Survey Tenders

Survey Tenders

Indian Oil Corporation Limited - IOCL Tender

Services
Consultancy Services...+1Civil And Architectural Services
GEM
India
Closing Soon17 Feb 2025
Tender AmountINR 741.5 K (USD 8.5 K)
Description: CATEGORY: Custom Bid for Services - Detailed Engineering Survey for new FO Pipeline from Paradip Marketing Terminal to North Oil Jetty NOJ

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Pre-solicitation/synopsis Posting. the U.s. Army Corps Of Engineers Intends To Issue A Solicitation In The Near Future To Procure Services To Execute The Overhaul Of The Survey Vessel H.r. Spies. The Work Consists Of Furnishing All Engineering, Design, Labor, Services, Equipment, Parts And Materials And Performing All Work On The U.s. Army Corps Of Engineers Survey Vessel "h.r. Spies"specified Herein. The Principal Dimensions For The Vessel Are Shown Below: general Description overall Length: 68 Feet - 6 Inches overall Beam: 25 Feet - 10 Inches draft: 4 Feet - 8 Inches maximum Vessel Weight: 92,000 Pounds vessel Is Constructed Of Aluminum. the Major Work Scope Includes Drydocking The Vessel, Surface Preparation And Inspection, Cleaning And Painting The Hull, Inspecting And Repairing Or Replacing The Port Side Rub Rail, Cleaning The Engine Room Bilges, Pumping Out The Head Tank, And Miscellaneous Modifications And Repairs In Accordance With These Specifications. the Period Of Performance Will Be 30 Calendar Days From Delivery Of The Vessel To The Contractor’s Yard. the S/v H.r. Spies Current Fy25 Operating Schedule Has Her Operating In The Delaware River And Bay Prior To Entry Into And Upon Departure From The Shipyard. Bids Will Only Be Accepted From Facilities Along The Delaware River & Bay And Its Tributaries. prior To The Award Of This Contract, The Contractor Shall Enter Into A "mastership Agreement For Repair And Alteration Of Vessels". If The Contractor Has Entered Such An Agreement Prior To This Contract, That Agreement May Be Utilized. For More Information, See Dfars Subpart 252.217-71, Master Agreement For Repair And Alteration Of Vessels. the Government Anticipates Issuing A Solicitation For These Services On Or After 21 February 2025. The Naics Code For This Project Will 336611 – Ship Building And Repairing. The Small Business Size Standard Is 1,300 Employees. solicitation Documents, Plans, And Specifications Will Only Be Available Via The Sam.gov Homepage Located At Https://www.sam.gov. No Hard Copies Will Be Available. It Is The Contractor’s Responsibility To Monitor Https://www.sam.gov For Issuance Of The Solicitation And Monitoring Of Any Amendments Once The Solicitation Is Issued. The Solicitation Will Contain Far Provision 52.204-7; Therefore, A Bidder Must Be Registered In The System For Award Management (sam) Database Prior To Award. questions Regarding This Notice Should Be Directed To Katie Sayers At Katie.l.sayers@usace.army.mil. offerors Should Review The Entire Solicitation Once Posted. Information Within This Pre-solicitation/synopsis Posting Is Subject To Change.

