Survey Tenders

Survey Tenders

Capitalesourcing Tender

Environmental Service
United Kingdom
Closing Date19 Feb 2025
Tender AmountGBP 75 K (USD 93.1 K)
Description: Local Environmental Quality Surveys In Line With Defra Ni195 Guidance

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Details: W912ee - This Is A Sources Sought Notice And Should Not Be Construed As A Solicitation Announcement. The Submission Of This Information Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government To Procure Any Services, And The Vicksburg District Does Not Intend To Award A Contract On The Basis Of This Request For Information. the U.s. Army Corps Of Engineers (usace), Vicksburg District (mvk) Is Conducting Market Research To Facilitate A Determination Of Acquisition Strategy For This Procurement. The Determination Of The Acquisition Strategy For This Procurement Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Firms, Large Or Small Businesses, Interested In Performing The Required Work In The Required Locations. a Decision As To Whether The Work Will Be Set-aside For Specific Socio-economic Category Businesses Is Pending. We Would Like To Hear From Small Businesses, Small Disadvantaged Businesses, Hubzone Small Businesses, Woman-owned Small Businesses, Or Service-disabled Veteran-owned Small Businesses In Particular. In Any Case, If You Are Interested In This Work, Please Respond Accordingly. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. The Naics Code For This Acquisition Is 237990. The Business Size Standard For Naics Code 237990 Is $45 Million. this Sources Sought Synopsis Shall Not Be Construed As A Commitment By The Government, Nor Will Any Reimbursement Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow Up Information Requests. No Solicitation Is Currently Available. background And Purpose: the Purpose Of This Sources Sought Notice Is To Gauge Interest, Capabilities, And Qualifications Of Various Members Of The Construction Community, As The Government Must Ensure There Is Adequate Competition Amongst The Potential Pool Of Responsible Contractors. After Review Of The Responses To This Announcement And, If The Government Still Plans To Proceed With This Project, A Separate Solicitation Announcement Will Be Published On Sam.gov. Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. for The Purpose Of Market Research, Usace Mvk Will Be Utilizing This Request For Information To Determine The Availability Of Sources Capable Of Providing The Construction Services Required As Well As The Acquisition Approach Best Suited For This Project. project Description: the U.s. Army Corps Of Engineers, Vicksburg District, Requests Letters Of Interest From Qualified Construction Contractors Interested In Performing Construction Services For Tensas Parish, La, Point Pleasant-yucatan, La, Levee Enlargement And Berms, Mrl Item 411-r, Fc/mr&t, Wbmrl. The Work Consists Of Furnishing All Plant, Labor, Materials And Equipment, And Constructing Item 411-r Levee Enlargement And Berms, In Tensas Parish, Louisiana. Principal Features Of Work Include Mobilization And Demobilization, Clearing And Grubbing, Semicompacted Levee Embankment, Uncompacted Seepage Berm Embankment, Uncompacted Maintenance Berm Embankment, Ramps, Removing And Stockpiling The Existing Crushed Stone Surface, Traverses, Culverts, Cattle Guards, Adding New Crushed Stone Surfacing, Ditching, Mowing, Turfing, Erosion Control Matting, Storm Water Pollution Prevention, And Environmental Protection Features. response Format: responses Shall Not Exceed 10 Pages In Total, Inclusive Of All Offeror Attachments. A One (1) Page Executive Summary Shall Not Be Considered Part Of The Total Page Limit. The Capability Statement Shall Be Comprised Of The Below Information: 1. Brief History Of The Company. 2. Experience In Delivering Same Or Similar Services. This Section Shall Demonstrate The Offer’s Experience And Ability To Provide Skilled Personnel And Manage Requirements That Are The Same Or Similar To Those Addressed In The Project Description. 3. List Of Current Or Previous Contracts: The Offeror Shall Provide Contract Title, Contract Number, Period Of Performance, Dollar Amount, And Description Of Work Performed On Up To Five Government Contracts. List Should Be Limited To Work Performed Within The Last Five Years And Include Reference Name, Email, And Phone Number. 4. General Information: a. Firm Name, Address(es), Points Of Contact, Telephone Numbers, And Email Addresses b. Cage Code c. Naics (list All Naics Under Which Your Firm Is Registered) d. Offeror’s Business Size To Include Designation As Certified Small Businesses, 8(a) Contractors, Hubzone Certified Small Business Concerns, Service-disabled Veteran Owned Small Businesses, And Women-owned Small For 8(a) Contractors, Please Include Anticipated Graduation Date From The 8(a) Program. e. Identification Of Joint Venture, If Applicable (business Name, Business Size And Cage Code Of Jv). 5. Offeror’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars. submit To: submission Shall Be Via Email To Amy L. Starks, Contract Specialist, At Amy.l.starks@usace.army.mil. Responses Should Be Sent As Soon As Possible, But Not Later Than 2:00 Pm Central Time, February 06, 2025. Please Use The Following Subject Line For The Email: “w912ee25ba006 – Tensas Parish, La, Point Pleasant-yucatan, La, Levee Enlargement And Berms, Mrl Item 411-r, Fc/mr&t, Wbmrl.” Telephone Inquiries Will Not Be Accepted Or Acknowledged. all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Maintain An Active Registration For The Duration Of The Contract To Be Eligible For Award Of Government Contracts.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents 
Details: The Dla Aviation 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 This Requirement For Bearing, Plain, Self-aligning; Nsn 3120-01-206-8699. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332991. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 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 Bad 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. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 05, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: Sb5303-103 nomenclature: Bearing, Plain, Self-aligning nsn: 3120-01-206-8699 estimated Requirement: 2,512 Each technical Orders And Qualification Requirements Are Not Available.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Details: The Dla Aviation 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 This Requirement For Bearing Unit, Plain; Nsn 3130-00-409-2179. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332991. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 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 Bad 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. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 06, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: nomenclature: Bearing Unit, Plain nsn: 3130-00-409-2179 estimated Requirement: 37 Each technical Orders And Qualification Requirements Are Not Available.

