Survey Tenders
Survey Tenders
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice Template
******************************************************************************
this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
******************************************************************************
project Title: Non-personal Service Contract (npsc) For One (1) Radiologist At The Gallup Indian Medical Center (gimc) Located In Gallup, New Mexico.
tracking Number: 75h71025q00042
the Indian Health Service (ihs), Gallup Service Unit, Located In Gallup, Nm 87301 Is Seeking Capable Sources For Providing Requested Services For One (1) Radiologist In The Radiology Department At The Gallup Indian Medical Center.
the Anticipated Period Of Performance Will Be 01/01/2025 – 12/31/2025. The Period Of Performance Will Be Structured In Six Month Periods As Follows:
base Period: 01/01/2025 – 06/30/2025
option Period 1: 07/01/2025 – 12/31/2025
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 561320 – Temporary Help Services With A Small Business Size Standard Of 20,188 Employees.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 12/02/2024 @ 3:00pm Est.
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 561320 – Temporary Help Services
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside.
point Of Contact:
felecia Chavez, Contract Specialist, Felecia.chavez@ihs.gov, (505)339-7810.
place Of Performance:
gallup Indian Medical Center, 1808 W. Aztec Ave, Gallup, Nm 87301.
this Is Not A Solicitation.
Closing Date2 Dec 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Transportation and Logistics
Corrigendum : Closing Date Modified
United States
Details: Description Of Intent:
this Posting Is A Market Survey Requesting Information Supporting The Product Manager Petroleum And Water Systems (pdm Paws) Chemical Biological Radiological Nuclear (cbrn) Water Hauler Program.
market Survey
this Is A Market Survey Requesting Information In Support Of The Performance Requirement Described Below. No Contract Will Be Awarded From This Announcement. This Is Not A Request For Proposal (rfp) Or An Announcement Of A Forthcoming Solicitation. Also, It Is Not A Request Seeking Contractors Interested In Being Placed On A Solicitation Mailing List. Response To This Questionnaire Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Market Survey And Any Follow-on Information Requests. Data Submitted In Response To This Market Survey Will Not Be Returned. No Solicitation Document Exists At This Time, And Calls Requesting A Solicitation Will Not Be Answered.
the Purpose Of This Questionnaire Is To Obtain Information On Existing Industry Capability To Satisfy U.s. Army Requirements For A Cbrn Water Hauler.
the Cbrn Water Hauler Program Is A Subprogram To The Unit Water Pod System (camel Ii). It Will Replace The Tank And Pump Unit (tpu). The Cbrn Water Hauler Will Be Procured Using The Camel Ii Platform. The Intent Of The Cbrn Water Hauler Is To Integrate The Camel Ii Water Pod With The M1083 5-ton Medium Tactical Vehicle (mtv) To Provide The Army The Ability To Carry Non-potable Bulk Water For Decontamination Operations In Large Scale Combat Operations.
to Respond To This Survey, Interested Parties Are Required To Review Documents Marked Distribution D – Export Controlled. Parties Interested In Obtaining The Documents Must Be Certified In The Joint Certification Program (jcp) And Have An Active System For Award Management (sam) Account, And The Data Custodian Requesting The Information Must Be Registered In Sam.gov To Request Access To The Technical Data. The Data Custodian For The Interested Party Shall Request Access Directly From The Contract Specialist Debi Sacker, Army Contracting Command - Detroit Arsenal (acc-dta), At Deborah.d.sacker.civ@army.mil. The Data Custodian Must Provide The Organization's Name, Unique Entity Id (uei), And Cage Code In The Email. Upon Approval, The Government Will Provide Document Access To The Data Custodian Via The Dod Safe Site. These Documents Include (1) The Level 3 Product Level Technical Data Package (tdp) For The Camel Ii, (2) The Requirements Section Of The Camel Ii Purchase Description - Atpd 2398, And (3) The Known Configuration Changes And Anticipated Camel Ii Tdp Updates To Meet The Cbrn Water Hauler Requirements.