DEFENSE LOGISTICS AGENCY USA Tender

Chemical Products
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Pr Number: 7000606875 procurement Type: Sources Sought title: Filter, Fluid. classification Code: (4330) naics Code: 333998 is This A Recovery And Reinvestment Act Action: No primary Poc: Jillian Gambill; Jillian.l.gambill@dla.mil. description: this Is A Sources Sought Notice And Is For Information Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids. All Of The Following Information Is Approximate And May Be Altered In The Actual Solicitation. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Dla Land And Maritime Anticipates Issuing A Solicitation In The Near Future For Approximately 2 Ea Of Nsn 4330-01-137-4746. item Will Be Purchased Iaw The Following: aircraft Appliances And Equipment 35076 P/n 50471248500 aircraft Appliances And Equipment 35076 P/n 712485-1 the Anticipated Packaging Requirements Are As Follows: pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00 wrap Mat:00 Cush/dunn Mat:na Cush/dunn Thkness:c unit Cont:e6 Opi:o intrmdte Cont:do Intrmdte Cont Qty:aaa pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:00 -00 No Special Marking palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement material Is Anticipated To Be Shipped To: parcel Post Address: n49630 aegis Component Equipment Warehouse supervisor Of Shipbuilding conversion And Repair Attn Code 220 pascagoula Ms 39568-7003 us rdd 999/nmcs Shipment. Ship By Fastest Traceable Means. Do Not Use Parcel Post. freight Shipping Address: n49630 aegis Component Equipment Warehouse 4908 Chicot Street pascagoula Ms 39567-5000 us m/f: (tcn) R214512047w046 rdd: 999 proj: C53 Tp 1 supp Add: N49630 Sig: J for Government Use Only: (ipd) 02 dic: A4a Dist: P Adv: Fc: Nr parcel Post Address: v21429 uss Philippine Sea Cg 58 unit 100258 Box 1 fpo Ae 09592 us vessel Shipment. Transportation See Dlad Proc Note C19. First Destination Transportation See Dlad Proc Note C20 And Contract freight Shipping Address: v21429 uss Philippine Sea Cg 58 dla Vendors: Use Vsm For us rdd 999/nmcs Shipment. Transportation See Dlad Proc Note C19. First Destination Trans See Dlad Proc Note C20 And Contract m/f: (tcn) V214294054w232 rdd: 999 proj: 745 Tp 1 supp Add: Ynem01 Sig: A for Government Use Only: (ipd) 02 dic: A41 Dist: P3b Adv: Fc: Sr the Solicitation Is Anticipated To Require Fob Origin And Acceptance Of The Supplies And Packaging At Destination. whether Or Not This Acquisition Will Be Set Aside For Small Businesses Is Yet To Be Determined. All Interested Parties Are Invited To Express Your Interest In This Procurement By Completing The Attached Market Survey And Returning To The Buyer, Jillian Gambill; Jillian.l.gambill@dla.mil On Or Before C.o.b 1600 Est February 18, 2025.

