Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only To Identify Potential Offerors For The Design Bid Build Construction Project, B783 (p620) Engine Test Cell Facility, Naval Air Station(nas), Jacksonville, Florida. this Is Not A Request For Proposals Or An Invitation For Bid. No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation Currently Available. In Order To Protect The Procurement Integrity Of Any Future Procurement That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Purpose Of This Notice Is To Gain Knowledge Of Qualified And Interested Parties In Any Of The Following Categories: Small Business, U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Woman-owned Small Business (wosb), Veteran-owned Small Business (vosb), And Service Disabled Veteran-owned Small Business (sdvosb). Potential Sources Should Have Current Relevant Qualifications, Experience, Personnel And Capability To Perform This Proposed Project. The Type Of Solicitation To Be Issued Will Depend Upon Responses To This Sources Sought Notice. The Government Will Use The Sources Sought Responses Along With Other Market Research To Make Various Determinations Regarding The Procurement. project Description: this Project Is A Design Bid Build Reconstruction Of An Existing Two Bay Engine Test Cell Facility At Nas Jacksonville. The Existing Facility, B873, Will Be Upgraded And Expanded To Accommodate Testing Of The Joint Strike Fighter (jsf) Engine And Legacy Jet Engines. Reconstruction Will Include Aircraft Jet Engine Propulsion Facility Renovation Of Approximately 25,000sf Of The Existing Facility, Expansion Approximately 16,000sf And Construction Of Two New Augmenters Totaling Approximately 6,000sf. Work Will Include But Is Not Limited To, Traditional Construction Elements Such As Concrete, Structural Steel, Roofing, Etc. And Demolition Of Exterior Envelope And Interior Construction. Additionally Work Will Include Specialized Acoustical Attenuation, Multiple Crane Hoists On New Customized Rail System To Include Switches, Procurement Of Equipment Such As A Thrustbed And Specialized Test Cell Support Equipment, Data Acquisition And Control System (dacs) And Facility Control And Monitoring System (fcms), Installation Network Infrastructure, Fuel Farm Expansion, Furniture, Fixture And Equipment (ff&e), Electronic Security Systems (ess) Infrastructure And Construction Support During Engine Correlation. Coordination With Engine Manufacturers Will Be Required. The Estimated Period Of Performance Is 871 Calendar Days. any Resultant Contract Will Be Firm-fixed Price. The North American Industry Classification System (naics) Code Is 236220 – Commercial And Institutional Building Construction With The Annual Size Standard Of $45.0 Million. Project Magnitude Is More Than $100,000,000. There Some Portions Of This Project Will Be Controlled Unclassified Information (cui), Therefore Recipients Of The Subject Documents Shall Be U.s. Citizen-owned Companies And Be U.s. Citizens. All Subject Documents Shall Be Maintained/stored/positive Control Iaw Cui Guidelines. Under The Far Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 20 Percent Of The Contract Work With Its Own Employees. The Anticipated Award Date Is May 2026. industry Will Be Notified Of The Results Of This Evaluation And Set-aside Determination Via The Pre-solicitation/synopsis Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement. Capability Statements Consisting Of Appropriate Documentation Will Be Accepted, Providing It Contains All The Information Required Below (items 1-6). Complete Submission Package Shall Not Exceed 24 Pages. The Information Which Must Be Contained In Your Response Is As Follows: 1) Contractor Information: Name And Address Of Company, Point Of Contact With Phone Number And Email Address. 2) Type Of Business: Identify The Company’s Business Size And Socio-economic Status (hubzone, 8(a), Sdvosb, Wosb, Etc.) For Naics Code 236220 Applicable To This Sources Sought. If Your Firm Is Claiming Hubzone Or 8(a) Status, Provide A Copy Of Your Sba Certification. 3) Bond Capacity: Information Must Include Surety’s Name, Point Of Contact, Telephone Number, Email Address, And The Bonding Capacity Of At Least $130 Million Per Project, And The Maximum Aggregate Bonding. 4) System For Award Management (sam): Evidence Of Registration In The Sam, Including Cage Code And Unique Entity Identifier (formerly Duns Number). 