Closing Date8 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
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 Panel, Fault-function; Nsn 1680-01-553-0271. 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.
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 Badproject 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 November 06, 2024. 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 Numbers: 70902-01110-049
nomenclature: Panel, Fault-function
nsn: 1680-01-553-0271
estimated Requirement: 67 Each
technical Orders And Qualification Requirements Are Not Available.
Closing Date6 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: Sources Sought Notice
u.s. Army Corps Of Engineers, Philadelphia District
fy 24 Preventative Maintenance On And Repairs To Caterpillar, Volvo And John Deere Equipment And Engines
response Date: 14 November 2024
place(s) Of Performance: Listed Herein.
description: Preventative Maintenance On And Repairs To Caterpillar, Volvo And John Deere Equipment And Engines.
this Is A Sources Sought Notice And Is For Information & Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids. No Solicitation Is Currently Available. Responses To This Request Will Not Be Returned. Not Responding To This Sources Sought Notice Does Not Preclude Participation In Any Future And Potential Solicitation.
it Is The Intent Of The Usace Philadelphia To Use This Information For Market Research Purposes Only. The Survey Is Being Conducted To Determine The Interest Of Industry Within Naics Code 811310 And To Establish That There Are Adequate Large And/or Small Business Contractors For Providing The Marine Work Described Below. The Government Will Not Pay For The Provision Of Any Information, Nor Will It Compensate Any Respondents For The Development Of Any Such Information. If A Formal Solicitation Is Released, It Will Be Via System For Award Management (sam.gov).
principal Characteristics Of The Scope Of Work:
the Contractor Shall Perform Preventative Maintenance On And Repairs To The Following Pieces Of Heavy Equipment And Engines. See Atrtached Pdf For Table Below.
equipment
plant
serial Number
cat 330f Excavator
0429
Mbx20502
cat 330d Excavator
0424
emwp02747
volvo Ec300 Excavator
0427
310672
volvo Ec300 Excavator
0428
311270
cat 325d Pontoon Excavator Slr
1129
a3r0419
cat 329e Pontoon Excavator
1130
k2l00144
cat 329f Pontoon Excavator Slr
0426
erl90001
cat 330f Pontoon Excavator Slr
0430
mbx20587
cat 330f Pontoon Excavator Slr
0431
mbx20590
cat D6t Dozer
1137
kjl01176
cat D6t Dozer
1138
zjb00263
cat D6t Dozer
1139
zjb01137
cat D6t Dozer
1140
htz00347
cat D6t Dozer
1141
kew00411
cat D6t Dozer
1142
kew00411
cat 928f Rub Tire Wheel Loader
1606
98z04813
cat 130g Grader
1607
74v02441
cat 416f Backhoe
1611
ksf01360
john Deere 250ii Art Dump
1612
dw250dxhfe667051
jcb 640 Wheel Loader
1615
3285870
volvo A25 Hauler Articulated Dump
1614
342184
120m Motor Grader
cat120mcb9n00270
d6t Cat Dozer
cat00d6tewcg00577
d6t Cat Dozer
cwcg00578
330 Fl Excavator
cmbx10082
450 Backhoe
lebl00413
cat 938h
cmjc01369
new Holland Boom Ts115a
acp277204
gradall Xl5100 Sv
5140000102
international Durastar 4400
1htmktar2hh5939953
cherneski Vessel
c1j00353, C1j00287
h.r. Spies Vessel
jle05407, Jle05411
the Heavy Equipment And Engines Listed Herein Requires Certain Types Of Preventative Maintenance (pm), Which Includes, But Is Not Limited To, Submitting Fluid Samples For Testing, Providing A List All Pms To Be Accomplished Prior To Work Starting And Identifying Additional Repairs Required.
the Contractor Shall Be Capable Of Performing And Completing Both Emergency And Non-emergency Repairs To The Same Equipment And Engines.
this Is An Idiq Contract, With Annual Periods Of Performance (pop) To Run From (approximately) 21 April Through 20 April Each Year, With The Last Pop Ending On (approximately) 20 April 2030.
