Acquisition Regulation Guidelines And Procedures. All Proprietary Information Should Be Clearly Identified As Proprietary Information. Information Provided By Respondents Will Not Be Returned. the Government Does Not Intend To Respond Unilaterally To Respondents Unless Clarification Of Information Submitted Is Required. All Contact Will Be Through The Contracting Officer. instruction: The Government Encourages Interested Firms To Submit A Capability Statement. At A Minimum, The Capability Statement Should Include: 1) The Interested Contractor’s Name, Address, And Phone Number, Unique Entity Id (uei), And Cage Code; 2) Provide Detailed Narrative That Demonstrates Like And/or Very Similar Scope Of Work Contained In The Attached Draft Performance Work Statement, That Has Taken Place In The Past 5 Years From The Date Of Release Of This Sources Sought; 3) Provide The Contract Number, Period Of Performance, Dollar Value, And Contract Description/scope Explanation. Also Indicate Whether Examples Cited Were Performed As The Prime Or Subcontractor (or Teaming Partner). 4) Any Small Business Designation Status Claimed. this Capability Statement Shall Be No More Than Five (5) Pages, Single Spaced In 11 Pt. Times New Roman Font. Failure To Provide The Information As Requested By The Due Date Will Result In The Government’s Continuance Of The Acquisition Planning Phase, Without Considering The Capabilities Of The Contractors Who Do Not Respond Timely. note: The Government Reserves The Right To Not Make An Award. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Notice Shall Be Voluntary.
Closing Date29 Apr 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Automobiles and Auto Parts
United States
Marshalling Services - Casper, Wy
Closing Date1 May 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Software and IT Solutions
United States
Office Supplies And Office Furniture
Closing Date17 Apr 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

United States
Cass Family Of Testers (fot) Parts
Closing Date17 Jan 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

United States
Repair Collision Damage To 2012 International 7300
Closing Date23 Jan 2024
Tender AmountUSD 17.5 K 
This is an estimated amount, exact amount may vary.

FEDERAL ACQUISITION SERVICE USA Tender

Corrigendum : Closing Date Modified
United States
1. Background: The Government Contemplates Soliciting For The Award Of A Potential Contract For The Attached Items On Behalf Of The Naval Facilities Engineering Systems Command (navfac) Engineering & Expeditionary Warfare Center (exwc) To Acquire Oil Spill Response Equipment. 2. Requirements: This Request For Information (rfi)/sources Sought Notice (ssn) Is For Planning And Information Purposes Only And Shall Not Be Construed As A Commitment Or A Promise Of A Contract By The Government. This Is Not A Solicitation. This Notice Does Not Constitute A Request For Quote (rfq), 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. For This Acquisition, We Have Conducted Initial Due Diligence To Identify Potential Naics And Psc Codes. We Value Your Industry Expertise And Welcome Your Feedback On The Following Codes, Recognizing That Your Insights Are Invaluable In Selecting The Most Appropriate Naics And Psc Codes. For The Purpose Of This Acquisition, The Government Contemplates Use Of North American Industry Classification System (naics) Code 562910, 562211, Or 562112. psc F112 Environmental Systems Protection Oil Spill Response. Psc 4235 Hazardous Material Spill Containment And Clean-up Equipment And Material (please Consider These Proposed Codes As A Preliminary Guideline For Understanding The Categorization Of Products Or Services In This Procurement. Final Codes Will Be Communicated In The Official Solicitation). the Government Is Issuing This Rfi/ssn To Gather Information And Identify Potential Sources Capable Of Providing The Products Outlined In "attachment 1 Draft Specifications." The Government Contemplates Soliciting For The Award Of A Potential Contract For The Attached Items On Behalf Of Naval Facilities Engineering Systems Command (navfac) Engineering & Expeditionary Warfare Center (exwc). This Procurement Is Anticipated To Be A Firm Fixed Price (ffp) Contract With A One-year Base Period And Four One-year Option Periods. The Information Received In Response To This Notice Will Be Used To Further Define The Government's Requirement And Determine If Two (2) Or More Capable Small Businesses Respond With Information Sufficient To Support A Small Business Set-aside. We Encourage All Interested Large And Small Businesses Capable Of Satisfying The Requirement In Full Or In Part To Identify Their Capabilities In Meeting The Requirement. 3. Response Submission: Information Received As A Result Of This Rfi/ssn Will Be Used Solely For Market Research Purposes. The Government Shall Use This Market Research In Determining The Best Method Of Procurement, Which Is Part Of The Acquisition Planning Process. This Rfi/ssn Is For Information Purposes Only And No Award Will Result From The Rfi/ssn. to Respond, Please Send An Email To Shemeka.johnson-jenkins@gsa.gov.  a. Response To This Rfi/ssn: To Be Considered Responsive To This Rfi/ssn, Please Provide A Concise Capability Brief That Includes: 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.) 2. In Addition, Offerors Are Requested To Identify If They Take Exception To Any Items In Attachment 1. Your Response To This Rfi/ssn Should Clearly Demonstrate How Your Product Or Service Meets Or Exceeds The Stated Criteria. If You Find Exception To Any Items, Offerors Have The Opportunity To Note Any Deviations From The Requirements. Offerors' Must Clearly Outline And Justify Each Exception, Providing Detailed Explanations For Any Proposed Alternative Solutions. Please Be Explicit In Providing The Adverse Impact (if Any) On The Functionality, Performance, Or Quality Of The Unit Or Services. 3. The Following Information Shall Be Contained In Offerors' Responses To Ensure Proper Regulatory And Schedule Considerations Are Satisfied: - Naics - Taa Compliant please Provide Information On The Taa Compliance Of The Items You Are Offering. Indicate Whether The Products Originate From Taa Compliant Countries Or If Any Exemptions Apply. This Information Will Assist In Understanding The Availability Of Taa Compliant Solutions On The Schedule. - Delivery Terms # Days After Receipt Of Order (aro) - Open Market Item Offerors' Are Requested To Specify The Percentage Of Items Proposed That Will Be Sourced Through The Open Market And Those That Will Be Acquired From Their Mas. This Information Is Crucial For Our Procurement And Will Assist In Evaluating The Solicitation Strategy. 4. Any Other General Information Or Suggestions For The Government Regarding These Items (e.g., Recommendation For Multiple Rfqs And/or Multiple Awards, Naics, Pscs). 5. Please Reference The Attached Draft Specification Sheet (attachment 1). The Contractor Must Be Able To Provide This Support In Accordance With The Attached Draft Specification Sheet.
Closing Date26 Jan 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Automobiles and Auto Parts
United States
Repair Collision And Mechanical Damage To 2022 Chevrolet K3500
Closing Date4 Feb 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Automobiles and Auto Parts
United States
Purchase And Install Of Injectors And Related Items On A 2021 International Lt625.
Closing Date9 Feb 2024
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Others
United States
Please See Attached Document For Details.
Closing Date15 Feb 2024
Tender AmountRefer Documents 
201-210 of 393 archived Tenders