5) Interest: Indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: _____ Yes ______no. 6) Experience Submission Requirements: responders Shall Submit A Minimum Of Two (2) And A Maximum Of Three (3) Projects Including Contract Numbers, Project Titles, Dollar Amounts, Project Completion Date, Performance Ratings, And Evidence Of Specific Capabilities Listed Below: demonstrate Prime Contractor Experience Constructing And/or Renovating A Jet Engine Propulsion Facilities That Was Self-performed; Must Have Been Completed And Accredited/certified Within The Last Ten Years, Have A Value Of Approximately $50,000,000 Or Greater; And Be Similar In Size, Scope And Complexity To The Proposed Nas Jacksonville Engine Test Cell Facility. provide A Brief Description Including Completion Date And Final Contract Value. If They Are Not Approximately Equal To The Requested Dollar Value, Identify The Dollar Value And Explain In No More Than One Paragraph Why We Should Consider The Project. a. Submissions Shall Contain The Following Items Below (1-6) For Each Project Submitted For Consideration. 1. Include Contract Number, If Applicable 2. Indicate Whether Prime Contractor Or Subcontractor 3. Contract Value 4. Completion Date 5. Government/agency Point Of Contact And Current Telephone Number. 6. Project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size And Scope To The Project Description In This Announcement; And, How The Contract Referenced Relates To The Project Description Herein. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. After Completing Its Analysis, The Government Will Determine Whether To Limit Competition Among 8(a), Hubzone, Sdvosb, Vosb, Wosb And/or Small Business Firms Or To Proceed With Issuing An Unrestricted Solicitation, Inviting Full And Open Competition. interested Parties Should Respond No Later Than February 21 2025, 2:00 Pm Eastern Time Via Email To Cynthia.a.mcmonigle.civ@us.navy.mil And Lindsay.e.betteridge.civ@us.navy.mil. The Subject Line Of The Email Shall Read: B873 (p620) Engine Test Cell Facility At Naval Air Station Jacksonville, Fl. Emails Shall Be No More Than 8 Mb In Size. Responses That Do Not Meet All Requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation.
US GEOLOGICAL SURVEY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Purchaser Name: US GEOLOGICAL SURVEY USA | Repair West Parking Lot - Umesc
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Road Construction
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Details: The Contractor Shall Provide All Labor, Materials, Equipment, Supervision, Transportation, And Incidentals, Except As Specified Herein As Government Furnished, To Perform All Operations In Connection With The Grading, Drainage, And Paving Required To Construct, Repair And Maintain Roads And Parking Lots At Various Locations On Fort Novosel Property As Directed By The Directorate Of Public Works (dpw). This Work Is Governed By The Applicable Drawings And These Specifications Are Subject To The Terms And Conditions Of The Contract. Drawings Of The Areas To Be Paved Shall Be Submitted To The Contractor With Individual Task Orders As Required. All Drawings Provided To The Contractor Are For Reference/information Only And May Or May Not Be Current Or To Scale. The Contractor Shall Provide Any/all Deviations To Accepted Local, State, And Federal Building Practices/codes To The Attention Of The Construction Inspector And Contracting Officers Representative For Review/consideration By The Government. The Contractor Shall Be Responsible For Obtaining Utility Spotting/location And Permits That May Be Required By Environmental Considerations Fb-144r. If Any Work Done By The Contractor Is Not According To Specifications Listed Below, That Work Shall Be Re-done Per Specs. The Re-work Shall Be Done At The Contractor’s Expense. General Survey And Layout Requirements For Existing Roadways Overlays, Roadway Widening, Drainage Structures And Parking Lot Overlays Shall Be Part Of Contractors Bid. Where Layout And Engineering Work Shall Be Required For Establishing New Roadway, Parking Lots And Site Work The Contractor And Government Representative Shall Reach An Agreed Time Frame During The Scoping Of Project. This Cost Shall Be Covered By The Field Engineering And Layout Bid Item Shown On Bid Schedule. When Required, The Contractor Is To Provide The Necessary Documentation In Order To Obtain A Npdes Permit For The New Construction. When All Work Is Complete, The Contractor Shall Be Required To Provide The Dpw With A Complete Set Of As-built Drawings (both Electronic And Hard Copy).
