Survey Tenders
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Caution: This Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Specialized Expertise, Capabilities, And Experience To Meet The Requirements To Provide Repair Procedure And Technical Data Package Development For B-2 Structural And Electronic Assemblies. This Effort Requires A Minimum Of A Secret/sap Level Of Security Clearance. Contractors/institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey.
the Air Force Is In Search Of Prospective Vendors For An Engineering Services Effort Regarding The B-2 Ku-band (lower) Antenna. This Antenna Is Part Of The B-2 Ku-band Radar To Identify And Determine The Range And Bearing Of The Vehicle. Secondly, It Is A Secondary Structure That Forms A Portion Of The Outer Mold Line. The Unit Is Designed For Low Observable And Nuclear Environment Operations.
the Ku-band (lower) Antenna Is No Longer In Production And Currently The Usaf Does Not Have Repair Capability. The Purpose Of This Effort Will Be To Resolve Obsolescence, Develop, And Qualify A Sustainable Configuration For Manufacturing. Potential Vendors Must Be Capable Of Performing The Following Tasks And Meet The Following Requirements:
evaluation Of Bom, All Production/test Equipment, And Documentation
identify Parts And Materials That Are Presently Obsolete And/or That Are Projected To Be Obsolete Within Six Years.
based On The List Of Current And Projected Obsolescence, The Contractor Shall Identify And Evaluate Proposed Alternatives For Long Term Sustainment. Lru Form, Fit, And Function Shall Be Maintained.
meet All Existing, Most Current Ku-band (lower) Antenna Specification Requirements.
address And Perform All Testing Requirements For Implementation Of The Proposed Solution.
the Obsolescence Solutions Shall Include, But Are Not Limited To, Obsolete Support For Test/support Equipment, Obsolete Processes, Obsolete Raw Materials, Obsolete Manufacturers Or Vendors, Obsolete Government And Industry Standards And Specifications, Insufficient Or Missing Technical Data, And New Laws And Regulations.
develop And Deliver A Level 3, Full Production Technical Data Package.
at This Time, Northrop Grumman Is The Only Known Source With Qualifications To Execute This Effort.
prior To Release Of Technical Data To Prospective Vendors, These Vendors Must First Submit Their Capabilities And Past Performance To Demonstrate The Following:
define, Plan, Implement, And Test Items Of Low Observable Applications
repair And Manufacture Other B-2 Aircraft Antennas That Also Function As Outer Mold Lines
perform Form, Fit, Function B-2 Aircraft Integration Testing
perform B-2 Aircraft Environmental Testing Requirements
maintain An As9110 (or Equivalent) Quality System
employ Only Individuals Who Can Pass A Defense Investigative Service Background Check Required For A Secret Clearance And Maintain Such Clearance.
maintains A Corporate Cost Accounting System That Meets The Requirements Of Dcma And/or Dcaa.
must Not Be Owned (directly Or Indirectly) By A Foreign Company(ies) Or Individual(s) For The Duration Of Any Potential Government Contract.
as A Small Or Large Business, Do You Believe Conditions Exist For A Small Business Set-aside In Accordance With Far 19.502-3(a) For Any Portion Of The Requirement Described Above? If Yes, Please Indicate Which Portion Of The Requirement And The Most Appropriate Naics Code For Each Portion. Of The Portion Of Work You Identified As Having The Potential To Be Small Business Set-aside, Are You Most Interested In Performing As A Prime Contractor Or Subcontractor For The Requirement Described Above? Please Indicate Whether You Would Qualify As A Small Or Large Business Under The Naics Code You Believe Is Most Appropriate.
if You Are A Small Business, Of The Portion Of Work You Identified As Having The Potential To Be Partially Set-aside, Are You Capable Of Performing At Least 50% Of The Work, In Order To Comply With Far Clause 52.219-14, Specifically 52.219-14(c)(1), “at Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern.”
if You Are A Small Business Interested In Performing A Portion Of The Requirement As A Set- Aside, Provide A Brief Summary Of Your Company’s Experience And Past Performance Within The Past Three Years As A Prime Contractor As It Relates To The Magnitude Of This Anticipated Requirement And/or The Portion Of The Work You Identified As Having The Potential To Be Partially Set-aside.
if A Large Business, Relative To Naics Code 541330, Submit The Reasonable Expectation Of Subcontracting Opportunities For Small Business Concern(s) To Provide Materials, Parts And/or Services In Support Of Your Capabilities To Meet The Requirements Of This Effort.
