Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Details: This Was Previously Posted As N0016424snb66 n00164-25-s-nb20 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Psc: J059, Naics 811210 issue Date: 4 December 2024 Closing Date: 6 January 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 6 January 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-25-s-nb20 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-25-s-nb20 In All Correspondence And Communication.

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon24 Feb 2025
Tender AmountRefer Documents 
Details: Attached You Will Find A Pdf Version Of The Below Rfi Verbage. Please Refer To That, As It Will Have The Proper Formatting/numbering. request For Information For: radiological Detection System (rds) 1.0purpose: this Is A Request For Information (rfi) Only. This Rfi Is Intended For Release To Sam.gov. The Department Of Defense, Department Of The Army, Joint Program Executive Office For Chemical, Biological, Radiological And Nuclear Defense (jpeo-cbrnd), Joint Project Manager Chemical, Biological, Radiological, And Nuclear Sensors (jpm S), Joint Product Leader For Radiological And Nuclear Defense (jpdl Rnd) Is Issuing This Rfi For Information And Planning Purposes; It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp. This Rfi Does Not Contractually Commit The Government For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay Any Cost Incurred In Response To This Rfi. Not Responding To This Rfi Does Not Preclude Participation If Future Rfps Are Issued. the Rfi Objective Is To Gain Information About Respondent’s Capabilities In Developing, Testing, And/or Manufacturing A Solution Capable Of Meeting The Requirements Set Forth In The “radiological Detection System (rds) Performance Specification” And Answer Questions Set Forth Below In Section. Each Respondent Shall Review The Rds Performance Specification (p-spec) And Provide Feedback Indicating Respondent’s Capabilities To Develop, Test And/or Manufacture A System Which Would Be Able To Meet The Government’s Requirements. To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs). in The Event That The Respondent’s Current System And/or Current Capabilities Do Not Meet The Government’s Requirements, But May Meet The Government’s Requirements In The Future, The Respondent Shall Provide The Anticipated Timeline For Meeting These Requirements. Each Response To This Rfi Shall Include: (1) Proposed System Description/information; (2) Responses To All Requested Information Noted Below In Section 4.0 “submission Criteria”. the Psc Code For This Rfi Is 6665 “hazard-detecting Instruments And Apparatus”. The Naics Code For This Rfi Is 334519 “other Measuring And Controlling Device Manufacturing”. 2.0 Background: the Objective Of The Rds Program Is To Provide A Rugged Radiation Detection, Indication And Computation (radiac) Meter That Replaces Legacy Radiological Survey Meters Currently Employed By The United States Air Force (usaf) (adm-300), United States Navy (usn) (multi-function Radiac (mfr) Suite), United States Coast Guard (uscg) (mfr Suite), United States Army (usa) (an/pdr-77 & An/vdr-2) And United States Marine Corps (usmc) (an/pdr-77). Rds Provides A Joint Solution That Eliminates (or Reduces The Risk Of) Parts Obsolescence, Increases Capability, Reduces Life-cycle Costs, And Addresses Operation Tomodachi Lessons Learned For Common, Interoperable Equipment With Adequate Sensitivity And Common Units Of Measure. Rds Will Be Fielded To All Four Services (army, Navy, Marines, Air Force) In Addition To The United States Coast Guard (uscg) And United States Special Operations Command (ussocom). In Addition, Canada And The United Kingdom (uk) Actively Participate In The Rds Program. on 12 September 2016, Jpdl Rnd Awarded Contract W911sr-16-d-0027 To Ludlum Doing Business As (dba) Visionary Products Inc. (vpi) For The Development And Production Of The Rds. Rds Was Approved For Full Rate Production (frp) In 2024. 3.0potential Future Need the United States Armed Services Is In Need Of Frp Rds Systems. Approximate Projected Total Quantities Over Five (5) Years Are: 16,000 Base Units 3,000 Beta Photon Probes 1,100 Alpha Beta Probes 200 Small Area Beta Gamma Probes 200 Sensitive Gamma Probes 200 Fidler Probes 700 Neutron Probes the Government Is Investigating An Indefinite Delivery, Indefinite Quantity (idiq) For The Frp Of The Rds. The Government Projects A Need For Rds Production Through 2043. The Anticipated Contract Type Is Firm Fixed Price (ffp). The Pricing Information Requested In Section 4 Shall Be Completed Assuming A Ffp Idiq. the Government Will Require At Minimum Government Purpose Rights (gpr) On All Technical Data Associated With The Rds System If Procured. 