Painting Tenders
Painting Tenders
DEPT OF THE ARMY USA Tender
United States
Closing Soon19 Mar 2025
Tender AmountRefer Documents
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research To Determine If Responsible Sources Exist By Determining If This Effort Can Be Successfully Competed And/or Set-aside For Small Businesses. The Proposed North American Industry Classification System (naics) Code Is 339114 - Dental Equipment And Supplies Manufacturing 750 Employees. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Interested In All Small Businesses To Include 8(a), Service-disabled Veteran- Owned, Hubzone, And Women-owned Small Business Concerns. Medical Readiness Contracting Office - West Jbsa Fort Sam Houston, Texas, Is Seeking Potential Sources To Provide A Dental Delivery Units With Accessories. The Government’s Requirement Is To Purchase This Dental Delivery Units With Accessories, For Budge Dental Clinic And Rhoades Dental Clinic, Brooke Army Medical Center, Jbsa Fort Sam Houston, Texas. all Listed Salient Characteristics Are Applicable To Dental Delivery Units With Accessories Are Listed Below: chair For Seating Dental Patient During Dental Procedures. salient Characteristics ultra-thin Flexible Back Rest, Measuring 1.25” Thick On The Seamless Upholstery Providing Superior Operator Access To The Oral Cavity, Reduces The Chance Of Repetitive Stress Injury And Provides Excellent Patient Comfort And Support Overextended Treatment Periods. · headrest, Standard Dual Articulating With Gliding Cushion And Quick Release Adjustment Lever. (also Available In Non- Articulating Military “bun” Headrest Version To Accommodate Regulation Hairstyles For Female Personnel.) 2-position Armrests, Mounted Mid-thigh Position, Design Articulates Forward For Patient Access. Robust Design With Durable Santoprene Surface For Comfort And Ease Of Asepsis. lift Range 13.5”-31.5” (note: Measurements Are Made From The Floor To The Bottom Of The Seat Cushion.) chair Swivels 60° (30° Each Side Of Center) Enhances Patient And Operator Accessibility. automatic Chair-stop Reduces Risk Of Injury Or Damage To Equipment When Sensors Detect Obstruction. Lock-out Feature Disables Chair Movement When Handpiece Is In Use. integrated 300-watt Power Supply Provides Electrical Requirements For Chair-mounted Dental Light And Ancillary Products. ul Rated To 500lb. (227 Kg) Maximum Patient Load. accumulators In The Hydraulic Lift System Provide A Soft Chair Start And Stop. Lift Cylinders Are Guaranteed For Ten Years. self-diagnosing Circuit Board That Is Easily Programmable, With “limp-along” Lift Activation. bi-directional Hydraulic Motor Pump Is Compact And Requires Fewer Service Parts. · Cast Iron Baseplate, Powder Coat Painted And Sealed With An Elastomeric Polymer Finish To Prevent Rust And Scratch Damage To The Floor. · vacuum-formed Seamless Upholstery Is Constructed Of 40 Ounces Per Yard/67-gauge Superior Grade Vinyl. A-dec Vinyl Meets Flammability Specifications For: California Flammability Regulation 117-2013. virtual-pivot Design Aligns The Natural Spine Rotation Of The Seated Patient With The Chair’s Rotational Axis. This Unique Design Feature Maintains Patient Position And Comfort Throughout The Chair’s Entire Range Of Motion. ul Classified In Usa And Canada. Ce Compliant. chair-mounted Delivery System salient Characteristics integrated Four Position Handpiece Control Block Is Capable Of Operating Up To Four Active Handpiece Positions And Is Constructed Of Plated Lead- Free Brass (per Section 14.17 Of The Safe Drinking Water Act). Each Handpiece Position Has An Individual Drive Air And Water Adjustment. Removable Water Cartridge Valves Allow For Quick And Easy Servicing Of Block. A Single Sliding Locking Tab Secures The Handpiece Tubing To The Control Block Requiring No Tools And Allows Easy Access To Connect Or Disconnect Tubing. Unique Water-flow System Eliminates Dead Ends That Can Harbor Stagnant Water. positive Positioning Lets Doctors Smoothly Place The Delivery Where They Want—and Keeps It In Place. led Coolant Indicator Lights Up When A