Social Security Administration Tender

Security and Emergency Services
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Is Issued Solely For Planning Purposes And Is Published In Accordance With Far Part 10 And Far 15.201(e). This Is Not A Solicitation Or Call For Proposals. Any Proposal Submitted In Response To This Request For Information Will Not Be Considered. Information Received From This Sources Sought Notice Is For Planning Purposes And Market Research Only, And It Will Assist The Government In Its Acquisition Strategy. The Government Will Not Pay Any Costs Incurred In The Preparation Of Information For Responding To This Market Survey Or The Government’s Use Of The Information. Proprietary Information Must Be Clearly Identified As Proprietary Information. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. The Government Will Not Provide A Debrief On The Results Of The Survey. sources Sought – Ssa Is Conducting A Market Survey/source Sought To Help Determine The Availability And Technical Capability Of All Qualified Businesses Capable Of Providing The Requirement Below. synopsis – The Ssa Hq Is Seeking To Establish A Comprehensive Automatic Door Contract That Provides A Full Range Of Services, Including Repairs, Preventive Maintenance, And 24/7 Emergency Repair Services For Automatic Door Systems. The Contract Aims To Ensure Safety And Reliability, Extend The Lifespan Of The Doors Through Proactive Maintenance, And Deliver Rapid Response In Emergencies To Minimize Downtime. Interested Vendors Are Encouraged To Submit Their Proposals, Demonstrating Their Ability To Meet These Service Requirements Effectively. for More Information, Please Review The Attached Draft Statement Of Work (sow). responses – Interested Firms With The Capability Of Providing The Requirement, Per Applicable Subcontracting Rule Limitations (e.g., Those In Far 52.219-3 And 52.219-14), Shall Submit Capability Statements That Demonstrate Their Expertise In The Above-described Areas In Sufficient Detail, Including Any Other Specific And Relevant Information, So The Government Can Determine The Firm’s Experience And Capability To Provide The Requirements. Failure To Demonstrate The Capability Of Providing The Requirement In Response To This Market Survey May Affect The Government’s Review Of The Industry’s Ability To Perform Or Provide These Requirements. firms Shall Include The Following Information With Their Responses: 1. Organization Name, Unique Entity Identification (uei) Number, Address, Email Address Of A Point Of Contact Who Can Verify The Demonstrated Capabilities, Website Address, And Telephone Number. 2. Answers To The Following Experience Related Questions. a) Can You Provide An Overview Of Your Company's Experience In Servicing And Maintaining Automatic Doors Specifically For Government Or Commercial Facilities? Please Include Details On Similar Projects Undertaken, Particularly Those Involving Multiple Buildings. b) What Specific Protocols And Methodologies Do You Employ For Diagnosing And Repairing Automatic Door Malfunctions? How Do You Ensure The Repairs Are Compliant With Industry Standards And Safety Regulations? c) Please Describe Your Preventive Maintenance Program For Automatic Doors. What Specific Tasks Are Included, And How Frequently Do You Recommend Performing These Services To Ensure Optimal Performance? d) What Is Your Typical Response Time For Emergency Repairs? Can You Outline Your Emergency Service Process And The Availability Of Technicians To Address Urgent Issues Outside Of Regular Business Hours? e) What Qualifications And Training Do Your Technicians Possess Regarding Automatic Door Systems? Please Provide Information On Any Relevant Certifications Or Ongoing Training Programs Related To Repairs And Maintenance. f) How Do You Manage The Sourcing And Availability Of Replacement Parts For Automatic Doors? Can You Ensure That All Parts Used Are Compliant With Manufacturer Specifications And Applicable Regulations? g) What Performance Metrics Do You Track Related To Maintenance And Repair Services? How Do You Report These Metrics To Your Clients, And What Measures Do You Take To Continuously Improve Service Quality? 3. Type Of Ownership/or Company Structure And Socioeconomic Status (i.e. Small Business, Small, Disadvantaged Business, 8(a), Etc.); 4. Whether Services Are Offered On A General Services Administration (gsa) Multiple Award Schedule/federal Supply Schedule Contract, And If So, The Gsa Contract Number And Applicable Special Item Number (sin); And 5. Whether Or Not The Respondent Is Registered In System For Award Management (sam). questions/comments – Ssa Invites Interested Parties To Provide Comments On The Attached Draft Statement Of Work. The Government Will Consider Questions/comments Received In Developing The Solicitation Documents, Should A Solicitation Be Posted. submission – All Responses Shall Be Limited To Ten Pages And Must Be Sent Via Email To Robyn.norris@ssa.gov No Later Than 1:00 Pm Est, Friday, February 14, 2025.

