Survey Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Details: Sources Sought With Intent To Establish Master Ship Repair Agreement(s)
this Announcement Is A Sources Sought Synopsis (market Survey). This Is Not A Request For Proposal (rfp). This Announcement Is Not A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Purpose Of This Sources Sought Is To Determine Interested Parties, Socioeconomic Status Availability, Capabilities, And Qualifications. The Government Intends To Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions For Future Ship Repair And Maintenance Requirements For The Dredge Essayons And Dredge Yaquina Vessels By Establishing Msras With Capable Repair Facilities. The U.s. Army Corps Of Engineers, Portland District Is Seeking Sources For Master Ship Repair Agreement(s) (msras) Under Naics Code 336611 Ship Building And Repairing.
anticipated Schedule Items (subject To Change)
government Shipyard On-site Review Period: June 2025 Through July 2025
job Order Invitation For Bid (ifb):late June Early July 2025
ship Visits During Ifb Period:approximately 05 July 2025 Through 30 July 2025. Multiple Dates For Each Ship Will Be Made Available For These Mandatory Ship Visits.
bid Opening:august 2025
award Of Job Orders:by 15 August 2025
submission Requirements For Responses To This Sources Sought Synopsis
vendors Interested In Entering Into An Msra With Portland District Must Submit The Documentation And Meet The Requirements Identified In The General Requirements Document Attached To This Announcement.
***all Interested Parties, Including Those With Active Msras, Must Resubmit For Establishment Of A New Agreement Due To Changes With The Army Contract Writing System***
a. General Submission Information:
1. Point Of Contact Name, Email Address, And Phone Number.
2. Cage Code And Unique Entity Id Number (all Contractors Are Required To Be Registered In The Dod System For Award Management (sam) Via Https://www.sam.gov).
3. In The Event That The Contractor Is A Small Business Under Naics 336611 Or That Of A Similar Size Standard, State The Category Of Small Business, Such As 8(a), Hubzone, Veteran Owned Small Business, Woman Owned Small Business, Or Sdvosb.
4. Statement Of Capability (soc)
statement Of The Contractor’s Skills, Knowledge, Experience, And Capability To Perform The Described Work, Such As Documentation And Examples Of Recent Relevant Experience And Technical Competence With The Repair Or Modernization Of Ship Propulsion, Power Generation, Structural, Steering, And Ship Electronic Systems.
statement Of Availability Of Dry-dock And Mooring Berth.
documentation And Locations Of Ports Of Call That Are Available For Underway Repairs In Any Or All Of The Following Areas: California, Oregon, Washington, And Hawaii.
5. Teaming Arrangement (if Applicable). Include The Roles For Each Team Member As Well As The Socio-economic Status That Will Be Considered For This Proposed Arrangement.
b. Qualifications Documentation:
1. Submit A Completed Attachment A - Qualification Checklist For Both Vessels, If Applicable.
2. Submit Point Of Contact Information For Coordinating Facility Site Visit For Usace Representative To Certify Compliance With Osha And Usace 385-1-1.
3. Submit Documentation Demonstrating The Contractor’s Performance Of Up To Five Projects Within The Past Five Years That Are Similar In Size And Scope To Portland District’s Requirements, As Described Below.
a. To Be Considered Similar In Size To Dredge Yaquina, A Project Must Have A Total Final Cost Of Greater Than $4 Million.
b. To Be Considered Similar In Size To Dredge Essayons, A Project Must Have A Total Final Cost Of Greater Than $8 Million.