Handpiece Is Lifted Out Of The Holder, So There’s No More Second-guessing Which Knob To Use When Making Adjustments. customizable Placement With Six Positions On The Control Head, So Doctors Can Integrate Almost Any Devices They Choose. removable Tray Holder Is Integrated Stackable And Customizable. left/right Convertible Without The Use Of Tools. data Control System (dcs) Is Used To Control All Of The Electrical Components (fiber Optics, Heated Syringe, Touch Pad, Camera, Electric Micro-motors, And Dental Light). The Dcs Allows Plug And Play Add-ons. chair Lockout Stop Feature Prevents The Accidental Movement Of The Chair When A Handpiece Or Instrument Is In Use. · silicone Handpiece Tubing Contains Anti-microbial Alphasan® And Quick-disconnects Secured To The Control Block. Lighter, More Flexible And More Durable Than Vinyl Tubing. a 2.0 Liter, Quick-connect Water Bottle Is Designed With An Interior Pickup Tube Which Reduces The Chance Of Cross-contamination. the System Flush Toggle Has A Flow-through Design That Eliminates Stagnant Water And Flushes All Tubing simultaneously. · all Interior Water Lines Used Throughout Delivery System Contain Anti- Microbial Alphasan® Which Protects Against Microbial Colonization On Interior And Exterior Surfaces. the Control Head Provides Ample Space To Integrate Up To Six Clinical Devices. the Flex Arm Enables Easy Routing Of Cables And Tubing. usb Extension Cable Is Provided In Delivery System Umbilical. handpiece Holders Are Independently Adjustable A Full 45 Degrees To Allow Precise Positioning Of Instruments. dental Assistant’s Arm salient Characteristics articulated 6-axis Arm (long Arm) And 5-axis (short Arm) Allows For Vertical And Horizontal Adjustments And Greater Than 270° Range Of Positioning Of The Assistant’s Instrumentation, Promoting Improved Ergonomics And Safety For The Assistant, And Accommodating Both Two And Four Handed Dentistry. vertical Movement Of 22.75" (short Arm) To A Horizontal Movement Of 36" (long Arm). multiple Holder Configurations Including 3-position, 4-position, Or Dual 2- Position. individually Articulating Holders For Maximum Flexibility In Instrument Positioning. long Arm And Short Arm Versions Provide Options To Suit All Requirements. integral Solids Collector With Fine Mesh Screen To Trap Materials From Entering Vacuum System And Is Easily Maintained. modular, Push-on Connections On Both Ends Of Vacuum Tubings For Reliable Seal And Easy Maintenance. standard Multi-function Touchpad Provides Secondary Control Of The Chair, Light, And Accessory Functions. Designed To Be Used As A Handle For Easy Positioning Of The Assistant’s Arm. capability Of Holding Ancillary Devices (such As Curing Light, Warm Water Syringe, Etc.) ul Certified In Canada And United States. Ce Certified In Eu. dental Operating Light salient Characteristics three Axis Barycentric Positioning. Full 540 Degrees Of Horizontal Rotation. The Entire Light Head Rotates 500-600°, The Optics Head Rotates 105° ±5 Total (0° Up, 105° Down), The Optics Head Rotates 80° ±5° (±40° From Vertical). three Intensity Settings (15000/25000/30000lux) (1394/2323/2787fc) cure-safe Composite Setting (25000lux(2323fc)/yellow): Provides A “yellow” Light Providing Ample Illumination In The Oral Cavity Without The Premature Curing Of Photo-initiated Dental Materials. color Temperature: High Fidelity ~90 Cri/5000k For Accurate Color Rendering And Tissue Analysis. ability/ease Of Positioning: Rotation Axis About The Rigid Arm To Flex Arm Interface: There Is 315±5° Of Travel. The Vertical Travel Shall Be Achieved Via The Parallel Link System In The Flex Arm. This Travel Is To Be 27.9 Inches (71.1cm). flexible, Fracture Resistant Handles Stay Cool To Touch, Provide Positive Tactile Feel, And Protect Head From Potential Impact Damage. thermal Energy Output: 24 Btu/hr. Nominal At High Intensity. No Radiant Heat. No Bulb Replacement. 