the Equipment And The Vessels Are Located At The Following Locations. The Contractor Shall Be Capable Of Performing The Pm And Repairs At All Locations.
fort Mifflin
6400 Hog Island Rd Philadelphia, Pa 19153
pedricktown
blg. 613 Artillery Rd Rt 130
pedricktown, Nj 08067
fort Mott/killcohook
454 Fort Mott Rd Or 37 Lehigh Rd
pennsville, Nj 08070
wilmington South
903 Lambson Lane
new Castle, De 19720
artificial Island
hope Creek Rd
hancock’s Bridge, Nj 08038
penns Neck
90 Heron Ave
pennsville, Nj 08070
chesapeake City
815 Bethel Rd
chesapeake City, Md 21915
cape May
higbee Beach Wildlife Management Area
643 County Road
cape May, Nj 08204
oldmans
191 N Railroad Ave
pedricktown, Nj 08067
all Interested Business Concerns For This Requirement Must Submit The Following Via A Pdf Document:
company Name.
uei
cage Code.
type Of Business Concern (small Business, Large Business, Etc.).
years In Business.
statement Of Capability And Qualifications Of The Organization To Perform The Required Work.
list Of Similar Projects Worked On Over The Past 5 Years And Services Provided On Those Projects.
the North American Classification System (naics) Code For This Acquisition Is 811310.
** Each Submission Should Not Exceed 5 Pages Total**
notice To Potential Contractors: All Offerors Who Provide Goods Or Services To The Federal Government Must Be Registered In The System For Award Management (sam) Located On The Website: Https://sam.gov/.
responses Should Be Submitted Electronically Via E-mail To:
tiffany Chisholm
contract Specialist
e-mail: Tiffany.z.chisholm@usace.army.mil
office Phone: (215) 656-6761
all Responses Shall Be Received On Or Before 14 November 2024 By 5pm Est.
Closing Date14 Nov 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: Sources Sought Notice
dla Land & Maritime Is Preparing To Solicit A Long-term Contract For The Following Nsn’s:
2540011666396
6650013179138
6650014195954
6650015480297
additional Nsn Details Can Be Found On Attachment 1, Titled Nsn Information.
the Purpose Of This Notice Is To Locate Business Concerns Interested In Manufacturing This Item. The Solicitation Will Be Synopsized Separately Later.
each Nsn Is To Be Procured In Accordance With Drawings. Drawings Can Be Downloaded By Authorized Users From The C-folders Website Https://pcf1x.bsm.dla.mil/cfolders. Offerors Are Asked To Reference The Ltc Project Number Cl24236003. For Each Nsn, The Product Item Description (pid) Is Provided As Attachment 2, Titled Pid.
sources Interested In Submitting A Proposal On This Solicitation Should Complete The Attached Market Survey (attachment 3) And Spreadsheet (attachment 4) And Return The Completed Copies To Brent Wahle At Brent.wahle@dla.mil By November 27, 2025.
notice Attachments Include:
nsn Information Sheet
piid
market Survey Questionnaire
market Survey Nsn Spreadsheet
Closing Date27 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Purpose: The Army Contracting Command New Jersey (acc-nj), Picatinny Arsenal, Nj 07806-5000 Is Conducting A Market Survey On Behalf Of The Product Manager Artillery, Mortars, And Precision Systems (pdm Amps) To Identify Potential Sources For The Procurement And Delivery Ofm777 Digital Fire Control Hardware Listed In The Table Below. The Technical Documentation For This Procurement Is Distribution C. The Below Listed Tdp Documents May Be Provided Upon Request Following Receipt And Approval Of These Signed And Completed Documents: (1) Dd Form 2345 – Military Critical Technical Data Agreement; (2) Amsta-ar Form 1350 – Technical Data Request Questionnaire; And (3) A Non-disclosure Agreement (nda). Requests Shall Be Submitted To The Poc For This Opportunity.