DEPT OF THE ARMY USA Tender
Software and IT Solutions
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: W9115125ra001 Synopsis work Reception, Computer Aided Design And Drafting (cadd), Geographic Information Systems (gis) Services For The Directorate Of Public Works (dpw) this Request For Information (rfi) Is Limited To Work Reception, Cadd, Gis Services To Be Completed At Fort Cavazos, Texas 76544. Responses To This Rfi Are Not Considered Offers And Cannot Be Accepted By The Governemnt To Form A Bindng Contract. If This Solicitation Is Posted, It Will Be For A Cometitive 8(a) 100% Set Aside. service Or Product Description: The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Work Reception, Cadd, And Gis Services As Defined In This Pws Except For Those Items Specified As Government Furnished Property (gfp) And Government Furnished Services (gfs). The Contractor Shall Perform To The Standards In This Contract. This Is A Non-personal Service Providing Support For Dpw Fort Cavazos. The North American Industry Classification System (naics) Code Assigned To This Requirement Is 541512, Computer System Design Services. This Industry Comprises Establishments Primarily Engaged In Planning And Designing Computer Systems That Integrate Computer Hardware, Software, And Communication Technologies. The Hardware And Software Components Of The System May Be Provided By This Establishment Or Company As Part Of Integrated Services Or May Be Provided By Third Parties Or Vendors. These Establishments Often Install The System And Train And Support Users Of The System. The Size Standard For This Naics Code Is $34 Million. a Continuing Need Is Anticipated For Work Reception, Cadd, Gis Services. The Period Of Performance (pop) Will Be For One (1) Base Year From The Date Of Contract Award With Four (1- Year) Option Periods. The Draft Performance Work Statement (pws) Is Attached. there Is No Solicitaiton At This Time. This Request For A Capability Statement Will Concisely Showcases Potential Contractors’ Ability To Provide Services, Expertise And Relative Experience To Support This Performance-based Requirement. This Request For Information Does Not Constitute A Request For Proposal; Submission Of Any Information In Response To This Market Survey Is Strictly Voluntary; The Government Assumes No Financial Obligation For Any Costs Incurred And No Submittals Will Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Proposal (rfp), If Any Is Issued. If A Solicitation Is Released, It Will Post On sam.gov. It Is The Responsibility Of Potential Offerors To Monitor Sam.gov For Additional Information Pertaining To This Requirement. please Review Your Organizations Naics Code To Determine Whether Your Agency Is Primarily Engaged In Activities Under Naics 541512, Computer System Design Services. interested Parties Who Consider Themselves Qualified To Perform The Above Listed Services Are Invited To Submit A Response To This Notice No Later Than 24 February 2025 By 3:00pm Central Standard Time (cst). All Responses Under This Synopsis W9115125ra001 Must Be Emailed To Imelda Perry, Contract Specialist, At Imelda.perry.civ@army.mil And Ryan Hoover, Contracting Officer, At Ryan.d.hoover.civ@army.mil.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. 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. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) 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 On Providing Nemschoff Patient Serenity Recliner And Nemschoff Patient Ava Recliner To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1507545-pimc. requirement: Mfg: Nemschoff, Herman Miller 1. 6-ea, Nemschoff Patient Serenity Recliner
2. 2-ea, Nemschoff Patient Ava Recliner
3. Shipping Charge delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339113 – Surgical Appliance And Supplies Manufacturing And Size Standard Is 800 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A:
___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act
the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees.
definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:
The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;
The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And
The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians.
definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award 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 Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 21, 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507545-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name.
2. Point Of Contact (name/title/telephone Number/e-mail Address).
3. Fss / Sewp Contract Number, If Applicable.
4. Duns Number Or Sam Unique Entity Identifier Number.
5. Tax Id Number.
6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies.
7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above.
9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer.
additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1.
to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:
Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,
Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status.