UNITED STATES AGENCY FOR GLOBAL MEDIA Tender

Others
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) / Sources Sought (ss) Only this Is A Request For Information/sources Sought/market Research Announcement For Information Gathering, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Rfi/ss. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. Submission Of Any Information In Response To This Rfi/ss/market Research Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred. the Purpose Of This Rfi/ss Is To Engage With Industry Early To Answer Questions, Have Open Discussions, And Identify Potential Sources That Can Provide Gardening And Antenna Field Maintenance Services Based On The Attached Set Of Draft Requirements. instructions: 1. This Announcement Contains A Draft Statement Of Work (sow). The Sow Allows Interested Parties To Provide Their Company’s Capability In Response To This Rfi/ss. 2. If, After Reviewing These Documents, Your Company Plans To Participate In This Market Research, Your Company Should Provide Documentation That Supports Your Company’s Capability In Meeting The Requirements. Failure To Provide Documentation May Result In The Government Being Unable To Adequately Assess Your Company’s Capabilities. If You Lack Sufficient Experience In A Particular Area, Please Provide Details Explaining How You Would Overcome The Lack Of Experience/capabilities In Order To Perform That Portion Of The Requirement (i.e., Teaming, Subcontracting, Etc.) 3. Both Large And Small Businesses Are Encouraged To Participate In This Market Research. You Should Identify Any Areas Of Work That Your Organization Believes Should Be Set-aside Exclusively For Small Business Concerns. Joint Ventures Or Teaming Arrangements Are Acceptable. all Questions, Comments, Or Responses To This Rfi/ss Must Be Submitted Electronically Via Email To Mr. David Wallace, Dwallace@usagm.gov And Brittany Vandiver, Bvandiver@usagm.gov. Questions Regarding This Announcement Must Be Submitted Electronically By 12:00 Pm Eastern Standard Time (est) On February 12, 2025. Interested Parties Must Submit A Capability Statement And Completed Contractor Capability Survey To Dwallace@usagm.gov And Brittany Vandiver, Bvandiver@usagm.gov No Later Than 12:00 Pm Eastern Standard Time On February 20, 2025. To Be Considered Timely, All Responses Must Be Submitted By The Due Date And The Email Subject Must Include The Title “usagm Gardening And Antenna Field Maintenance Services Rfi/ss”. request For Information (rfi) part I. Business Information please Provide The Following Business Information For Your Company/organization And For Any Teaming Or Joint Venture Partners: · Company/organization Name: · Address: · Uei: · Cage Code: · Phone Number: · Point Of Contact And E-mail Address: · Web Page Url: · Size Of Business Pursuant To North American Industry Classification System (naics) Code: 561730- Landscaping Services based On The Above Naics Code, State Whether Your Company Is: · Small Business (yes / No) · Woman Owned Small Business (yes / No) · Small Disadvantaged Business (yes / No) · 8(a) Certified (yes / No) · Hubzone Certified (yes / No) · Veteran Owned Small Business (yes / No) · Service Disabled Veteran Small Business (yes / No) · System For Award Management (sam) (yes / No) · A Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate The Country Of Ownership). part Ii. Capability Survey Questions a. General Capability Content Information: 1. Describe Briefly The Capabilities Of Your Entity And Nature Of The Goods And/or Services You Provide. This Should Include Company Background Information To Include An Executive Summary. (not To Exceed 5 Pages) 2. Describe Your Company's Past Experience Providing Gardening And Antenna Field Maintenance Services. Include Contract Numbers, A Brief Description Of The Work Performed, Period Of Performance, Agency/organization Supported, And Individual Point Of Contact (contracting Officer Or Program Manager). (not To Exceed 5 Pages) b. Commerciality Questions: 1. Is There Established Catalog Or Market Prices For Our Requirement? 2. If You Offer This Product And/or Service To Both U.s. Government And Commercial Sources, Is The Same Workforce Used For Both The U.s. Government And General Public? notice: This Rfi/ss Is Issued Solely For Information And Planning Purposes. It Does Not Constitute An Invitation For Bid (ifb), Request For Proposal (rfp), Or A Request For Quote (rfq) Nor A Guarantee To Issue An Ifb, Rfp, Or Rfq In The Future. This Notice Does Not Constitute A Commitment By The United States Government To Contract For Any Supply Or Service. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract Or Agreement. The Us Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).

Indian Army Tender

Services
Consultancy Services...+1Civil And Architectural Services
GEM
India
Closing Soon17 Feb 2025
Tender AmountINR 61.9 K (USD 707)
Description: CATEGORY: Hiring of GIS Implementation Agency for Survey, Software Development and Master Planning related activities - WORK CONSULTANCY SERVICES REQUIRED FOR TOPO SURVEY FOR PROVISION OF DEFICIENT MARRIED ACCOMMODATION AT MUTTATHARA UNDER GE AF TRIVANDRUM; As..