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Closing Date6 Mar 2025
Tender AmountRefer Documents 
Description: Contract notice – general guideline, standard rule, open procedure (services) Planning of traction current reinforcement for line 8 Planning of traction current reinforcement for line 8, phases 1-7 Planning of traction current reinforcement for line 8 The invitation to tender includes the planning of the overhead line system described below in the Heag Mobilo tram network. The planning service includes service phases 1 to 7 (basic services) as well as special services. A traction current reinforcement is required for the Neckarstrasse / Heidelberger Strasse section of the route, between the Rheinstrasse / Neckarstrasse junction and the Landskronstrasse stop. For this, the existing single overhead line is to be replaced by a high-chain overhead line, flat-chain overhead line with reinforcement line or a combination of both types. A new overhead line system on masts and wall anchors in combination with the municipal lighting system, with a grid dimension of approx. 30.00 m, is to be planned. The lighting planning is to be coordinated with the public lighting and line coordination of the mobility and civil engineering office of the city of Darmstadt. As an additional service, surveying services in the Gauss-Krüger coordinate system, location status 100, are to be provided. Technical specifications: - Route length: Approx. 2,200 m - Track width: 1,000 mm - Nominal contact line voltage: DC 600 V / DC 750 V - Standard contact wire height: 5.50 m - System height: 1.60 m Execution planning: - Contact wire: Ris 120 - Suspension cable: Cu 150 mm2 - Reinforcement cable: 2 x Cu 120 mm2 - Contact wire side system: +/- 0.35 m - Insulation: Triple The current plan is to rebuild the existing system. For this, construction phase plans must be considered and drawn up, taking into account intermediate construction conditions in the connection areas. Note: A site visit is strongly recommended before submitting the offer. The appointment for this will be made via the Heag Mobilo GmbH awarding authority using the awarding platform.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents 
Details: The Dla Aviation 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 This Requirement For Indicator, Position; Nsn 6620-01-505-7921. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334519. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 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 Bad 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. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 05, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: 9393c51g01 nomenclature: Indicator, Position nsn: 6620-01-505-7921 estimated Requirement: 18 Each technical Orders And Qualification Requirements Are Not Available.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Details: The Dla Aviation 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 This Requirement For Bushing, Sleeve; Nsn 3120-01-320-9956. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332991. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 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 Bad 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. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 06, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: nomenclature: Bushing, Sleeve nsn: 3120-01-320-9956 estimated Requirement: 281 Each technical Orders And Qualification Requirements Are Not Available.