4.0submission Criteria: the United States Armed Services Is Exploring The Possibility To Award One Or More Contracts. Possible Contracts Could Include The Development, Testing And Manufacture Of The Rds System That Has The Same Form, Fit And Function Of The Current Design. Proposed Solutions Shall Meet The Requirements Described In This Section And The Rds P-spec. Respondents Shall Provide At Minimum The Following Information: responses Shall Be Submitted As Indicated Above And Shall Include, At A Minimum: (1) Rfi Title, “radiological Detection System (rds)”, (2) Company Name, (3) Company Address, (4) Telephone Number(s), (5) Email Address(es); (6) Website Address (if Available); (7) Type Of Business, Large Or Small (to Include Type Of Small Business); (8) Duns Number; (9) Cage Code; (10) Facility Clearance (yes Or No); (11) Information Paper Addressing The Areas Of Interest Listed In Section 4, Brochures, Published Technical Specifications; And (12) 3rd Party Performance Verification. Responses Shall Also Confirm Their Respondent’s Current Facility Clearance Level (fcl)(c, S, Ts, Etc.). Response Shall Also Include The Name, Telephone Number, And E-mail Address Of A Point Of Contact Having The Authority And Knowledge To Clarify Responses With A Government Representative. additionally, All Responses Shall Include Each Of The Following Items: general Synopsis Of The Respondent’s Solution To Delivering Systems That Will Meet The Rds Requirements Herein. Big Picture – Will The Respondent Be Able To Manufacture A System Based Off Of The Provided Specifications? Or Will Additional Development Of The Respondent’s Solution Be Required? If So, Please Provide Details On How Much/ What Additional Developments Will Be Required Along With An Estimated Timeframe To Incorporate Required Modifications. a Brief Description Of The Respondent’s Potential Version For The Rds Requirement To Include The Following: ability To Meet Each Requirement In The Rds P-spec Specifically Addressing The Following: can The Potential Version Satisfy The Government’s Requirements "as Is"? If The Potential Version Cannot Satisfy The Government’s Requirements "as Is", What Modifications Are Needed? if The Respondent’s Potential Version Currently Does Not Meet Government Minimum Required Specifications, Please Describe In Detail Which Of The Government Specifications Are Not Met And Why. technology Proposed For Detection (i.e. Gm Tube, Scintillator, Etc.); previous Testing Of The Potential Version To Include Nuclear Survivability Testing; calibration Requirements, Including: (1) Recommended Time Between Calibrations; (2) Sources And Dose Rates Needed For Calibration; (3) Ease Of Calibration; (4) Cost Of Calibration; And (5) List Of Support Equipment Required To Repair And Calibrate The System (to Include Non-standard Calibration Equipment Such As Calibration At Low And High Temperatures); requirements That Would Require Development Of New Technology (or Adaptation Of Current Technology Not Currently Used For This Purpose) Instead Of Using Technology That Is Currently Available And Used Throughout The Radiation Detection Industry; estimated Technology Readiness Level (trl) Of The Proposed System; how (under What License, Regulations, Etc.) Do You Plan To Distribute Radiation Sources (cs-137 Check Sources) Needed For The Rds; what (if Any) Data Rights Concerns Would There Be With Providing At Minimum Government Purpose Rights On All Technical Data Associated With The Rds (as Gpr Is The Minimum Required Level Of Data Rights The Government Will Require For The System); a Brief Description Of The Development History And Production Of The Respondents’ Potential Version For The Rds Requirement, Or Similar Radiac, To Include The Following: number Of Units (either Planned Proposed System Or Similar System) Sold As Of The Date Of The Submission; description Of Similar System And How It Differs From Proposed System; current Monthly Production Capacity Of Similar Production Items; what, If Any, Radiation Check Sources Do You Currently Distribute To Include Exempt, Generally Licensed, And Specific Licensed Sources; experience With Department Of Defense Contracts, Specifically Production Contracts For Similar Equipment. This Includes Any Historical Experience Of This Kind, But Please Specifically Point Out Any Recent Experience Within The Past Five (5) Years If You Have Any; experience With Department Of Defense Provisioning Of Spare Parts, Drafting Of Technical Manuals, Drafting Of Training Materials, Conducting Developmental Testing For The Government, And Conducting Operational Testing For The Government; experience With Obtaining Department Of Defense Cybersecurity