Closing Date26 Sep 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: Caution: This Market Survey Is Being Conducted To Identify Potential Sources That May Possess The Specialized Expertise, Capabilities, And Experience To Meet The Requirements To Provide Repair Procedure And Technical Data Package Development For B-2 Structural And Electronic Assemblies. This Effort Requires A Minimum Of A Secret/sap Level Of Security Clearance. Contractors/institutions Responding To This Market Research Are Placed On Notice That Participation In This Survey May Not Ensure Participation In Future Solicitations Or Contract Awards. The Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Survey.
the Air Force Is In Search Of Prospective Vendors For An Engineering Services Effort Regarding The B-2 Zsr Band 2 Antenna, Rh Upper. This Antenna Is Part Of The B-2 Dms Subsystem For Receive And Transmit Functions. Secondly, It Is A Secondary Structure That Forms A Portion Of The Outer Mold Line. The Unit Is Designed For Low Observable And Nuclear Environment Operations.
the Zsr Band 2 Antenna, Rh Upper Is No Longer In Production And Currently The Usaf Does Not Have Repair Capability. The Purpose Of This Effort Will Be To Resolve Obsolescence, Develop, And Qualify A Sustainable Configuration For Manufacturing. Potential Vendors Must Be Capable Of Performing The Following Tasks And Meet The Following Requirements:
evaluation Of Bom, All Production/test Equipment, And Documentation
identify Parts And Materials That Are Presently Obsolete And/or That Are Projected To Be Obsolete Within Six Years.
based On The List Of Current And Projected Obsolescence, The Contractor Shall Identify And Evaluate Proposed Alternatives For Long Term Sustainment. Lru Form, Fit, And Function Shall Be Maintained.
meet All Existing, Most Current Zsr Band 2 Antenna, Rh Upper Specification Requirements.
address And Perform All Testing Requirements For Implementation Of The Proposed Solution.
the Obsolescence Solutions Shall Include, But Are Not Limited To, Obsolete Support For Test/support Equipment, Obsolete Processes, Obsolete Raw Materials, Obsolete Manufacturers Or Vendors, Obsolete Government And Industry Standards And Specifications, Insufficient Or Missing Technical Data, And New Laws And Regulations.
develop And Deliver A Level 3, Full Production Technical Data Package.
at This Time, Northrop Grumman Is The Only Known Source With Qualifications To Execute This Effort.
prior To Release Of Technical Data To Prospective Vendors, These Vendors Must First Submit Their Capabilities And Past Performance To Demonstrate The Following:
define, Plan, Implement, And Test Items Of Low Observable Applications
repair And Manufacture Other B-2 Aircraft Antennas That Also Function As Outer Mold Lines
perform Form, Fit, Function B-2 Aircraft Integration Testing
perform B-2 Aircraft Environmental Testing Requirements
maintain An As9110 (or Equivalent) Quality System
employ Only Individuals Who Can Pass A Defense Investigative Service Background Check Required For A Secret Clearance And Maintain Such Clearance.
maintains A Corporate Cost Accounting System That Meets The Requirements Of Dcma And/or Dcaa.
must Not Be Owned (directly Or Indirectly) By A Foreign Company(ies) Or Individual(s) For The Duration Of Any Potential Government Contract.
as A Small Or Large Business, Do You Believe Conditions Exist For A Small Business Set-aside In Accordance With Far 19.502-3(a) For Any Portion Of The Requirement Described Above? If Yes, Please Indicate Which Portion Of The Requirement And The Most Appropriate Naics Code For Each Portion. Of The Portion Of Work You Identified As Having The Potential To Be Small Business Set-aside, Are You Most Interested In Performing As A Prime Contractor Or Subcontractor For The Requirement Described Above? Please Indicate Whether You Would Qualify As A Small Or Large Business Under The Naics Code You Believe Is Most Appropriate.