15-watt Power Consumption. orbital Led Array On Magnesium Chassis Dissipates Heat Passively, No Hot Surfaces Or Handles And Does Not Require A Cooling System Or Fan. full Touchpad Control Of Light Modes With Auto On/off Capabilities On A-dec’s Dcs Touch Pads. pattern And Shadowing Characteristics Exceed Iso 9680 Requirements. “stadium” Style Led Array Minimizes Shadowing Due To Blockage From Instruments And The Dental Team. When Properly Focused, The Light Pattern At 700 Mm Is 100±25mm X 150±25mm. Pattern Size Is Defined At 10% Of The Maximum Intensity. The Illumination Shall Decrease In Intensity Progressively And Smoothly Toward The Pattern Edge smooth Surface Exterior Parts Are Able To Be Cleaned And Disinfected Without Damage To The Light’s Surfaces Or Markings. ul Certified In Canada And United States. Ec Certified In Eu. this Is Not A Solicitation. This Information Is For Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. Contractors Responding To This Source Sought Notice Are Advised Their Response Does Not Ensureparticipation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Any Company Or Individual For Any Expense Associated With Preparation Or Participation In This Research. Interested Parties Should E-mail Responses To Wayne.v.thompson3.civ@health.mil. All Responses Must Be Received By 19 March 2024-10:00am Cst
DEPT OF THE NAVY USA Tender
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents
Details: Disclaimer:this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. 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 Solicit Or Award A Task Order 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. This Sources Sought Is A Market Research Tool Being Used To Determine Potential And Eligible Business Firms Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. sources Sought Synopsis: Maintenance, Repair, Overhaul & Logistic Support (mrol) Services Sources Sought 1.0 Introduction this Request For Sources Sought Is In Accordance With The Federal Acquisition Regulation (far) Part 15.2 And Is Published Only To Obtain Information For Use By Commander Fleet Readiness Centers (comfrc), Fleet Readiness Center, Aviation Support Equipment (frcase), Patuxent River/ Solomon's Island, Maryland. this Sources Sought Does Not Constitute An Invitation For Bids, A Request For Proposal, A Solicitation, A Request For Quote Or An Indication That The Government Will Contract For The Items Provided By Responder. The Government Will Not Reimburse Responders For Any Costs Associated With The Preparation Or Submission Of The Information Requested. Response To This Notice-is Strictly Voluntary And Will Not Affect Any Potential Offeror's Ability To Submit An Offer If A Solicitation Is Released. The Government Will Disregard Any Requests For A Solicitation Package. the Government Does Not Intend To Award A Contract On The Basis Of This Notice Or Otherwise Pay For The Information Requested. The Government Will Not Return Submittals To The Responders. The Government May Request That Responders Provide Additional Information/details Based On Their Initial Submittals. 2.0 Objective the Work Includes Modernization, Conversion, In-service Repair, Disassembly, And All Other Categories Of Mrol As Stated In The Performance Work Statement (pws). The Contractor Shall Provide Se Depot Level (d-level) And Intermediate (i-level) Scheduled (preventative) And Unscheduled (restorative) Maintenance; Which Includes The Servicing, Functional / Operational Testing, Repair And Replacement Of Unserviceable Parts, Assemblies, Subassemblies And Components; Making Structural Repairs, Fabrication Of Parts; Incorporation Of Modifications, Support Configuration, Reclamation, And Conversions; Perform Corrosion Control To Include Paint And Final Finish Of Se. This Work Supports Multiple Frcase Sites. the Contractor Shall Protect End Items And Component Parts Of Se To Ensure Against Damage. Disassembled End Items Delayed During Processing Shall Be Adequately Maintained And Protected To Prevent Damage And Corrosion. Also, The Contractor Shall Repair And Return All Items To Its Custodians In A Serviceable Condition Within The Planned Workload Standard Hours And Turnaround Time In Days. The Contractor Shall Maintain All Workload Standards. This Must Be