Authority To Operate; experience With Intagrating Equipment Via Ethernet And Army Radios On Department Of Defense Networks; experience Working With And Being Audited By Defense Contract Management Agency (dcma) Or Defense Contract Audit Agency (dcaa). Include Quality Assurance Plan(s); a Brief Description Of The Respondent’s Potential Schedule And Production To Include The Following: time Required To Develop, Build, Test, And Deliver First Article Test (fat) Systems Per The Rds P-spec. Include Time Required From Contract Award To Completion Of Fat, To Include Submission And Approval Of The Test Plan And Test Report; time Required To Build, Test, And Deliver The First Expected Delivery Order (see Quantities Below) Per The Rds P-spec (including Conformal Testing And Submission And Approval Of The Test Plan And Test Report); 1,600 Base Units 300 Beta Photon Probes 110 Alpha Beta Probes 20 Small Area Beta Gamma Probes 20 Sensitive Gamma Probes 20 Fidler Probes 70 Neutron Probes time Required To Set Up A Production Line For A Minimum Of 1000 Base Units/month And 200 Probes/month (which Is The Minimum Expected Output During Full Rate Production); the Average Number Of Units/month Currently Produced (if Any); the Projected Minimum (to Ensure Production Line Stays Stable/viable) And Maximum Number Of Units/month Production Capacity During Full Rate Production; the Time Required To Obtain Critical Component(s); the Time And Recommended Conformance Testing Required Based On The Performance Specification; the Time Required To Update The Technical Manual And Training Materials; a Brief Description Of The Respondents’ Cost Of The Potential System To Include The Following: assuming A 5-year Ffp, Idiq, Respondents Shall Provide The Below Requested Pricing Information. approximate Rough Order Of Magnitude (rom) Price Breakdown Estimate For This Effort. Include (1) Fat Per Table 4 Of The Rds P-spec; (2) Delivery Order For The Approximate Quantities Of The Expected Order In Section 3 (including Conformal Testing Per The Performance Specification); And (3) Annual Calibration Cost By Probe (include Shipping Costs To And From Aberdeen Proving Ground, Md). 5.0supporting Documents: rds P-spec By Request Through Army Contracting Command (acc) Personnel Listed Below In Section 6.0. As Noted Above In Section 1.0: To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs). 6.0 Response Due Date, Page Limit, Disclaimer And Important Notes: due Date: Submissions Shall Be Sent Electronically To The Following Points Of Contact (pocs) And Email Addresses; Tyler N. Gates, Contracting Officer - Tyler.n.gates2.civ@army.mil; Nathaniel W. Sievers, Contract Specialist - Nathaniel.w.sievers.civ@army.mil. All Submissions Shall Be Received No Later Than 4:30pm Eastern Time (et), 17 February, 2025. Note: If Possible, Enable Delivery And Or Read Receipt On All Submissions To Ensure Arrival By The Required Deadline. The Entirety Of The Respondent’s Rfi Email Response Shall Not Exceed 15mb Of Total File Size. Failure To Adhere To This Limitation May Result In Portions Of The Response Not Being Received By The Government. Telephonic Inquiries Will Not Be Accepted. disclaimer And Important Notes: This Rfi Does Not Constitute A Request For Proposal (rfp), Broad Agency Announcement (baa), Or A Promise To Issue An Rfp. The Government Will Not Pay For Costs Associated With Developing A Response To This Rfi, Nor Does It Commit The Government To Enter Into Any Contractual Agreement. The Jpdl Rnd May Issue A Solicitation For This Requirement In The Coming Months. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities. Respondents Are Advised The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Although Responses Are Highly Encouraged, Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation. The Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. Any Future Postings/announcements Related To This Rfi, Which May Have Language Which Contradicts With Any Language In This Rfi Will Trump And Supersede The Language In This Rfi. All Submissions Become The Property Of The Government And Will Not Be Returned. Proprietary Information Submitted In The Rfi Response Shall Be Marked Accordingly To Ensure Appropriate Handling And Disposition By The Government. No Classified Information Shall Be Submitted In The Rfi Response. contracting Office Address: us Army Contracting Command-aberdeen Proving Ground, edgewood Contracting Division (acc-apg) 8456 Brigade Street, E4215 apg (edgewood), Md 21010-5401 primary Points Of Contact: tyler Gates, Contracting Officer email: Tyler.n.gates2.civ@army.mil telephone: 520-671-1119 nathaniel Sievers, Contract Specialist email: Nathaniel.w.sievers.civ@army.mil telephone: 520-692-9630