Archaeological Survey Of India - ASI Tender

Services
Manpower Supply
Eprocure
India
Closing Date26 Feb 2025
Tender AmountINR 2.8 Million (USD 32.1 K)
Purchaser Name: Archaeological Survey Of India | Providing Of Manpower Under Sr To Akhoon Mulla Shah Mosque, District Srinagar

Landesamt F r Bergbau, Geologie Und Rohstoffe Brandenburg LBGR Tender

Others...+1Consultancy Services
Germany
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Description: Engineering-geological services for the geological survey (lot 1 - 3)

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Rfi – Clinical Reference Laboratory Testing Services the U.s. Army Health Contracting Activity (usahca), Health Readiness Contracting Office (hrco), On Behalf Of The U.s. Army Medical Command (medcom), Has Developed This Request For Information (rfi) To Solicit Market Research Information From Industry To Assist The Government With The Analysis Of A Government Requirement And Provide Commercial Insight On Performance-based Solutions, Best Practices, Possible Contractual Arrangements, And Potential Issues. this Is A Request For Information Only. This Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Hrco Will Contract For The Items Contained In The Rfi. This Rfi Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Rfi Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Rfi. Responses To This Rfi Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Announced On The Federal Business Opportunities Website Http://www.sam.gov At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Rfi Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation. the Government’s Requirement Is To Obtain A Non-personal Services Contract To Provide Clinical Reference Laboratory Testing Services To The Government At Contiguous/continental United States (conus) And Outside The Contiguous/continental United States (oconus). Clinical Reference Laboratory Testing Services Will Support The U.s. Army, U.s. Navy, U.s. Air Force, U.s. Coast Guard, And The Defense Health Agency (dha). Use Of This Contract Will Be Limited To Those Agencies Identified. the Contractor Shall Provide All Required Facilities, Labor, Equipment, Materials, Software Interfaces, Transportation, And Services Necessary For Clinical Reference Laboratory Testing. Clinical Reference Laboratory Testing Includes Comprehensive Support Generally Encompassing The American Medical Association’s Current Procedural Terminology (cpt) Coding Within The Ranges Of 80047-89398, 90281-99607, 99091-99499, 0002m-0020m, 0042t-0900t, And 0001u-0520u And Includes, But Is Not Limited To, Support Across Multiple Clinical And Anatomic Pathology Disciplines To Include Chemistry, Hematology And Coagulation, Urinalysis, Transfusion Medicine, Microbiology, Molecular, Histology, Cytology, And Genetic Testing. The Contractor Must Be Capable Of Providing Comprehensive Reference Laboratory Support For All Tests And Quantities Listed On The Attached Sample Fee Schedule (ref. Exhibit C). These Are Unique, Individually Orderable Tests And Panels Across All The Disciplines And Must Possess Sufficient Infrastructure To Fully Support The Timely Receipt, Transport, Processing, Testing, And Reporting Of Results For The Total Projected Annual Requirements Across All Agencies Including Both Continental United States (conus) And Outside Of The Continental United States (oconus) Mtfs. it Is Anticipated That Any Resultant Contract(s) That Might Result From This Survey Would Have A Period Of Performance Of A 6-month Transition Period, And A 4 Year 6 Month ordering Period. The North American Industrial Classification System (naics) Code Is 621511 And The Small Business Size Standard Is $41.5m. the Government Desires That Respondents Offer Their Experience And Recommendations On The Following Questions And Issues Related To The Dha Reference Laboratory Requirements. We Recommend That You First Review The “draft” Performance Work Statement (pws) So That You May Have A Better Insight On The Questions Below. 1. What Are The Customary Commercial Practices For Providing These Types Of Services For Non-governmental Entities, E.g., Contract Type, Pricing Structure, Task Order Driven Contract, Etc.? 2. Based On Your Experience, What Is The Most Cost-effective Contract Type And Payment Method (i.e., Monthly Firm Fixed-price, Separate Price Per Service (price List), Cost Reimbursement, Or Combination, Etc.)