Updated Throughout The Year As Engineered Standards Or Analysis Of Historical Performance Determine That A Change To The Workload Standard Is Necessary. the Contractor Shall Provide Se Rework Program Related Services That Support Supply And Provisioning Processes For The Mrol. These Services Consist Of Applying Analytical And Technical Disciplines Required To Ensure That Frcase’s Rework Capabilities Are Materially Sustained. The Principal Objective Of This Functional Area Is To Ensure That The Materials And Services Required For The Maintenance Of Warfighter Support Equipment Systems Is Available When Required, And That Materials Are Properly Stored And Transported, And That Inventories Are Managed In A Cost Effective Manner To Sustain Contractor Maintenance Of Equipment Inducted For Rework At Each Of The Frcase Sites. These Services Are Primarily Supported By Resources Located At Frcase Aboard The Navy Recreation Center Solomons, Md. 3.0 Eligibility product Service Code (psc) For This Requirement Is J017 – Maintenance, Repair, And Rebuilding Of Equipment-aircraft Launching, Landing, And Ground Handling Equipment north American Industry Classification System (naics) Code Is 488190 – Other Support Activities For Air Transportation Of 35,000,000. 4.0 Submission Information all 8(a) Businesses That Are Interested Should Submit A Capability Statement. The Results Of This Sources Sought Will Be Utilized To Determine The Availability Of 8(a) Small Business Set-asides And Their Capabilities. Only 8(a) Small Business Set-aside Categories Will Be Considered. This Market Research Is Being Used To Identify Potential And Eligible Firms Prior To Determining The Issuance Of A Solicitation. this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. 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. any Resultant Solicitation(s) Will Be Released On Solicitation Module On The Procurement Integrated Enterprise Environment (piee) At Https;//piee.eb.mil. And On System For Award Management (sam) On Https://www.sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor These Websites For Additional Information As The Direct Method Of Communication With The Government. the Government’s Intent Is To Receive And Review Industry Feedback/questions Within The Pws. All Answers To Questions That Provide Clarifications To The Posted Potential Requirement Will Be Provided As An Update To This Notice. Your Questions Shall Be Submitted Utilizing Attachment 1 Question Submittal Form. all Data Received In Response To This Request That Is Marked Or Designated Corporate Or Proprietary Will Be Protected. In Order To Protect This Information If You Would Like To Submit This Via Encrypted Email Please Contact The Below At Least One (1) Business Day In Advance To The Submission To Coordinate The Means For Submission. Information And Materials In Response To This Request Will Not Be Returned. No Phone Calls Will Be Accepted. interested Businesses Shall Submit Brief Capability Statements (no More Than 10 Pages In Length, Single Spaced, 11-point Font Minimum) Electronically In Microsoft Word Or Portable Document Format (pdf) To Ndidiamaka (ndidi) Umeh At (ndidiamaka.n.umeh.civ@us.navy.mil) And Kurt Dronenburg At (kurt.j.dronenburg.civ@us.navy.mil); No Later Than 12:00 Pm Eastern Time (et) On March 27, 2025. prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five (5) Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current E-mail And Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein no Phone Or Email Solicitations With Regard To The Status Of The Rfp Will Be Accepted Prior To Its Release. All Data Received In Response To This Sources Sought, Marked Or Designated As Corporate Or Proprietary, Will Be Fully Protected From Release Outside The Government. Information And Materials Submitted In Response To This Request Will Not Be Returned. Classified Material Shall Not Be Submitted. capability Statement Packages Should Demonstrate The Ability To Perform The Services Listed In The Attached Pws. Information Provided Should Include Specific Technical Skills Your