DEPT OF THE ARMY USA Tender

Others...+2Civil And Construction, Civil Works Others
United States
Closing Soon24 Feb 2025
Tender AmountRefer Documents 
Details: 20 February 2025 Revision: the Government Is Seeking Feedback Regarding The Next Industry Day. Please Provide Answers To The Three Questions Below By 24 February 2025. Answers Can Be Provided With Your Sources Sought Response Form Or In A Separate Email To John Fotos At John.g.fotos.civ@army.mil, Ashley Korves At Ashley.m.korves.civ@army.mil, And Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil. how Many Additional Hwad Industry Days Would You Like? would You Benefit From A Hwad Industry Day After Release Of The Draft Rfp, After Release Of The Final Rfp, Or Both? what Specific Buildings / Areas Of The Installation / Operations Would You Like To See On The Next Industry Day Tour? the Following Attachments Are Being Added To This Post. hwad Industry Day #1 Q&a 2 06 February 2025 Revision: the Following Attachments Are Being Added From Industry Day #1. hwad Industry Day #1 Presentation - Final hwad Industry Day #1 Q&a 1 hwad Industry Day #1 Attendees 14 January 2025 Revision: hwad Industry Day #1 Update: the Army Contracting Command - Rock Island And Joint Munitions Command Will Be Hosting An Industry Day For The Anticipated Competition For The Operation And Maintenance Of Hwad On January 29-30, 2025. Industry Day Will Be All Day On January 29, 2025, And Half Day In The Morning Only On January 30, 2025. 02 December 2024 Revision: for The Anticipated January 2025 Hwad Industry Day, Each Company Is Permitted To Send Up To Four (4) Representatives To Participate At Any One Time. For Example, Four (4) Representatives Are Permitted At The General Overview Session, And Four (4) Are Permitted To Attend The Facility Tour; They Are Not Required To Be The Same People. Individuals From Consulting Firms Acting On Behalf Of A Particular Company Will Be Included In The Respective Company’s Total Representative Count. The Limit Will Be Strictly Enforced. attachment 1 Hwad Industry Day Company Registration Form Due 16 December 2024 Has Been Updated To Remove Question #4. attachment 6 Hwad Sources Sought Questions And Answers Has Been Added. description: The U.s. Army Contracting Command, Rock Island, On Behalf Of Headquarters, Joint Munitions Command, Located At Rock Island Arsenal, Rock Island, Il, Is Currently Seeking Interested Sources For The Execution Of Standard Depot Operation (sdo) Functions Including But Not Limited To Ammunition Receipt, Issue, Surveillance, Re-warehousing And Demilitarization (demil), As Well As The Operation, Maintenance, And Modernization Of Hawthorne Army Depot (hwad) Located In Hawthorne, Nv. hwad Is A Government-owned, Contractor-operated (goco) Facility That Serves As An Archival Storage And Demil Location For A Wide Array Of Conventional And Non-standard Ammunition. In Addition To The Storage And Demil Of Ammunition, The Operating Contractor Will Be Required To Maintain And Modernize Equipment And Facilities, And Provide Numerous Base Support Services (e.g., Grounds Maintenance, Property Administration, Fire Protection, Safety And Security, Etc.). hwad Is An Eligible Facility Under The Armament Retooling And Manufacturing Support (arms) Program. As Such, The Operating Contractor Will Be Required To Market Idle And Underutilized Facilities At Hwad For Commercial Use By Private Sector Firms. The Operating Contractor Must Comply With All Federal, State, And Local Laws And Army Regulations And Policies, As Well As Maintain Critical Skills And Core Capabilities Related To Storage And Demil Functions. specifications: Draft Performance Work Statements (pws) For This Effort Are Included With This Sources Sought Announcement For Information Purposes Only. Please Note These Are Not The Final Versions. Final Pwss Will Be Provided When The Official Request For Proposal Is Released. anticipated Requirements: A Long-term Facility Use And Production Contract With A Period Of Performance Beginning 1 Jan 2027 Is Anticipated. The Storage Levels And Demil Quantities Will Vary Given Funding Requirements. During Fiscal Year (fy) 2022-2024, The Stored Quantity Has Annually Averaged 200k Tons With 13k-14k Tons Total Of Receipt And Issue Per Year. Demil Planned Workload For Fy2025 Is 8.4k Short Tons With