government Part Number Part Name Qty
-13100941 Mission Computer 11 (msc-11) 1 Ea
-13010942 Chief Of Section Display 11 (csd-11) 1 Ea
-13107078 Cable Assembly, W112 1 Ea
-13107079 Cable Assembly, W114 1 Ea
-13107080 Cable Assembly, W116 1 Ea
description: This Sources Sought Is For Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation On The Part Of Pdm-amps Or Acc-nj. The Contractor Shall Be Prepared To Procure And Deliver Up To Qty 800 Of Each Of The Components Listed In Table 1. The Msc11 And Csd11 Shall Be Iaw Performance Specification 13100941 Dated 19 July 2024 And Performance Specification 13100942 Dated 4 July 2024 Respectively. The W112, W114, And W116 Shall Be Iaw With The Drawing Numbers Listed In Table 1.
all Interested Vendors Are Requested To Provide:
statement Of Capability Describing The Vendor’s Capability To Provide The Items Which Shall Include Program And Configuration Management Plans.
rough Order Magnitude Schedule For Qualification Testing Iaw Performance Specifications If Not From A Government Approved Source
rough Order Magnitude Schedule To Provide Supplies/services Inclusive First Article Testing Which Shall Include Quality Assurance Plans
rough Order Magnitude Cost To Provide Supplies/services Which Shall Include Acceptance And Packaging Plans And Procedures.
this Is A Sources Sought Notice (ssn) Only And Should Not Be Construed As A Request For Proposal (rfp) Or Any Type Of Commitment By The United States Government. As Stated Above, Please Be Aware That The Government Will Not Pay For Any Information Submitted Under This Announcement. As A Result Of This Sources Sought Notice (ssn), A Request For Proposal (rfp) May Be Issued For M777 Digital Fire Control Hardware. Participation In This Sources Sought Notice (ssn) Is Completely Voluntary By The Vendor And As Such All Costs To Develop The Vendor’s Response Are To Be Borne By The Participating Vendor.
submissions Of Designs That Are Not Fully Compliant With All Requirements Are Also Encouraged So That Pdm Amps May Assess The Capabilities Of All Currently Available Sources. The Government Recognizes That Proprietary And/or Classified Data May Be A Part Of This Effort. If So, Clearly Mark Such Restricted/proprietary And Classified Data And Present Them As An Addendum To The Nonrestricted/non-proprietary And Unclassified Information.
all Interested Sources Are Encouraged To Submit Their Abilities/capabilities No Later Than (nlt) Monday, 17 March 2025 1700 Eastern. Interested Sources Shall Submit Their Responses And Inquiries Pertaining To This Announcement To The Following Poc(s) To: Daniel Rakauskas, Acc-nj-ic Bldg. 10, Picatinny Arsenal, Nj 07806-5000; Email: Daniel.s.rakauskas.civ@army.mil
electronic Submittals Are Required. No Hard Copy Or Facsimile Submissions Will Be Accepted.
Closing Date17 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: Please Note – Nsns May Be Added To Any Subsequent Contract Per The Scope Of This Action. This Action’s Scope Is Listed Below. A Current Program Nsn Listing Is Attached To This Announcement.
this Annoucement Is Linked To The Project's Sources Sought. The Sources Sought Contains Additional Program Information And A Market Survey Questionnaire. Please Feel Free To Review The Sources Sought And Provide A Response To The Market Survery Questionnaire. Please Provide Any Market Survey Responses Or Questions To Bret Griffin (bret.griffin@dla.mil) Or Robert Harris (robert.harris@dla.mil).
the Jltvci Successor Project Will Be A 5 Year Multiple Award Contract(s) (mac) Supporting A Broad Range Of Joint Light Tactical Vehicles (jltv). The Proposed Contract Will Have An Ordering Period Of A Two-year Base Period, And Three (3) One-year Option Periods, Totaling Five (5) Potential Contract Years. Individual Orders Will Be Used To Supply The Items Within Scope Of This Contract.