Company Possess Which Ensures Capability To Perform The Tasks In The Pws. This Documentation Must Address, At A Minimum, The Following: Reference To The Sam.gov Notice Id Number N68520-25-rfpreq-qk00000-0063 And Title Of The Pws Being Referenced; a) Describe Past Or Current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five (5) Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Email And Telephone Number; b) Describe Experience In The Maintenance, Repair, And Overhaul Of Aviation Support Equipment Items. Please Include Details Such As Production Volume, Levels Of Maintenance Performed (organizational, Intermediate, Or Depot), Workforce Size And Employed Labor Categories, Etc. That Demonstrate Your Ability To Perform The Work; And c) Describe Experience In Logistics Support For Equipment Maintenance, To Include But Not Limited To: Managing Tool Rooms And Toolbox Inventories, Managing Warehouse And Inventories, And Ordering Of Parts. Please Include Details Such As Number Of Inventory Items Managed, Workforce Size And Employed Labor Categories, Etc. That Demonstrate Your Ability To Perform The Work. vendors Should Appropriately Mark Any Data That Is Proprietary Or Has Restricted Data Rights if The Company Finds Itself Not Capable To Perform All Parts Of The Pws, Please Specify Which Portions Of The Pws It Is Not Capable Of Accomplishing. If The Company Will Be Teaming Or Utilizing Subcontracts, Please Include Information Regarding Which Work The Subcontractor Will Be Responsible For And How The Prime Will Determine The Subcontractor Is Capable Of Accomplishing The Work. If Your Company Has Any Questions About The Structure Of The Pws, Or Areas That May Need Further Definition, Please Also Identify Those In The Response. responses To This Sources Sought, Including Any Capability Statements And Communications Regarding This Posting, Shall Be Electronically Submitted Via Email. All Responses Must Be Sufficient In Detail To Permit Agency Analysis To Establish Bona Fide Capability To Meet Requirements. prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five (5) Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Email And Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein any Other Specific And Pertinent Information As Pertains To This Particular Area Of Procurement That Would Enhance The Government’s Consideration And Evaluation Of The Information Submitted. Questions And Comments Are Highly Encouraged.
DEPT OF THE NAVY USA Tender
United States
Closing Date26 Mar 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For Naval Surface Warfare Center Philadelphia Division (nswcpd) subject: Naval Surface Warfare Center, Philadelphia Division (nswcpd) Code 102 Multiple Award Construction Contract (macc). this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Firms Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition. sources Sought Date: 12 March 2025 contracting Office: N64498 naics Code: 236220 / $45m Size Standard classification Code (psc/fsc): Y1jz incubment: N/a, New Requirement previous Strategy: N/a technical Code: Code 1022 anticipated Award Date: Q3 Fy26 response Date: 26 March 2025 contact Points: David Rhoads contract Type – An Indefinite-delivery Indefinite-quantity (idiq) Multiple Award Construction Contract(s) (macc(s)) Firm-fixed-price Contract Type Is Anticipated. period Of Performance – The Base Contract Performance Period Will Span Five Years From The Date Of Award. Each Task Order Will Identify Specific Completion Date. work Location Requirements – Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Philadelphia, Pa. estimated Ceiling - The Cumulative Total Of All Task Orders Issued Under The Idiq Macc Among All Macc Holders Will Not Exceed The Total, Maximum Contract Ceiling Amount Of $50,000,000. Projects For The Macc Have An Estimated Total Cost Between $250,000 And $2,500,000; However, Smaller And Larger Dollar-value Projects May Be Considered By The Government. scope – The Naval Surface Warfare Center, Philadelphia Division (nswc-pd) Division 102 Is Seeking Sources To Provide All