Oppidea Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
France
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Description: Framework Agreement with Purchase Orders for the Performance of Multi-Operation Services for Geotechnical and Hydrogeological Studies and Surveys for Building, Civil Engineering and Earthworks Sites as Part of Development and Construction Operations for the Needs of Oppidea and Europolia.

DEFENSE LOGISTICS AGENCY USA Tender

Security and Emergency Services
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: The United States Army Is Looking For Sources (manufacturers And Suppliers) With The Ability To Provide New Light Interference Filter (lif) To Support The Envg Psq-20b. The Light Interference Filter (lif) Is A Critical Component Of The Enhanced Night Vision Goggles (envg: Psq-20b). The Envg Is A Night Vision System That Amplifies Ambient Light And Provides Improved Night Vision. the Government Possesses The Technical Data Package (tdp) For The Part. The Tdp Is Available For Conditional Release. The Tdp Includes Conceptual Information. This Is Not A Developmental Effort. Alternate Designs Must Be Approved By Product Manager- Soldier Maneuver Sensors (pm-sms). This Is Not A Solicitation. This Is Only An Estimate And Will Not Bind The Contractor Or The Government In Any Way Or At Any Time Into A Contract With Any Of The Specified Terms Below. the Following Additional Naics Apply: 334290 the Government Requires An Estimated Quantity* Of 1000-5000 Lif, (nsn: 5855-01-611-2113) Over A 2-year Period. *quantities Listed Are Estimations And Not A Guarantee. Final Quantities Will Be Determined At Time Of Solicitation. suppliers Who Are Capable Of Supplying This Item Should Contact The Government Before February 3rd, 2024. Submissions Can Be Sent To Matthew.n.eberhardt.civ@army.mil. Responses Must Include A List Of Items The Supplier Is Able To Produce Or Source As Well As Documentation That The Supplier Can Provide The Army With A Physically And Functionally Component From The List Above. Examples Of Such Documentation Can Be Test Results, Copy Of Purchase Orders If The Supplier Was A Vendor To The Listed Source, Or A Statement From Listed Source Demonstrating That The Supplier Can Provide The Army A Solution. For More Information Contact Matthew Eberhardt At Matthew.n.eberhardt.civ@army.mil. the Government Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey. Therefore, Any Cost Associated With The Market Survey Submission Is Solely At The Interested Vendor's Expense. technical Point Of Contact: Matthew.n.eberhardt.civ@army.mil secondary Point Of Contact: Timothy.l.langan.civ@army.mil dla Aberdeen Small Business: Smbizlandcols@dla.mil

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Synopsis aircraft, F-16 Fighting Falcon; Gearbox Assembly, Ai the Dla-aviation 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 This Requirement For A Gearbox Assembly, Ai. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. the Solicitation Is Being Posted On Sam.gov At A Later Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 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. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 07 February 2025 Nlt 02:00 P.m. All Responses Under This Sources Sought Notice Must Be Emailed To Jenier.mitchell@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Jenier.mitchell@dla.mil appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: curtiss-wright Controls, Inc. Cage: 0ahp5 P/n 183210-1 moog Inc Cage: 0zwk8 P/n 2740012-2-1 nomenclature: Gearbox Assembly, Ai nsn: 1680-014506899 estimated Annual Demand: 49 Each
231-240 of 3207 active Tenders