c. For A Project To Be Considered Similar In Scope, The Contractor Must Demonstrate That At A Minimum, All Of The Following Types Of Work Were Complete:
i. Ship Fitting (gas/arc/shear Cutting, Rolling, Shaping, Grinding And Fitting Steel Plates And Shapes);
ii. Sheet Metal Work (forming, Shaping, Gas/arc/shear Cutting And Stamping Steel Sheets);
iii. Welding (steel Plates And Shapes And Piping Joints And Fittings);
iv. Pipefitting (targeting, Fitting, Bending, Pickling, Testing, Stress Relieving And Threading);
v. Machinist/mechanical (removing, Machining, Repairing, Testing, Cleaning, Hydraulic Flushing And Reinstalling Shafting, Propellers, Sea Chests, Foundations, Winches, Elevator Hoists, Davits, Deck Equipment, Pumps, Valves And Bearings);
vi. Electrical (installing And Checking Out Ships' Cabling, Controllers, Switchboards, Equipment, Motors Including Motor Rewind And Repair, Lighting, Communications, Telephones, Solenoids, Pressure Level Indicators And Metering);
vii. Electronics (removing, Repairing, Reinstalling And Operational Testing Of Electronic Equipment);
viii. Rigging (availability Of Equipment To Remove And To Install Major Ship Components And Equipment);
ix. Painting/coating; And
x. Quality Control.
instructions
submit Technical Inquires And Questions Relating To This Sources Sought In Writing Via Email To Brandon Lasich (brandon.m.lasich@usace.army.mil) And Ian Lutjens (ian.k.lutjens@usace.army.mil). To Ensure Adequate Time For Portland District Reply Prior To The Response Due Date, Inquiries Must Be Submitted No Later Than Seven (7) Calendar Days Prior To The Response Due Date.
please Submit Documentation In The Same Order And Labeled As Shown Above. All Required Documentation Shall Be Submitted Via Email Tobrandon Lasich (brandon.m.lasich@usace.army.mil) Prior To The Response Due Date.
small Business Point Of Contact
the Point Of Contact For Small Business Questions Or Assistance Is The Portland District Deputy For Small Business:
carol Mcintyre
phone: 503-808-4602
email: Carol.a.mcintyre@usace.army.mil
attachments
general Requirements
essayons Qualification Checklist
yaquina Qualification Checklist
Closing Soon25 Jul 2025
Tender AmountRefer Documents
Cambridge City Council Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United Kingdom
Description: Professional Building Surveying And Structural Engineers Services 2025 To 2026
Closing Soon26 Jul 2025
Tender AmountGBP 666.6 K (USD 895.4 K)
Cambridge City Council Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United Kingdom
Description: Professional Building Surveying And Structural Engineers Services 2025 To 2026
Closing Soon26 Jul 2025
Tender AmountGBP 666.6 K (USD 895.4 K)
Western Railway - WR Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap Ms,ci& Gi Released From Maintenance And Unserviceble Such As Released Ms Sheet/gi Sheet Section Make Different Articals, Released Tie Bar & Tie Bar Fencing, Released Angle, Released Ms Rod/saria, Plates, Channel & Angles ,ci Plates, Released Xpm Jali, Released Barbade Wire,released Ms Collapsible Gate, Released Gi&ci Pipe Off Size, Ci Sluice Valve Off Size Released Ismc, Tee, Releaesd Rail Off Size, Rail Double Head, Rail Ng And Rail Bg From Abandoned Structure, Released Ci Make Articals With Or Without Negligible Attachment, Ms Tank Etc. {cutting Allowed For Easy Loading At The Time Of Delivery) Stack 1,2,3 & 4 Location: Nair Total Weight: 18.00 Mt. Delivery By Actual Weight 18.00 Mt Only And On As Is Where Is Basis. Custodian: Sse Works Nair, Fdp 50 Days. The Lot Details Are As Per Survey Sheet Only.