? 3. Is 30 Days A Sufficient Amount Of Time For A Contractor To Prepare A Proposal Given The Scenario Of A Full Trade-off Best Value Source Selection Requiring A Technical And Price Proposal, As Well As Past Performance References? If 30 Days Is Not Sufficient, Please Provide A Reasonable Timeframe To Prepare A Proposal And Rational For Your Time Frame. 4. We Anticipate A 6-month Transition Period For The Contractor To Perform Pre-contract Functions In Order To Be Ready To Begin Full Performance Of The Pws By The Contract Start Date. This Effort Will Be Separately Priced In The Contract. These Efforts Include But Are Not Limited To: Personnel Recruitment And Hiring Efforts, Training, Security Requirements, Familiarization With Testing Requirements, And Completion Of Electronic Interface Requirements Of The Contract (see Pws) And Task Order Start-up Requirements (see Pws). Is A 6-month Period A Sufficient Amount Of Time For The Transition Period? Based On Your Experience For Similar Efforts, Should This Period Be Shorter Or Longer And If So Explain Why? Do The Pws Address All The Efforts That May Be Entailed In A Transition-in Period? If Not, What Do You Recommend? 5. Prior To Initiation Of Performance By A New Contractor, The Contractor’s Laboratory Information System (lis) Must Have An Approved Business To Business (b2b) Agreement From The Defense Health Agency (dha) B2b Program Management Office (pmo) To Connect To The Government Via The Military Health System’s (mhs) B2b Gateway. Additionally, The Reference Laboratory’s Lis Must Have Approved Interfaces To The Department Of Defense (dod) Electronic Health Records (ehr) Military Health System (mhs Genesis), In Addition To Obtaining The Requisite Information Assurance (ia) Approvals Or Authority To Operate (ato). Current Dod Approved Mechanisms For Approval And/or Ato Are Via Dod Instruction (dodi) 8582 And 8510 (e.g., Risk Management Framework (rmf)). please Briefly Explain How You Plan To Meet The Lis Requirements, To Include The Required B2b Agreement, Approved Interfaces To The Dod Ehr, Ia Approvals And Authority To Operate, Within The 6-month Transition Period In Order To Start Full Performance. 6. Do You Have A Catalog Or Other Published Product Literature Including Pricing For These Or Similar Services? If So, Please Provide This Information. 7. Does Your Company Have Standard Commercial Rates Utilized For Private Industry Contracts For These Types Of Services? If So, Please Describe. If Not, Are You Aware Of Other Companies That Have Commercial Rates For These Types Of Services? If So, Please Explain. 8. Do You Have A Gsa Schedule For This Type Of Requirement? Regarding Exhibit H, Are There Any Performance Locations That Would Not Be Included On The Gsa Schedule? 9. As Stated Above, The Contractor Must Be Capable Of Providing Comprehensive Reference Laboratory Support To Include All Unique, Individually Orderable Tests And Panels On The Current Fee Schedule (see Exhibit C), And Each Test Must Be Uniquely Identified With A Single Test Number That Is Standardized Throughout The Contractor’s Network Of Laboratories. The Contractor Must Possess Sufficient Infrastructure To Fully Support The Timely Receipt, Transport, Processing, Testing, And Reporting Of Results For The Total Projected Annual Requirements Across All Agencies Including Both Continental United States (conus) And Outside Of The Continental United States (oconus) Mtfs. A Copy Of The Current Fee Schedule, To Include Test Names, Is Attached. Is Your Company Capable Of Providing All Required Clinical Reference Laboratory Testing Based On The Current Fee Schedule? Should You Choose To Submit A Proposal, Is Your Company Capable Of Providing Your Fee Schedule For All Required Tests To Include, Your Test Name, Vendor Unique Test Code/order Number, Identification Of Fda Approved Tests, Cpt Code(s), And Logical Observation Identifiers Names And Codes (loinc) Code, Longname, Component, System, And Method? Is Your Company Able To Provide A Firm Fixed Price For Each Test Identified On The Schedule? 