Fy2026-fy2030 Planned Workload At Approximately 43k Short Tons Total, Averaging Approximately 8k Per Year. Hwad Has A Storage Capacity Of 7.6m Sq. Feet (excess Storage Capacity Beyond The Government's Orders May Be Utilized For Commercial Business In Exchange For Contractor Investment In The Facility). industry Days: The Government Anticipates Hosting Multiple Industry Days For This Effort, With The First Occurring The Week Of 27 January 2025. interested Participants Must Register In Advance By Completing The Hwad Industry Day Company Registration Form, Hwad Industry Day Individual Registration Form, And Hwad Base Access Ncic Iii Form. All Completed Forms Will Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 16 December 2024.each Participant’s Requestmust Be Approvedby The Government Prior To Attendance. the Government Intends To Allow Interested Contractors Access To Hwad For Tours Of The Facilities. Additional Details Will Be Provided When Available. In Order To Maximize The Value Of Future Tours, The Government Is Requesting Specific Feedback From Industry On The Manner In Which Tours Should Be Conducted. Topics The Government Is Seeking Feedback On Include, But Are Not Limited To, The Following: number Of Visits And Timing Of Each (i.e. Immediately, Pre-rfp Release, Post-rfp Release, Etc.) a List Of Facilities Interested Parties Would Like To See During The First Industry Day. duration Of The First Tour (one Day, Two Days, One Week, Etc.) number Of Individuals Per Company Needing To Be Present To Maximize Tour Value - Question Removed any Questions Shall Be Submitted Prior To Industry Day And If Possible, Questions Will Be Answered At Industry Day. All Q&a Will Be Posted To Sam.gov Following The Industry Day. additional Feedback submission Information: the Government Encourages All Responsible Interested Sources To Submit Their Capabilities/qualification Data Which Demonstrates Experience In Execution Of Base Operations, Sdo And Ammunition Demil. Interested Companies Should Respond By Providing The Government The Following Information: name Of Company And Cage Code point Of Contact's Name, Telephone Number And E-mail Address company Address business Size Information (please Specify As Either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-owned Small Business, Or Service-disabled Small Business). identification Of Whether You Are Interested In This Opportunity As A Prime Or A Subcontractor. a Brief Summary Of The Company's Capabilities, To Include Descriptions Of Personnel, Skills, Experience, And Expertise, Including Knowledge Of Safety, Security, Storage, And/or Environmental Regulations Associated With Operating A Government Facility. details Regarding Experience With Similar Efforts/items identification Of Potential Sources For Major Subcontractors If The Source Intends To Utilize A Subcontractor(s) additionally, The Government Encourages Industry's Feedback On The Terms And Conditions To Be Included In The Acquisition. This Includes, But Is Not Limited To The Following: contract Length And Structure (cost Vs. Firm Fixed Price Arrangements) contract Incentive Arrangement (e.g., Award Term, Fixed Price Incentive Fee, Cost Plus Award Fee) contractor Investment Arrangement For Commercial Use Of Excess Production/storage/ Demil Capacity storage Consolidation Plan use Of Multiple Contracts Separating Facility/base Management From Direct Ammunition Mission alternate Technology Approaches To Standard Demilitarization renewable Energy Concepts questions (answers Provided At Industry Day) additional Feedback this Information Shall Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 24 February 2025. this Is A Market Survey For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal, Nor As An Obligation On The Part Of The Government. The Government Does Not Intend To Award A Contract On The Basis Of This Market Survey Or Otherwise Pay For Information Solicited. Participation In This Effort Is Strictly Voluntary. Please Identify Any Proprietary Information Submitted. The Government Intends To Utilize The Information Received Only To Develop The Acquisition Strategy For Future Requirements. Any Of The Information Stated Above Is Subject To Change. If A Formal Solicitation Is Generated At A Later Date, The Government Will Publish A Solicitation Notice.