if You Are A Small Business, Of The Portion Of Work You Identified As Having The Potential To Be Partially Set-aside, Are You Capable Of Performing At Least 50% Of The Work, In Order To Comply With Far Clause 52.219-14, Specifically 52.219-14(c)(1), “at Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern.”
if You Are A Small Business Interested In Performing A Portion Of The Requirement As A Set- Aside, Provide A Brief Summary Of Your Company’s Experience And Past Performance Within The Past Three Years As A Prime Contractor As It Relates To The Magnitude Of This Anticipated Requirement And/or The Portion Of The Work You Identified As Having The Potential To Be Partially Set-aside.
if A Large Business, Relative To Naics Code 541330, Submit The Reasonable Expectation Of Subcontracting Opportunities For Small Business Concern(s) To Provide Materials, Parts And/or Services In Support Of Your Capabilities To Meet The Requirements Of This Effort.
Closing Date26 Sep 2025
Tender AmountRefer Documents
E E M Ltd Tender
Services
Consultancy Services
United Kingdom
Details: Eem Is Looking To Create A List Of Approved Contractors Who Can Deliver A Number Of Or All Of The Following Elements Of Work During The Course Of The Dps:category 1 - Damp And Mould Surveys And Inspectionsub-categories- Damp And Mould Surveys And Inspection•identify The Damp/mould Problem Within Properties•determine The Source Of Moisture•inspect Any Existing Damp Proof Course (where Necessary)•inspect Any Problems With The Building Structure•identify Potential Future Problems Resulting From Damp (such As Dry Rot Or Wet Rot)•advise On Additional Steps (if Any) That Are Required To Safeguard Properties•photographs To Support Findings•where Requested And Appropriate, Contractors Should Provide A Calcium Carbide Test•provide A Comprehensive Summary Of What Damp Treatments Are Needed- Timber Surveys And Reports- Condensation Surveys And Reports- Associated Workscategory 2 - Damp And Mould Remediation Workssub-categories- Injection Of Liquid Dpc’s (bba Certified)- Damp And Mould Remediation Works•tanking Works•repair Works To Damp Damaged Finishes And Fittings•repair And Remediation Works To Joists And Other Timbers (damp Damage)•cavity Wall Insulation Removal And Reinstallation And Ancillary Works•brickwork Pointing•stain Blockingcondensation Control•ventilation Measures•mould Dna Testing•mould Treatment•mould Removaltimber Treatments•treatment Of Wet And Dry Rot•treatment Of Woodworm Infestations•stopping The Source Of Moisture•damaged Area Removal•timber Replacementassociated Works•wallpaper Stripping•plastering•gutter Clearance
Closing Date29 Oct 2028
Tender AmountRefer Documents
Communities And Housing Investment Consortium Limited Tender
Services
Consultancy Services
United Kingdom
Details: Category 1: Asbestos Surveying.including But Not Limited To All Asbestos Surveying Services To Include (but Not Limited To) Surveying, Samplingand Analysis Of Asbestos To Domestic And Communal / Commercial Areas (both Occupied And Void) To Therelevant Current British Standards At The Time Of Draw Down.contracts Awarded Under This Dps Category May Include All Or A Mix Of The Works And Services Highlightedabove. Estimated Total Value Of Contracts To Be Awarded Under This Category During The 60 Month Period Is 25000 000 Gbp.
Closing Date20 Apr 2028
Tender AmountRefer Documents
MISSILE DEFENSE AGENCY MDA USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Update 4feb25, Mapss Acquisition Strategy Has Been Approved. White Paper Outlining Tranches, Estimated Solicitation Dates, Naics/psc Determinations Are Being Provided.
update 4nov24, Mapss Tranche And Crosswalk Update Provided. Specific Dates For Fopr/rfp Release & Award Cannot Be Provided At This Time.
update 23oct24,the Following Requirements, Previously Identified As Tranche 1, Are Being Moved To Tranche 3: Core Engineering, Sensors And C2 Engineering, Ground Based Weapons Engineering & Sea Based Weapons System Engineering.