10. Are The Required Performance Measures In The Performance Requirements Summary (exhibit A To Pws) Achievable? If Not, Please Be Specific On Which Areas Would Not Be And State The Reasons Why And Provide Recommendations. 11. Are There Any Innovative Approaches Used By Your Company For This Type Of Service? If So, Please Explain. 12. What Makes Your Company A Market Leader For This Type Of Service? 13. Do You Have Past Performance, Within The Past 3 Years, For Similar Services In This Pws At Multiple Geographically Dispersed Locations Of Similar Magnitude? If So, Please Provide The Following Information For Each Relevant Contract: (1) Name Of Your Customer; (2) Contract Number; (3) Contract Start Date; (4) Contract Length; (5) Total Dollar Value For All Periods; (6) Place Of Performance; (7) Type Of Labor Categories; And (8) A Brief Description Of Services. 14. For Naics 621511 – Medical Laboratories, Small Business Size Standard $41.5m, Is Your Company Considered A Small Business? If Your Company Is A Small Business, Do You Fall Under Any Small Business Subcategory (sdb, Sdvosb, Hub Zoned, 8a, Etc)? If You Are An 8a Eligible Company, Please Provide Current Status Regarding Your Scheduled Graduation Date From The 8a Program Under This Naics Code. 15. If Your Company Is A Small Business, Can You Comply With Far Clause 52.219-14, Limitations On Subcontracting, Required In Contracts For Small Business Set-asides? This Clause Requires The Small Business Prime Contractor To Perform At Least 50% Of The Contract. Due To The Nature Of This Requirement, The Primary Effort Of Reference Testing Would Entail A Large Percentage Of Any Resultant Contract. 16. If You Are Considered A Large Business, Is There A Possibility You May Contemplate Teaming With A Small Business For This Requirement? 17. What Is Your Company’s Average Revenue For The Past 3 Years? 18. What Types Of Internal Quality Control (qc) Performance Assessment Methods Are Commonly Used By Your Company For Clinical Reference Laboratory Testing Services? 19. Does Your Company Currently Possess Adequate Resources Or The Ability To Obtain Adequate Resources To Support All Of The Required Locations? If So, Please Describe Your Capabilities. 20. Discuss Any Concerns, Comments Or Recommendations You May Have With The Attached “draft” Pws Or Any Related Attachments/exhibits. Please Reference The Applicable Pws Paragraph Numbers With Each Comment. request For Capability Statement: Respondents To This Rfi Are Requested To Describe Their Interest And Ability/capability To Perform The Clinical Reference Laboratory Testing Services In The Draft Pws Enclosed With This Notice By Submitting A Capability Statement. responses Should Contain Your Company Name, Address, Point Of Contact, Phone Number, Fax Number, Unique Entity Identifier (uei), Cage Code, Size Of Business Pursuant To Naics Code 621511 (size Standard $41,500,000). Please Submit All Responses Through E-mail To All Points Of Contact Identified In The Section Below. Email Subject Should Read: Response To Rfi: Fy26 Reference Laboratory Services. Responses Should Be Formatted As Either Ms Word (.doc) Or Adobe Portable Document Format (.pdf) And Should Be Limited To A Maximum Of Five (5) Pages (excluding Price Lists Or Catalogs). Proprietary/competition Sensitive Information (appropriately Marked) Will Be Protected From Disclosure To The Greatest Extent Practical, However It Is Preferred That Respondents Do Not Provide Proprietary Or Otherwise Restricted Responses. Responses Should Be Submitted By E-mail To The Pocs Listed Below No Later Than 4:00 Pm Cdst, Wednesday, 19 February 2025. No Faxes, Courier Delivered, Or Telephone Inquiries/submissions Will Be Accepted. health Readiness Contracting Office Pocs contracting Officer: David Robledo, 210-221-5490 David.d.robledo.civ@mail.mil contract Specialists: jimika A. Drake, 210-221-4795:jimika.a.drake.civ@health.miljimika.a.drake.civ@army.mil julie A. Ellington, 210-478-0409:julie.a.ellington.civ@health.mil contracting Office Address: u.s. Army Health Contracting Activity health Readiness Contracting Office 2199 Storage Street, Suite 68 jbsa Fort Sam Houston, Tx 78234-5074 enclosures: “draft” Performance Work Statement (pws) (separately Attached) 1-year Estimate Exhibit C Schedule Of Required Tests (separately Attached)