scope
the Scope Of This Joint Light Tactical Vehicle Competitive Initiative (jltvci) Contract Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Joint Light Tactical Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To:
2010 Ship And Boat Propulsion Components
2510 Vehicular Cab, Body, And Frame Structural Components
2520 Vehicular Power Transmission Components
2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components
2540 Vehicular Furniture And Accessories
2541 Weapons Systems Specific Vehicular Accessories
2590 Miscellaneous Vehicular Components
2805 Gasoline Reciprocating Engines
2815 Diesel Engines And Components
2910 Engine Fuel System Components, Nonaircraft
2920 Engine Electrical System Components, Nonaircraft
2930 Engine Cooling System Components, Nonaircraft
2940 Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft
2990 Miscellaneous Engine Accessories, Nonaircraft
3020 Gears, Pulleys, Sprockets, And Transmission Chain
3030 Belting, Drive Belts, Fan Belts, And Accessories
3040 Miscellaneous Power Transmission Equipment
3110 Bearings, Antifriction, Unmounted
3120 Bearings, Plain, Unmounted
3950 Winches, Hoists, Cranes, And Derricks
3990 Miscellaneous Materials Handling Equipment
4010 Chain And Wire Rope
4130 Refrigeration And Air Conditioning Components
4210 Firefighting Equipment
4320 Power And Hand Pumps
4330 Centrifugals, Separators, And Pressure And Vacuum Filters
4710 Pipe, Tube And Rigid Tubing
4720 Hose And Flexible Tubing
4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings
4810 Valves, Powered
4820 Valves, Nonpowered
4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment
5315 Nails, Machine Keys, And Pins
5325 Fastening Devices
5330 Packing And Gasket Materials
5340 Hardware, Commercial
5342 Hardware, Weapon System
5355 Knobs And Pointers
5365 Bushings, Rings, Shims, And Spacers
5430 Storage Tanks
5895 Miscellaneous Communication Equipment
5905 Resistor
5925 Circuit Breakers
5930 Switches
5935 Connectors, Electrical
5963 Electronic Modules
5970 Electrical Insulators And Insulating Materials
5985 Antennas, Waveguides, And Related Equipment
5995 Cable, Cord, And Wire Assemblies: Communication Equipment
5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware
5999 Miscellaneous Electrical And Electronic Components
6150 Miscellaneous Electric Power And Distribution Equipment
6220 Electric Vehicular Lights And Fixtures
6350 Miscellaneous Alarm, Signal, And Security Detection Systems
6620 Engine Instruments
6625 Electrical And Electronic Properties Measuring And Testing Instruments
6650 Optical Instruments, Test Equipment, Components And Accessories
6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments
6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments
6695 Combination And Miscellaneous Instruments
7690 Miscellaneous Printed Matter
8145 Specialized Shipping And Storage Containers
the Project Currently Contains 7210 Nsns That May Be Ordered During The Period Of Performance.
items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The List Of 7210 Potential Nsns Is Not The Entire List That May Be Added To This Procurement But Are Nsns That Are Known At This Time.
all Items Within The Scope Of The Solicitation Will Be Considered On The Contract And May Be Ordered During The Period Of Performance.
nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns To This Initiative Or Any Resulting Contract(s).
this Solicitation May Be The Only Planned Opportunity That A Contractor Will Have To Submit A Proposal For Nsns That Fall Within The Scope Of This Solicitation.
all Responsible Sources May Submit An Offer/quote Which Shall Be Considered.
one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United States By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer.
the Solicitation Will Be Available On Dla’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/rfp/) On Its Issue Date On Or About September 2, 2025.
the Small Business Size Standard Is _1000__ Employees.
drawings/specifications For Some Nsns Will Be Available Through The Dibbs Solicitation Link In The Synopsis On The Solicitation Issue Date.
specifications, Plans Or Drawings Are Not Available Are Not Avaialable For All Nsns.
the Total Duration Of This Action Shall Not Exceed 5 Years.
while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance, And Other Evaluation Factors As Described In The Solicitation.