Closing Date5 Aug 2025
Tender AmountRefer Documents
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Purchaser Name: Ordnance Survey | Vulnerability Management Tool (2026)
Closing Date24 Apr 2026
Tender AmountRefer Documents
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Purchaser Name: Ordnance Survey | Vulnerability Management Tool (2026)
Closing Date24 Apr 2026
Tender AmountRefer Documents
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Purchaser Name: Ordnance Survey | Vulnerability Management Tool (2026)
Closing Date24 Apr 2026
Tender AmountRefer Documents
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Purchaser Name: Ordnance Survey | Vulnerability Management Tool (2026)
Closing Date24 Apr 2026
Tender AmountRefer Documents
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Purchaser Name: Ordnance Survey | Vulnerability Management Tool (2026)
Closing Date24 Apr 2026
Tender AmountRefer Documents
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Details: No Phone Calls Please. All Questions Must Be In Writing And Emailed To The Contracting Specialist. Contact Information Below.
requirements
the Faa Is Seeking To Identify Capable Vendors Interested In Bidding On The Following Separate Projects For Light Lift Helicopter Services. These Projects Will Support Site Inspections Of Various Remote United States Forest Service (usfs) Observation Towers.
this Requirement Information Is Tentative And Subject To Change.
lift Project 1
vic: Okanogan-wenatchee And Mt. Baker-snoqualmie National Forests (north Central Wa)
estimated Date: June 14th -15th, 2025
estimated Duration: 2 Full Days
pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution)
site 1: Duncan, Landing Zone (48°3'16.17"n, 120°39'14.55"w)
site 2: Park Butte Lookout, Landing Zone (48°42'59.61"n, 121°51'23.38"w)
site 3: Lookout Mountain Lookout, Landing Zone (48°33'7.82"n, 121°19'45.36"w)
payload: 2 Personnel With Tool Handbags (est. 500lbs)
lift Project 2
vic: Flathead National Forest (northwestern Mt)
estimated Date: June 15th – 16th, 2025
estimated Duration: 2 Full Days
pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution)
site 1: Stoney Hill, Landing Zone (47°55'29.76"n, 113°34'55.71"w)
site 2: Spotted Bear Mountain, Landing Zone (47°54'14.30"n, 113°26'26.43"w)
site 3: Baptiste Lookout, Landing Zone (48°7'30.95"n, 113°39'32.33"w)
payload: 2 Personnel With Tool Handbags (est. 500lbs)
lift Project 3
vic: Idaho Panhandle National Forest (northern Panhandle Id)
estimated Date: August 8th, 2025
estimated Duration: 1 Full Day
pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution)
site 1: West Fork Smith Lookout, Landing Zone (48°49’56.81”n, 116°45’4.24”w)
site 2: Saddle Mountain Lookout, Landing Zone (48°57’1.28”n, 116°46’15.43”w)
payload: 2 Personnel With Tool Handbags (est. 500lbs)
lift Project 4
vic: Wallowa-whitman & Payette National Forests (northeastern Or & West Central Id)
estimated Date: September 10th – 12th, 2025
estimated Duration: 3 Full Days
pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution)
site 1: Somers Point Landing Zone (45°36'31.5"n, 116°33'46.5"w)
site 2: Pittsburg Admin Landing Zone (45°37'49.0"n, 116°28'41.7"w)
site 3: Lookout Mountain (45°18'42.9"n, 116°43'40.0"w)
site 4: Granite Mountain Lookout (45° 5'36.38"n, 116°12'26.47"w)
site 5: Mt Ireland (44°50'12.77"n, 118°19'13.73"w)
payload: 2 Personnel With Tool Handbags (est. 500lbs)
lift Project 5
vic: Colville National Forest (north Central Wa)
estimated Date: September 12th, 2025
estimated Duration: 1 Full Day
pick-up Location: To Be Proposed (seeking Most Cost-efficient Solution)
site 1: Bonaparte Lookout Landing Zone (48°47'6.98"n, 119°7'20.31"w)
payload: 2 Personnel With Tool Handbags (est. 500lbs)
all Dates And Locations Are Estimates Only At This Time But Should Be Anticipated To Be Fairly Accurate To What Will Likely Occur. More Details Are Provided In The Attached Draft Requirement Documents Attached. In Response To This Announcement, Interested Vendors Are Encouraged To Submit Concerns, Comments Or Questions If Any Additional Information Would Likely Be Needed To Fully Price Proposals Later When The Faa Is Ready To Solicit Them.