Kent County Council Tender

Others
United Kingdom
Closing Soon17 Feb 2025
Tender AmountRefer Documents 
Details: Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service Kent County Council Is Seeking To Commission A Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service, That Supports Children And Young People In Mainstream Schools And Across Community Settings, Such As Family Hubs, During Both Term Time And School Holiday Periods. The Service Will Hold A Key Role In Supporting Those Children And Young People Who Are Either In Mainstream Schools And Those Who For Various Reasons Are Not Attending School Regularly (e.g. Such As Those Home Educated, Non/low-school Attendance, Living In Refuges, Etc) And Have Speech And Language Needs. This Will Be Referred To As Place-based Settings. This Service Will Initially Sit Alongside The Wider Community Services Provided By The Nhs Kent And Medway Integrated Care Board (icb) With An Ambition For The Services To Be Seamless Provision To Those Accessing The Services. The Balanced System® Framework Is A Framework For Commissioning Speech, Language And Communication Needs (slcn) For Children And Young People. The Aim Is To Use The Framework To Understand, Plan And Evaluate Services To Support Children And Young People With Slcn Within Place-based Settings Across Kent. The Framework Has Been Developed In Line With Both National Policy And Legislation, As Well As Professional Guidance For Speech And Language Therapists, To Deliver Integrated Services For Children And Young People. Subject To Acquiring Approval, It Is Kent County Council’s Intention To Commission A Speech, Language And Communication Needs – Delivering Inclusion Within The Curriculum For Education (dice) Service, Commencing 1 September 2025. The Council Therefore Wants To Conduct Market Engagement To Determine The Most Appropriate Service Model For This Provision Across Kent. Service Delivery Will Be In Partnership And Working With The Wider Stakeholders, Including, But Not Limited To Nhs Kent And Medway Integrated Care Board (icb), 12 District And Borough Councils, Medway Council. As Part Of Kent County Council’s Commitment To Fairness, Openness And Transparency The Prior Information Notice (pin) Is Issued Solely For The Purpose Of Conducting Pre-procurement Market Testing With The Following Aims: • To Develop A Suitable Delivery Model. • To Understand The Market And Readiness To Deliver The Dice Provision Across Kent. • To Explore The Most Viable Commissioning Approach To Deliver The Provision. • To Explore Whether Recruitment And Retention To The Model Is Achievable. As Part Of This Pre-tender Process A Short Questionnaire Is Available To Interested Providers To Complete. To Register An Interest In This Opportunity Providers Must Submit An ‘expression Of Interest’ (eoi) Through The Kent Business Portal And Complete The Associated ‘slcn Survey Questionnaire' And Return To Us Before Monday 17th February 2025 Questions Are As Follows: - 1. Please Give Your Reasons Why You Would Be Interested In Bidding For This Opportunity. If There Are Any Barriers To Bidding, Please Also Specify 2. Options Under Consideration Include Deciding The Duration Of The Contract, Procuring A Longer-term Contract (minimum 5-year Initial Term) With Optional Extensions Up To 24 Months Is Being Considered. Is This An Option That You Would Welcome And Why. 3. Options Being Proposed Include Delivery Of These Services Within The Balanced System ® Would This Present Any Challenges To Your Organisation And Why? Please Note That Feedback From Questionnaires And The Workshops Will Be Shared With Every Provider Who Has Expressed An Interest Once This Pre-tender Market Engagement Has Concluded. Please Be Aware That This Eoi Will Close At 12 Pm On 17th February 2025 And All Responses Will Need To Be Submitted Via The Kent Business Portal By This Time.
321-330 of 3297 active Tenders