Closing Date1 Nov 2025
Tender AmountRefer Documents
Mestys Sp Lov Tender
Others
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Contract is the Construction of the "Reconstruction of the Unused Building No. 61 in the Center of the Municipality of Spálova". The Subject of the Construction Works is the Reconstruction of the Unused Building No. 61, Which Will House a Central Kitchen for Elementary and Kindergarten Schools, Food Delivery in the Municipality and Adjacent Municipalities, a Municipal Office, a Maintenance Workshop and Facilities for Workers, Refreshments with Preparation, Hygienic Facilities for the Public and a Community Room. The Maximum Proposed Capacity of the Kitchen Is 500 Meals Daily. The Kitchen Operation Will Be Located on Two Floors, the 1st Pp and the 1st Np, Which Will Be Connected by an Operating Elevator. The 1st pp Will House Storage, Rough Preparation, Raw Material Reception and Food Export. The 1st floor will house the cooking room, preparation rooms and food dispatch. The facilities for workers will be located on both floors. The kitchen operation will form a closed unit. The 1st floor will also house the maintenance workshop and facilities for workers. This operation will also form a separate part. The 1st floor will also house a refreshment room with preparation, sanitary facilities for the public and a social room with the possibility of using it as a classroom or lecture room with a capacity of up to 30 people. The 2nd floor will house the administrative part (municipal office), a clubhouse for use by leisure organizations and a separate office space. The use of gable roofs without hipped roofs, which will be supplemented by dormers with a flat roof, will be newly proposed. The second floor (attic) will be partially set back. The facades will be made of plaster in light tones. The roof covering will be made of folded sheet metal in dark gray. As part of the reconstruction of the building, external modifications will also be carried out, consisting, among other things, of the construction of paved areas, water connections, rainwater drainage, high-voltage connections and a transformer station. The subject of the construction work is also the construction of a photovoltaic power plant (PVPP) on the roof of the building. The subject of the construction work is also the execution of all other works specified in detail in the project documentation. In addition to the execution of construction work, the subject of the public contract is also the preparation of documentation of the actual construction and geodetic survey of the construction. Further details on the subject of the public contract are provided in Article 1 of the Tender Documentation.
Closing Soon25 Feb 2025
Tender AmountCZK 65.3 Million (USD 2.7 Million)
INDIAN HEALTH SERVICE USA Tender
Others
United States
Description: The Indian Health Service, Kayenta Health Center, Located In/at Highway 160, Mile Post 394.3, Kayenta, Az 86033 Has An Upcoming Requirement For Proficiency Test Survey Kits And Proficiency Testing Services For Continuing Accreditation Of Clinical Laboratory Services And A Clia Requirement To Maintain Enrollment In A Proficiency Testing Program. The Period Of Performance Is 01/01/2025 – 12/31/2025. The North American Industry Classification System Or Naics Code Is 621511 - Medical Laboratories With A Small Business Size Standard Of $41.5.
the Request For Quotations No. 75h71025q00038 Using The Principles Of Far 12 Acquisition Of Commercial Items In Conjunction With Far 13 Simplified Acquisition Procedures Will Be Issued On Or By December 13, 2025. Evaluation Factors May Include Technical Capability To Meet The Government Need, Minimum Education Requirements, Professional Certifications, Past Performance, And Price. Quotes Will Be Due On Or By December 20, 2024. The Acquisition Is A Full And Open Competition.
in Accordance With 52.204-7(b)(1) Prospective Contractors Must Have – And Maintain (in Accordance With 52.204-13(c) – An Active Profile In The System For Award Management At Beta.sam.gov In Order To Submit A Quote.
for Additional Information, Contact Flora Washington, Flora.washington@ihs.gov, (928) 380-8345.
this Is Not A Solicitation.
Closing Date21 Dec 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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
Closing Soon24 Feb 2025
Tender AmountRefer Documents
2711-2720 of 3403 active Tenders