Management, Labor, Material, Equipment, Transportation, Supervision, Environmental, Quality, And Security Controls To Accomplish Simultaneous Sustainment, Repair, Maintenance (srm) And Minor Construction Projects At Its Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Locations. in General, Construction Projects Performed Under This Macc Will Require The Ability To Manage Multiple Task Orders Concurrently At Both Nswcpd Locations. This Macc Will Encompass A Range Of Design-build (db) And Design-bid-build (dbb) Projects That Include, But Are Not Limited To, New Minor Construction; Demolition, Repair, Alteration, And Renovation Of Existing Buildings, Systems And Infrastructure; And, May Include Civil, Structural, Mechanical, Electrical, Fire Protection, And Communication Systems. Types Of Facilities Include Administrative, Industrial, Maintenance, Warehouses, Light Laboratories, Full-scale Test Sites, Communications, Personnel Support, Recreation, Parking Lots, Roads, Etc. In Support Of Nswcpd. more Specifically, Projects Carried Out Under The Nswcpd Macc May Include, But Are Not Limited To, The Following Facility Types, Equipment, And Systems: a) Roofing b) Interior/exterior Renovations c) Heating, Ventilation, And Air Conditioning (hvac) d) Painting e) Paving f) Low Impact Development (lid) g) Environmental/hazardous Material Abatement h) Concrete/foundation Work i) Electrical Systems Maintenance / Renovations j) Fire Protection And Life Safety k) Telecommunication l) Plumbing m) Facility And Personnel Security Systems n) Furniture, Fixtures, And Equipment o) Elevators p) Cooling Towers work Performed Under This Contract Will Be Complex In Nature And Require Multiple Technical And Professional Disciplines Working Simultaneously To Include Coordination With Architect-engineer (a-e) Contractors As Necessary. All Such Work Shall Be Accomplished In Strict Accordance With Applicable Or Relevant And Appropriate Navy And Local Instructions, Processes, And Procedures And Applicable Building And Life Safety Code Requirements. capability Statements: interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following: section 1: Introduction. Identify The Sources Sought Number And Title section 2: Corporate Description. name Of Company And Address ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb) points Of Contact, Including: Name, Title, Phone, And E-mail Address cage Code And Unique Entity Identifier (uei) (1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Safety, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Identified Scope Of Work. (2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort. section 2. Past/current Performance. Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Above Identified Scope Of Work. section 3. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Above Scope. Information Should Include: the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Identified Scope. the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Above Identified Scope. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified. contractor’s Ability To Begin Performance Upon Contract Award. note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence. note: No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Responses Must Be Received No Later Than 12:00pm Est On 26 March 2025 By E-mail To David.a.rhoads8.civ@us.navy.mil. milestones – It Is Anticipated That Procurement Milestones Will Occur On Or Around The Following Dates: set Aside Determination/synopsis Issued: June 2025 solicitation Issued: September 2025 solicitation Closed: November 2025 award Date: June 2026 performance Start: July 2026
Roads And Highways Department Tender
Civil And Construction...+2Bridge Construction, Paints and Enamels
Bangladesh
Closing Date27 Mar 2025
Tender AmountRefer Documents
Description: Painting Work Including Necessary Repair Works For Bridge/culvert And Guide Post Of Bhatiapara- Kalna-lohagara-narail-jashore Road (n-806),narail-kalia Road (z-7502) & Narail(tularampur)- Maijpara Road (z-7504) Under Road Division Narail During The Year 2024-2025.