seeking Sources -- Market Survey
this Is Not A Request For Proposals. At This Time The Nature Of The Competition Or Set-aside Status For Small Business Concerns Has Not Yet Been Determined.
the Purpose Of This Market Survey Is To Solicit Statements Of Interest From Capable Vendors To Establish Competition Pools For Each Separate Lift Project. If Interested In Any Of These Lift Projects, Please Respond To This Announcement To Be Considered For Direct Solicitation(s) Under A Simplified Acquisition Process. This Is A Continuous Announcement That Will Remain Open Until Small Business Set-asides And Competition Pools Can Be Established For All The Projects Above.
current Registration In System For Award Management (sam.gov) Is Required To Be Considered. The Faa Will Not Wait Or Delay Solicitation Activities, When Ready, For Any Vendors To Create New Accounts Or Reactivate Expired Accounts. If Interested In Any Of These Separate Projects, Please Ensure Your Company’s Sam Registration Is Active And Current As Soon As Possible.
the Faa Anticipates Separate Firm Fixed Price (ffp) Contract Awards For Each Lift Project Described Above With Lowest Price Being The Main Award Decision Factor. The Faa May Decide To Pursue A Full And Open Competition Or Set Aside All Or Part Of The Procurement For Small Businesses, Service-disabled Veteran-owned Small Businesses (sdvosb) Or Eligible Socially And Economically Disadvantaged Businesses That Are Certified By The Sba For Participation In The Sba's 8(a) Program.
this Announcement Is Not A Request For Proposals Of Any Kind. The Faa 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.
the North American Industry Classification System (naics) Codes And Size Standards For This Effort Is 481211, Nonscheduled Chartered Passenger Air Transportation.
how To Respond To This Announcement
the Faa Requests Interested Vendors To Address The Requirements In The Attached Draft Requirements And Specification Document. This Document Is Provided For Feedback And Comments.
each Vendor Should Include The Following Information Along With Their Submission:
a. Capability Statement - This Document Should Identify:
company Name, Poc, And Contact Information
statement Of Interest To Submit A Proposal In A Competitive Environment.
your Company’s System For Award Management (sam) Unique Entity Identifier (uei) Code.
describe Any Recent Previous Contracts Performed Similar In Scope And Magnitude.
b. Clearly State Whether You Can Provide All Services Listed In The Draft Requirements Document.
which Lift Project Is Your Company Interested In Providing A Proposal For
what Type/model/series Of Aircraft Would Your Company Provide If Awarded A Contract For The Lift Project You Are Interested In?
what Known Or Perceived Unique Challenges Exist In Performing These Lift Services That The Faa Should Be Aware Of?
c. Expected Programmatic Approach (in-house, Teaming, Subcontracting, Etc.)
how Much Of The Project Would Your Company Directly Perform?
how Much Of The Project Would Your Company Subcontract?
is Your Company Partnering With Another Company? Please Elaborate Intended Distribution Of Efforts If So.
the Faa Expects This Announcement To Remain Open Until Acquisition Strategies And Competition Pools Can Be Established For All Lift Projects, Or Until All Lift Projects Associated With This Announcement Are Officially Solicited For Proposals, Whichever Occurs Sooner. The Faa Reserves The Right To Extend, Modify, Or Cancel This Announcement At Any Time, For Any Reason, And Without Notice.
the Faa Requests That All Submittals, Including Attachments, Be Submitted Electronically To The Following: Email: Joshua.d.huckeby@faa.gov
please Include "market Survey Response: Nf Lift Project _(project Number Of Interest)__” In The Subject Line Of Your Email. The Information Provided Will Not Be Publicly Released But Please Mark Proprietary On All Documents Submitted As Necessary.
the Acquisition Management System (ams) Is The Faa’s Governing Acquisition Regulation Over The Federal Acquisition Regulation (far). You Can Learn More About The Ams At The Following Public Website: Https://fast.faa.gov/ppg_procurement.cfm.
Closing Date1 Sep 2025
Tender AmountRefer Documents
2671-2680 of 3306 active Tenders