update 16sep24, Rfis For Tranche 1, Tranche 2 And Tranch 6 Have Been Updated. Please See V2 Of The Referenced Documents. Rfi Responses For All Tranches Are Due 3 Oct 2024. This Special Notice Is Open Until 4 Oct 2025 To Allow Us To Continue Posting Updates Under The Original Mapss Announcement.
update 13sep24, Rfis For Tranches 1-6 Are Provided. Responses Are Due 12:00p.m. Cst On Thursday, 3 Oct 24.participation Is Voluntary, But Encouraged If Your Company Is Interested In Competing For A Future Mapss Requirements. This Is Initial Market Research To Solicit Industry’s Feedback Which Will Be Used To Form The Basis Of The Overall Mapss Acquisition Strategy. Market Research Will Be Refreshed In Future Years - By Tranche - To Ensure The Acquisition Strategy Remains Relevant. The Final Naics Determination And Contract Vehicle For Each Requirement/capability Area Will Depend On The Group Of Work Solicited At The Time Of Proposal Request.
update 1aug 24, Mapss Small Business Conference Powerpoint Presentation Is Now Available.
update 3april24 Mapss Industry Day Webinar Questions & Government Responses Have Been Posted.
update 2april24. Mapss Industry Day Webinar Presentation Is Now Available.
update1march24. 1) Special Notice For Industry Day Webinar Updated. If You Plan To Attend, Please See Updated Attached Notice For More Information. Registration Now Closes Cob 21 March 2024. 2) Please See Attached Updated Mapss Request For Information (rfi) Industry Survey. Response Deadline Extended To Cob 5 April 2024.
update 14feb24. Please See Attached Mapss Request For Information (rfi) Industry Survey. Responses Are Due Cob 15 March 2024.
update 9feb24, This Special Notice Is To Provide Information On The Industry Day Webinar For The Mda Mapss Acquisition. This Industry Day Webinar Is Scheduled For 22 Mar 2024 And Is Open To All Potential Offers. If You Plan To Attend, Please See The Attached Notice For More Information. Registration Closes 19 Mar 2024.
update 29jan24, The Government Is Providing An Informational Paper. Inquiries Regarding Mapss Should Be Submitted By Email To Mapss@mda.mil.
update- The Government Is Providing An Update To The Mapss Tranches.
this Special Notice Is Intended To Communicate To Industry The Projected General Approach For The Mda Agile Professional Services Solutions (mapss) Procurement Which Is The Follow-on To Teams-next. Mapss Is Mda’s Fourth Generation Professional Services Program Providing Advisory And Assistance Services Support For The Agency.
under The Mapss Program, The Government Intends To Conduct Market Research And Acquisition Strategy Development Incrementally In 4 Tranches To Help Ensure Decisions Are Relevant For Requirements That In Some Cases Won’t Begin Until Fy 2029. Requirements Structure, Naics Codes, Small Business Set-aside Decisions, And Other Elements Of The Strategy Informed By Market Conditions Will Be Determined Based On Current Market Research During Planning For Each Tranche.
as Part Of The Market Research For The First Tranche, Mda Is Evaluating The Potential Use Of The General Services Administration’s (gsa) Oasis+ Best-in-class (bic) Indefinite Delivery Indefinite Quantity (idiq) Multi-agency Contracts (mac). Industry Is Encouraged To Prepare And Posture Themselves To Compete In This Environment In The Event That Mda Determines That The Oasis+ Contracts Best Accommodate The Government’s Requirements. Vendors Interested In Learning More About Oasis+ Can Find Information On Gsa’s Interact Portal (https://buy.gsa.gov/interact/community/196/activity-feed).
this Is Not A Request For Information. The Government Is Not Requesting Responses To This Notice. Further Notifications, Market Research, And Solicitation Activities For Requirements Under The Mapss Program Will Be Posted At A Later Time.
