Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date17 Mar 2025
Tender AmountRefer Documents 
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.

Mestys Sp Lov Tender

Others
Corrigendum : Closing Date Modified
Czech Republic
Closing Soon25 Feb 2025
Tender AmountCZK 65.3 Million (USD 2.7 Million)
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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents 
Details: The Honolulu District, U.s. Army Corps Of Engineers (usace) Is Soliciting Lease Proposals For 1,400 To 2,100 Of Gross Rentable Square Feet Of Commercial Retail Storefront Space In Saipan For Armed Forces Recruiting Office Purposes. The U.s. Government, By And Through Usace, Currently Occupies Retail And Related Space Under A Lease, In The City And State Specified Above. The Lessor Shall Provide Adequate/assigned Parking For Approximately Three (3) Government Vehicles Both During The Day And Overnight. The Lease Term Is Five (5) Years With Government Termination Rights, And Will Be A Full-service Lease (to Include All Utilities And Janitorial Services). delineated Area: the Government Requests Space In Sapan In An Area Bounded As Follows: the Entire Island Of Saipan buildings That Have Frontage On The Boundary Streets Are Deemed To Be Within The Delineated Area. if Awarded To A New Location, This Office Would Be Relocated Immediately Upon Completion Of Construction Of Retail Space To Accommodate All Requirements Pertaining To The Construction Specifications For Production Offices With The Lease Start Date Commencing Upon Acceptance Of Space By The Government (see Attached Construction Specifications). space Minimum Requirements Include: 1. 24-hour Unrestricted Access To Leased Space; 2. Availability Of All Communications Infrastructure For To Include Dsl, T1 Or A Satellite Dish; 3. Direct Access To Secondary Exterior Exit Door From Lease Space; Common Area Exterior Exit Door If Shared With Other Military Services; Or Exterior Exit Door Can, And Will Be Installed Prior To Occupying The Facility; And 4. 24-hour Lighted Parking For Up To Three (3) Government Vehicles And Adequate Parking For Privately Owned Vehicles Onsite Or Within A 4 Block Radius Of The Premises. electronic Offer Submission: offers Must Be Submitted Electronically Via Email To: Amy.capwell@usace.army.mil offers Are Due On Or Before: March 1, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Requirements For Consideration Of Award Will Entail A Complete Package That Consists Of The Following Criteria At A Minimum (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.): initialed Acceptance And Use Of Government Lease Indicating That You Understand The Government’s Terms And Requirements. (exhibit A Recruiting Form L100) 2. Initialed Acceptance And Use Of Government General Clauses Form 3517b Indicating That You Understand The Government’s Terms And Requirements. (exhibit B Form 3517b General Clauses) 3. Competitive Rates Of Base Cost Per Square Feet For Annual Rent And A Breakout Of Operating Expenses, Real Estate Taxes, And Janitorial Service Costs And Utilities. (completed Exhibit C Proposal To Lease). 4. All Costs And Materials Affiliated To Meet The Requirements Of The Construction Specifications Including All Safety And Security Enhancements Will Be Considered Tenant Improvements With No Reimbursement From The Government Upon Completion Of The Construction Or Through Amortization Within The Lease (completed Exhibit F Construction Bid Worksheet). do Not Attempt To Complete The Lease Form (usace Recruiting Lease Form L100). Neither The Rlp Nor Any Other Part Of An Offeror’s Proposal Shall Be Part Of The Lease Except To The Extent Expressly Incorporated Therein. Please Review All The Documents Thoroughly So That You Have A Complete Understanding Of The Government’s Requirements. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Lowest Overall Cost And Technical Requirements Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. one Item Of Note In The General Clauses, Gsa Form 3517b Document Is The Requirement To Register In The System For Award Management At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed Before Lease Award. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. Effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. Vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (formerly Duns Number). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov). funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date1 Dec 2025
Tender AmountRefer Documents 
Description: Crownpoint Healthcare Facility, Hospital Consumer Assessment And Hospital Provider System Survey (hcahps)

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date1 Nov 2025
Tender AmountRefer Documents 
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.

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date21 Dec 2025
Tender AmountRefer Documents 
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.

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date2 Dec 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Closing Date14 Nov 2025
Tender AmountRefer Documents 
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.