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Closing Date3 Dec 2025
Tender AmountRefer Documents 
Details: This Announcement Constitutes A Sources Sought/market Research Request For Information (rfi) For Industry Comment. The Information Obtained In This Rfi Will Be Used To Build An Acquisition Strategy For The Fusions Ii Services Requirement.this Rfi Intends To Survey What Industry Is Capable/willing To Perform Specifically In The Areas Of Information Warfare Support, Datalink Support, Joint Interface Control Officer (jico) Support, And It – Software/programming Support. We Intend To Determine Industry Capabilities In These Areas Iaw The 616 Oc’s Mission Objectives, And Our Attached Draft Pws. please See Attached Rfi Document For Full Details.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date1 Jul 2025
Tender AmountRefer Documents 
Details: 1420-01-298-7582 5w83 Vla Thrust Vector Control (tvc); 1377-01-299-7838 Vh07 Vla Rocket Motor Paper Copies Will Not Be Provided. Procurement Is Restricted To Lockheed Martin A Limited Drawing Package Is Available. Drawings Are Not Available On Cd. Items Are Explosive. A Safety Survey Will Be Required. See Solicitation For Explosive Weight And Class.

DEFENSE LOGISTICS AGENCY USA Tender

Solid Waste Management
United States
Closing Date17 Dec 2025
Tender AmountRefer Documents 
Details: The Intent Of This Sources Sought Is To Identify Businesses Interested In Work That Will Consist Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup Location Listed On The Pickup Locations Table (attachment 3). the Contractor Agrees To Provide All Services Necessary For The Transportation, Final Treatment, Disposal, And/or Recycling Of The Items Listed In The Schedule In Accordance With (iaw) All Local, State, And Federal Laws And Regulations, And The Terms And Conditions Of This Contract. These Services Shall Include All Necessary Personnel, Including Applicable Subcontractors, Labor, Transportation, Equipment, And The Compilation And Submission Of All Documentation Required By This Contract. All Items, Regardless Of The Condition, Are Being Discarded By The Government And Will Require Recycling Or Disposal As Identified Via The Ordered Contract Line-item Number (clin). the U.s. Government Intends To Solicit And Award A Firm-fixed Priced (ffp), Indefinite Delivery Indefinite Quantity (idiq), Type Contract. The Contract Is Anticipated To Have A 30-month Base Period And One 30-month Option Period. The North American Industry Classification Standard (naics) Code Is 562211 (hazardous Waste Treatment And Disposal). The Size Standard Of This Naics Code Is $47,000,000. There Is No Solicitation Available At This Time; However, Attached Is A Draft Performance Work Statement (pws) That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Needs Of This Contract. Contractors Are Reminded That This Is A Not A Request For Proposals. There Is No Solicitation Available Currently. A Solicitation Will Be Posted At A Future Date Here On Sam.gov. submission Requirements: Interested Firms Must Submit A Brief Capabilities Statement Package (no More Than 3 Pages In Length, Single-spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. This Documentation Shall Address, At A Minimum, The Following: (1) Company Profile To Include Number Of Employees, Office Location(s), Cage Code, And A Statement Identifying Any Applicable Small Business Category And Current Status Of Any Applicable Small Business Classification. (2) Relevant Experience Within The Last Five Years, Including Contract Number(s), Government/agency Or Firm Point Of Contact (poc), And Current Telephone Number For The Poc. Identify If You Were A Subcontractor And The Work You Performed As The Sub-contractor. (3) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract. company Sales Brochures Or Marketing Packages Will Not Be Considered. a Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The U.s. Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. the Submittal Package Must Be Received No Later Than 5:00 P.m. Est On 02 Jan 2025. submissions Shall Be Emailed To Michael.mamaty@dla.mil And Hazardouscontractswest@dla.mil With “sources Sought Alaska” In The Subject Line Of The Email.

Military Engineer Services - MES Tender

Goods
Furnitures and Fixtures
Eprocure
Corrigendum : Corrigendum Added
India
Closing Date4 Mar 2025
Tender AmountINR 2.6 Million (USD 31 K)
Description: Cwe/chm-73/2024-25 Renewal Of Furniture Against Surveyed Off Furniture At Bso Chandimandir Under Ge Chandimandir At Chandimandir Mil Station

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | It Service Management (itsm) Platform - 2026 Onwards

Ministry Of Internal Affairs And Communications - MIC Tender

Software and IT Solutions...+2Other Consultancy Services, Consultancy Services
Corrigendum : Closing Date Modified
Japan
Closing Date28 Apr 2025
Tender AmountRefer Documents 
Description: Contract On Development, Operation And Maintenance For The Online Survey System Of 2026 Economic Census For Business Activity

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | It Service Management (itsm) Platform - 2026 Onwards
2631-2640 of 3303 active Tenders