approved For Public Release
23-mda-11573 (1 Sep 23)
Closing Date4 Dec 2025
Tender AmountRefer Documents
Iarnr D Eireann Irish Rail Tender
Ireland
Details: The Qualification System Will Be Established For A Period Of Four Years From 15th August 2023 To 15th August 2027, With An Option To Extend Into Year Five And A Second Option To Extend Into Year Six At Ie’s Discretion. Applicants May Apply For Inclusion At Any Stage During The Life Of This Qs. Successful Candidates Will Be Expected To Be Able To Provide Ground Investigation Service, Utility Mapping And Structural Investigations To All Locations On The Irish Rail Network. The Purpose Of The Ground Investigation Service Will Be To Provide Factual Data And Interpretive Information In Factual And Interpretative Reports Respectively In Accordance With The ’specification And Related Documents For Ground Investigation In Ireland’, Engineers Ireland, Second Edition 2016’ To Facilitate The Detailed Design Of The Permanent And Temporary Civil And Structural Engineering Works. This Includes Examination Of Various Sites Along The Rail Network To Establish The Details Of The Different Soil Types/conditions, Water Levels Occurring To Aid In The Design Of Main Works And Waste Disposal Recommendations. The Exploratory Holes, Probing And In-situ And Laboratory Testing Will Be Used To Assess The Associated Ground Conditions For Various Civil Engineering Works. The Service Provider Shall Be Capable Of Carrying Out Shell And Auger, Cable Percussion, Rotary Coring And Window Sample Boreholes, Structural Coring, Trial Pitting, Slit Trenching, Dynamic Probing, In-situ And Laboratory Testing, Soil And Groundwater Sampling, Geophysical Surveying And Groundwater Level Monitoring. Applicants Are Advised That A Sizeable Amount Of Works Will Need To Be Carried Out Under Track Protection At Night, Including Weekend Nights. The Service Provider Shall Be Capable Of Preparing Detailed Factual And Interpretative Report In Accordance With Is En 1997-2:2007 And The Specification. These Reports Shall Be Prepared By Chartered Geotechnical Engineers, Chartered Engineering Geologist, Environmental Engineers And Environmental Scientists, The Reports Will Have To Be Issued To The Meet The Individual Project Programmes. The Service Provider May Be Required To Act As The Project Supervisor For The Construction Stage In Accordance With The Safety, Health And Welfare At Work (construction) Regulations And All Of Their Site Personal Must Be In Possession Of Irish Rail Approved Personal Track Safety (pts) Certificates Should They Be Required To Work On It Or Near The Railway Line. The Specific Investigation, Monitoring And Reporting Requirements For Each Project Will Be Detailed In Each Call-off Tender Documentation. Those Companies Successfully Appointed To The Qualification System Will Receive All Future Tender Enquires.. The Procurement Is Related To A Project And/or Programme Financed By European Union Funds: No
Closing Date15 Sep 2027
Tender AmountEUR 10 Million (USD 11.7 Million)
Meath County Council Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Description: Mh-hsg-dps-23-08 Establishment Of A Dynamic Purchasing System Dps For Site Investigation And Survey Works
Closing Date8 Aug 2026
Tender AmountRefer Documents
Meath County Council Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Description: Mh-hsg-dps-23-08 Establishment Of A Dynamic Purchasing System Dps For Site Investigation And Survey Works
Closing Date8 Aug 2026
Tender AmountRefer Documents
Meath County Council Tender
Ireland
Details: Meath County Council, As The Contracting Authority, Proposes To Create A Dynamic Purchasing System For Site Investigation And Survey Works In Connection With A Variety Of Sites/projects Throughout Meath County Councils Functional Area. The Purpose For Creating A Dps For Site Investigation And Survey Works Is To Provide A Single Point Of Contact For The Provision Of Construction Related Professional Services To The Local Authority For Housing Projects. The Majority Of The Work Anticipated To Take Place Under The Remit Of This Dps Relates To The Activities Of The Housing Section. All Projects Will Be Located Within The Council’s Administrative Area. The Services Of The Successful Candidates May, Or Otherwise, Be Used By Other Sections Of The Council.. The Procurement Is Related To A Project And/or Programme Financed By European Union Funds: No
Closing Date8 Aug 2026
Tender AmountEUR 2 Million (USD 2.3 Million)
Centraal Bureau Voor De Statistiek Tender
Netherlands
Description: Netherlands-the Hague: Survey Conduction Services
Closing Date7 Aug 2025
Tender AmountEUR 1 (USD 1)
2581-2590 of 2732 active Tenders