PUBLIC BUILDINGS SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Amendment 0004 (04 February 2025): This Solicitation Has Been Cancelled Due To Significant Changes In Requirements. The Government Appreciates Your Interest In This Opportunity And Looks Forward To Future Opportunities. amendment 0003 (27 January 2025): The Response Due Date And Time Has Been Changed To 28 February 2025 At 5pm Eastern. Responses To All Rfis Will Be Included In A Future Amendment On A Later Date Tbd. attachment Update 0001 (13 January 2025): Pre-proposal Conference Agenda-minutes, Attendee Report, And Meeting Recording Have Been Attached To This Posting. amendment 0002 (13 January 2025): Refer Tocombined Synopsis Solicitation - 47pa0325r0001-0002 - Set Aside Ae Idiq Amendment 0002 Dated 13 January 2025 Attached. summary Of Changes: the Due Date For Responses Has Been Extended To 5pm Eastern On 04 February 2025. the Number Of Changes Requires A Thorough Review Of This Entire Document. Instructions For Submission And Solicitation Clauses And Provisions Have Been Added Starting On Page 8. clarification 0001 (03 January 2025): Per The Combined Synopsis/solicitation Attachment, Questions Are Due No Later Than 5:00 Pm Local On 17 January 2025. This Posting Has Been Updated To Correct That Inconsistency. amendment 0001 (20 December 2024): Update To Pre Proposal Conference Day And Time. there Will Be A Virtual (via Google Meets) Pre-proposal Conference Held On 13 January 2025 At 3:00 Pm Edt. Interested Firms Wishing To Participate In The Pre-proposal Conference Are Required To Email Aaron Lay, Aaron.lay@gsa.gov, With The Names And Emails Of Each Participant From The Firm No Later Than Close Of Business 10 January 2025. Information Received During The Pre Proposal Conference Shall Not Constitute A Change In Requirements Or Scope Without A Written Amendment To This Solicitation. original Post solicitation Number: 47pa0325r0001 Notice Type: Combined Synopsis/solicitation Synopsis: this Synopsis/solicitation Is A Request For Qualifications (rfq) For Zonal Architect And Engineering (ae) Indefinite Delivery Indefinite Quantity (idiq) Contracts, For A Period Of One Base Year Plus Up To Four One-year Option Periods Per Contract. Four Single Award Idiqs Will Be Made From This Solicitation For Ae Services. This Procurement Is Set-aside For Small Businesses. Interested Small Businesses May Submit An Offer For One Or More Zones. classification Code: C – Architect And Engineering Services Naics Code: 541310 notice: Setaside For Small Businesses the Deadline For Submitting Questions Is 5 P.m. Local Time On 17 January 2025. special Programs Division (spd) Of The U.s. General Services Administration (gsa), Public Buildings Service (pbs), Has A Requirement For Professional Architectural And Engineering (ae) Services On An Indefinite Delivery/indefinite Quantity (idiq) Basis. Orders Placed By Spd Will Primarily Cover Requirements Of Client Agencies. Contracting Officers (cos) Within Pbs Will Be Authorized To Place Orders Against The Contracts Upon Receipt Of A Delegation Of Authority From The Spd Co. four Single Award Idiq Contracts Will Include All Facilities Under The Jurisdiction, Custody And Control Of Gsa In The Entire United States (u.s.), Including All U.s. Territories. All Ae Services Will Be Provided When So Authorized By Execution Of Firm-fixed-price Task Orders. Individual Task Order Values Will Be Based On An Estimated Construction Cost At Award (ecca) Of Less Than Or Equal To The Prospectus Threshold (currently $3.6 Million). Note - This Value Can Be Exceeded If Agreed To By The Contractor. this Requirement Is Solicited As A Total Small Business Set-aside. The Naics Code Is 541310 (architectural Services) And The Small Business Size Standard Is $12.5 Million. It Is Anticipated That Four Separate Contracts Will Be Awarded. The Firm-fixed-price Idiq Contracts Will Each Consist Of One Base Year And Up To Four, One-year Option Periods. Offerors May Submit A Proposal For Each Of The Zones They Are Interested In, But A Single Proposal For Multiple Zones Will Not Be Accepted. The Zonal Awards Shall Encompass The Following Primary Contract Areas. zone A 1. New England 2. Northeast & Caribbean 3. Mid-atlantic maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Pennsylvania, West Virginia, Virginia, Delaware, Maryland, Puerto Rico And U.s. Virgin Islands zone B 4. Southeast Sunbelt 5. Great Lakes 6. Heartland 7. Greater Southwest florida, Georgia, South Carolina, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Nebraska, Iowa, Kansas, Missouri, New Mexico, Oklahoma, Arkansas, Louisiana, And Texas zone C 8. Rocky Mountain 9. Pacific Rim 10. Northwest/arctic alaska, Montana, North Dakota, South Dakota, Wyoming, Utah, Colorado, Nevada, Arizona, California, Washington, Oregon, Idaho, And Hawaii zone D 11. National