Airports Authority Of India - AAI Tender
Electrical Works...+1Electrical and Electronics
GEM
India
Closing Date2 Apr 2025
Tender AmountINR 15.2 Million (USD 174.4 K)
Description: CATEGORY: Job Contract for Operation preventive and breakdown
maintenance of 33KV , Dehydration and filtration of
transformer oil , Calibration of AMA make Clinometer from
OEM laboratory , Painting with synthetic enamel paint of
approved brand , Carry out photometric and chromaticity
test for the year 25 26 , Carry out photometric and
chromaticity test for the year 26 27 , Annual Maintenance of
110 Volts for the year 2025 26 , Annual Maintenance of 110
Volts for the year 2026 27
DEPT OF THE AIR FORCE USA Tender
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Description: Combined Synopsis/solicitation (iaw Far 12.603) the Air Force 301st Operational Contracting Flight At Nas Fort Worth Jrb, Tx Is Issuing This Combined Synopsis/solicitation For Commercial Items, Paint Spray Booth. 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; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. this Solicitation Is Being Issued As A Request For Quotation (rfq), And The Solicitation Number Is Fa667524q0007. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Dfars Change 17 January 2025, And Daffars Change 16 October 2024. set Aside: This Solicitation Is Being Issued As A Competitive, 100% Small Business Set-aside Under North American Industry Classification System (naics) 423830, Product/service Code J080, With A Size Standard Of 500 Employees. description: This Solicitation Is For The Purchase Of The Following Commercial Items To Include Delivery To The Destination: one (1) Brand Name Or Equal Paint Spray Booth. installation And Training Are Included In This Solicitation. this Is A Brand Name Or Equal Requirement. See Attachment 1 – Specification Sheet For Product Requirements. award Type: Firm-fixed-price Purchase Order delivery Terms: Fob Destination. specific Delivery Address Will Be Provided Upon Contract Award. All Quotes Must Include An Estimated Delivery Period For Each Item Of Supply. address: Naval Air Station / Jrb, Tx 76127 far Provision 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition And The Following Addendum Applies: far 52.212-1 Addenda: offerors’ Quotation Shall Conform To The Required Clin Structure Shown On The Offeror’s Information Attachment. Also, Any Offeror Not Conforming To The Required Minimum Salient Characteristics Listed Within The Attached Specifications Sheet And To This Solicitation May Be Deemed Unacceptable And Therefore Ineligible For Award. the Following Words Stating “offer”, “offeror”, And “proposal” Are Replaced With “quotation”, “vendor”, And “quote”. paragraph (b) (4) Is Revised As Follows: A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In This Solicitation Are Required With Submission Of Quote. paragraph (c) First Sentence Revised As Follows: The Vendor Agrees To Hold The Prices In Its Quote Firm For 90 Calendar Days From The Date Specified For Receipt Of Quotes. best Value Source Selection Approach: Lowest Price Technically Acceptable (lpta) evaluation Criteria: Evaluation For Award Will Be Conducted In Accordance With Far Part 12, Commercial Items. The Lowest Price Quote Will Be Reviewed For Technical Acceptability. Technical Acceptability Is To Be Based On Conformance To The Requirements Detailed. If Found Technically Acceptable, No Further Reviews Will Be Conducted. If Found To Be Unacceptable, The Next Lowest Priced Response Will Be Evaluated. far Provision 52.212-3, Offeror Representations And Certifications -- Commercial Items With Alternate I Applies To This Acquisition. The Offeror Verifies By Submission Of Their Offer That The Representation And Certifications Currently Posted Electronically In The System For Award Management Have Been Entered Or Updated In The Last 12 Months And Are Current, Accurate, Complete, And Applicable To This Solicitation. contractors Must Have Either Sam Account Updated With Far 52.204-26, Covered Telecommunications Equipment Or Services Representation; Date Oct 2020 Or Later. If Your Sam Account Is Not Updated, Then The National Defense Authorization Act Section 889 Form Must Be Completed With Your Rfq Submission. provisions / Clauses: See Attachment 2 – Provisions And Clauses And Appendix A – Supplemental Provisions And Clauses (daffars) Below. funding Status: This Acquisition Is Currently Funded. registration/certifications: In Order To Be Considered For This Requirement, You Must Have An Active Company Profile In System For Award Management (sam.gov). invoicing: In