Capital central Office district Of Columbia And The Immediate Surrounding Area on An Occasional Basis, Work May Also Include Locations In The Secondary Contract Area. The Secondary Contract Area For The Idiq Contract Covers The Entire United States (u.s.), Including All U.s. Territories, And Consists Of The Zones Comprising Other States And Territories That Are Not Covered As Part Of The Idiq Contract’s Primary Contract Area. The Secondary Contract Area May Be Awarded As A Primary Contract Area(s) Under Separate Contract(s) To Other Contractor(s). In Addition, The Secondary Contract Area Of This Contract May Also Be The Secondary Contract Area Under Other Contracts. services May Be Provided Under This Contract Within The Secondary Contract Area If Ordered By The Government. However, The Contractor Is Not Obligated To Perform Work In The Secondary Contract Area And May Decline Such Orders By Notifying The Co Within 3 Workdays Of Receipt Of A Request For Proposal Or Order For Such Services. The Government Shall Have No Obligation To Order Services To Be Performed Under This Contract Within The Secondary Contract Area, And Its Failure To Order Any Such Services Shall Not Breach Or Otherwise Violate The Contract. small Business Set-asides. When Forming A Formal Joint Venture Or Partnership In Response To A Small Business Set-aside, All Team Members Must Meet The Socioeconomic Status For The Set-aside. For All Contractor Team Arrangements (ctas) Submitted In Accordance With Far Subpart 9.6, The Limitations On Subcontracting (far 52.219-14) Apply, (i.e., The Small Business Team Members Must Perform At Least 50% Of The Value Of The Work To Be Completed). the Maximum Ordering Limitation (mol) For Each Contract Across All Potential Contract Years Is $50 Million Dollars. There Will Be A $1,000 Guaranteed Minimum For The First Year Of Each Idiq. the Contracts Will Be Solicited And Awarded Pursuant To The Brooks Act, Federal Acquisition Regulation (far) Subpart 36.6, And General Services Acquisition Manual (gsam) Subpart 536.6. scope work Under Typical Task Orders Issued Under Each Idiq Contract Will Include, But Will Not Be Limited To: The Study Of Architectural And/or Engineering Problems/existing Conditions (known As Extra Field Investigation – Efi); Recommendation Of Solutions And Anticipated Costs For The Solutions; Engineering Studies, Retro-commissioning, Pre-design Phase Services, Preparation Of Schematic Designs (sds), Design Development Drawings (dds), Design Intent Drawings (dids), Construction Documents (cds) And Specifications For Various Projects; Drafting Design-build Statements Of Work (sows); And Monitoring Of Construction Activities In The Form Of Post Contract Construction Services (pccs). Requirements For Typical Task Order Sows Will Also Involve Engineering And Architectural Services For Reports, Investigations, Subsoil Investigations, Site Surveys And Analysis, Site Utility Studies, Geotechnical Engineering Services, Environmental Studies, Energy Studies/audits, Materials Selection, And Design. firms Shall Be Capable Of Performing The Work With In-house Staff And/or In Conjunction With Consultants, Partnerships, And/or Joint Ventures.all Ae Services Will Be Provided When So Authorized By Execution Of Firm-fixed-price Task Orders. the Work Will Require Various Primary Disciplines, Including: architectural, Civil, Structural, Mechanical (hvac And Plumbing), Electrical, Fire Protection cost Estimator, Environmental Engineer, Historic Preservationist, And Landscape Architect. secondary/supplemental Disciplines Which May Be Required On An As-needed Basis Include: marine Engineer, Geotechnical Engineer, Registered Land Surveyor, And Other Disciplines As Requested By Gsa. at A Minimum, Firms Shall Have A Team Comprised Of The Following Disciplines – Architects, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, Civil Engineers, Structural Engineers, Environmental Engineers, Cost Estimators, And Historical Preservationists And Landscape Architects. pre Proposal Conference: there Will Be A Virtual (via Google Meets) Pre-proposal Conference Held On 13 January 2025 At 3:00 Pm Edt. Interested Firms Wishing To Participate In The Pre-proposal Conference Are Required To Email Aaron Lay, Aaron.lay@gsa.gov, With The Names And Emails Of Each Participant From The Firm No Later Than Close Of Business 10 January 2025. Information Received During The Pre Proposal Conference Shall Not Constitute A Change In Requirements Or Scope Without A Written Amendment To This Solicitation. information To Interested Small Business register In The System For Award Management (sam) Database (www.sam.gov).

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Closing Date27 Nov 2025
Tender AmountRefer Documents 
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
2751-2760 of 3448 active Tenders