Accordance With 31 U.s.c. 3332, Electronic Funds Transfer (eft) Is Required For Payments. All Payments Are To Be Paid Via The Internet Through The Wide Area Workflow (now Called Piee) System. Wawf/piee May Be Accessed At Https://piee.eb.mil/. Payment Information May Be Accessed Using The Dfas Website At Https://www.dfas.mil. points Of Contact: contracting Officer: Nicholas Fyffe - Nicholas.fyffe.4@us.af.mil contract Administrator: Lydia Carlton – Lydia.carlton@us.af.mil questions: Submit Questions By E-mail To Both Pocs Listed Above Utilizing Attachment 4 - Rfi. The Cutoff To Submit Questions Is March 20, 2025 @ 10am Cdt. Answers To Questions Will Be Posted As An Amendment To The Solicitation On Sam.gov By March 31, 2025 @ 10am Cdt. submission Instructions: Submit Quotes By E-mail To Both Pocs Listed Above No Later Than Thursday, April 10, 2025 @ 10am Cdt. It Is The Offeror’s Responsibility To Get The Proposal In On Time And Should Allow Sufficient Time To Clear Any And All Email Servers. Microsoft Office And Adobe Pdf Files Are The Accepted Forms Of Files To Be Submitted. Please Limit File Size To 3mb Or Less And Include Your Company’s Cage, Duns, Delivery Period, And Any Discount Payment Terms. Quotes Submitted Prior To Close Date Are Welcome. your Quote Must Include But Is Not Limited To The Following: completed (must Be Signed) Attachment 3 – Offeror’s Information product Data Sheets Or Any Other Technical Information Necessary For Technical Evaluation Of The Offered Product. complete All Appropriate And Applicable Representations And Certifications In Attachment 2 – Provisions And Clauses. quotes Must Be Valid For At Least 90 Days. all Price Quotations Must Be Submitted Via The Offeror’s Information Attachment. Separate Quotes On Company Letterhead Can Be Provided For Supplemental Information, But All Technical Submissions Must Be Submitted On A Separate Document. appendix A – Supplemental Provisions And Clauses (daffars) 5352.201-9101 Afrc Ombudsman 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ods) 5352.223-9001 Health And Safety On Government Installations 5352.242-9000 Contractor Access To Air Force Installations commercial Vehicle Access To Nas Fort Worth Jrb 11 Sep 2015 Notice nas Fort Worth Jrb Has Opened The New Commercial Vehicle Gate Facility. The Gate Operational Hours Will Be 0630 To 1400, Monday Through Friday, And Will Serve As The Sole Entry Point For Commercial Deliveries To The Installation. Hours Are Subject To Change. The Gate Entrance Is Located At The Intersection Of Alta Mere Drive (state Road 183) And Ridgmar Meadows Road. To Ensure Safety, Personally Owned Vehicles (povs) Are Not Authorized To Use This Gate. specific Types Of Vehicles Will No Longer Be Allowed To Use The Main Gate On Pumphrey Lane And Must Now Enter The Installation Via The New Commercial Gate Facility. These Types Of Vehicles Are All Commercial Deliveries (regardless Of Vehicles Size), Commercial Vehicles Towing Trailers And Commercial Vehicles With Enclosed Sides (such As Commercial Panel Vans). These Vehicles Will No Longer Be Authorized Entry At The Main Gate. The Required Documentation For Installation Access Will Remain Unchanged. Unannounced Delivery Attempts Outside Of Normal Delivery Hours Will Be Turned Away. Mission Essential/emergency After Hour Deliveries Must Be Pre-coordinated With The Security Department. contractors In Personally Owned Vehicles (povs) And Company Passenger Vehicles (without Trailers) Will Still Use The Main Gate On Pumphrey. federal Holidays new Year’s Day - 1 January martin Luther King’s Birthday - Third Monday In January presidents Day - Third Monday In February memorial Day - Last Monday In May juneteenth – 19 June independence Day - 4 July labor Day - First Monday In September columbus Day - Second Monday In October veterans Day - 11 November thanksgiving Day - Fourth Thursday In November christmas Day - 25 December ombudsman Hq Rep: mr. Dean D. Sniegowski, Afrc /ds, 555 Robins Parkway, Suite 250c, Robins Afb, Ga 31098. Comm: 478-327-1008. Concerns, Issues, Disagreements, And Recommendations That Cannot Be Resolved At The Center/majcom/dru/smc Ombudsman Level, May Be Brought By The Interested Party For Further Consideration To The Air Force Ombudsman, Associate Deputy Assistant Secretary (adas) (contracting), Saf/aqc, 1060 Air Force Pentagon, Washington Dc 20330-1060, Phone Number (571) 256-2395, Facsimile Number (571) 256-2431. attachments: 1.) Specification Sheet 2.) Provisions & Clauses 3.) Offerors Information 4.) Rfi National Defense Authorization Act Section 889 Form
1-10 of 4324 active Tenders