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact:
donovan Conley
contract Specialist
phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
FEDERAL AVIATION ADMINISTRATION USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents
Description: 6973gh-25-rfi-00007 - Usfu Guy Tensioning_airey Emberdt Wausau – Market Survey
Offizielle Bezeichnung Stadtwerke Verkehrsgesellschaft Frankfurt Am Main MbH VGF Tender
Civil And Construction...+1Road Construction
Germany
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: Public tender Vob/a Cassellastraße/Mainkur Bahnhof => Track renewal The existing tender includes the demolition and construction of a track (approx. 345m stretch) of tram line 11 in the area between the stops Cassellastraße and Mainkur B ... Morethe existing tender includes the demolition and construction of a track (approx. 345m stretch) of tram line 11 in the area between the stops Cassellastraße and Mainkur Bahnhof in the inner city area. Construction will take place in two construction phases. - Explosive ordnance survey - Dismantling/removal of grooved track frames on tamping bearings, guide curbs - Demolition/disposal of: large paving stones, asphalt, fill stones/smearing - Installation of track yokes - Installation of: frost protection layer, empty pipe route, track yokes - Welding work - Tamping work on tracks - Asphalt work - Joint work - Installation of guide curbs - Marking work - Installation, dismantling of traffic safety
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY DARPA USA Tender
Software and IT Solutions...+1Aerospace and Defence
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: There Is A Growing Desire To Integrate Rapidly Advancing Artificial Intelligence (ai) Technologies Into Department Of Defense (dod) Systems. Ai May Give Battlefield Advantage By Helping Improve The Speed, Quality, And Accuracy Of Decision-making While Enabling Autonomy And Assistive Automation. Due To The Statistical Nature Of Machine Learning, Significant Work Has Focused On Ensuring The Robustness Of Ai-enabled Systems At Inference Time To Natural Degradations In Performance Caused By Data Distribution Shifts (for Example, From A Highly Dynamic Deployment Environment). However, As Early As 2014, Researchers Demonstrated The Ability To Manipulate Ai Given Adversary Control Of The Input[1]. Additional Work Has Further Confirmed The Theoretical Risks Of Data Poisoning[2], Physically Constrained Adversarial Patches For Evasion[3], And Model-stealing Attacks[4]. These Attacks Are Typically Tested In Simulated Or Physical Environments With Relatively Pristine Control Compared To What Might Be Expected On A Battlefield. Today, There Is Still A Limited Ability To Operationally Assess Deployed Military Ai-enabled Systems For Adversarial Vulnerabilities And The “theoretical” Adversarial Ai Attacks Have Not Been Practically Demonstrated In Operational Settings. As A Result, The Operational Security Risks Of Ai-enabled Battlefield Systems Remain Largely Unknown. Saber Aims To Build An Exemplar Ai Red Team Equipped With The Necessary Counter-ai Techniques, Tools, And Technical Competency To Operationally Assess Ai-enabled Battlefield Systems. Saber Seeks To Establish A Sustainable Model For An Operational Ai Red Teaming Process For The Dod. Our Ai Red Team Will Target Operationally Assessing Ai-enabled Autonomous Ground And Aerial Systems That Could Be Deployed Within The Next 1-3 Years. To Assist The Ai Red Team, The Future Solicitation Will Seek Performers Who Can Assist In Surveying, Evaluating, Selecting, Developing, And Employing State-of-the-art Physical (including Manufacturing/materials), Adversarial Ai (including Digital), Cyber, And Electronic Warfare Techniques And Tools, Or Other Relevant Vectors For Operational Assessment Of Ai-enabled Battlefield System Development And Deployment Pipelines[5]. Additionally, The Forthcoming Solicitation Will Seek A Performer To Serve As An Integration Lead, Assisting In Integrating The Technologies Into An Interoperable, Operational Ai Red Teaming Toolkit To Enable Future Ai Red Teams For The Dod And Broader U.s. Government.citations:1 Https://arxiv.org/abs/1412.65722 Https://arxiv.org/abs/1804.007923 Https://arxiv.org/pdf/2104.067284 Https://arxiv.org/abs/2411.100235 Https://sam.gov/opp/041e8bd594c1450dbec14a6ca580fbed/view
US GEOLOGICAL SURVEY USA Tender
Environmental Service
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Purchaser Name: US GEOLOGICAL SURVEY USA | Details: Request For Information This Is A Request For Information - This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. No Contract Will Be Awarded As A Result Of This Sources Sought Announcement. The United States Geological Survey (usgs), Office Of Acquisition And Grants (oag) Is Soliciting Information From Qualified Sources; The Results Of This Announcement Will Be Evaluated To Determine If There Are Businesses Capable Of Meeting The Requirement In Accordance With The Attached Technical Specifications.the Usgs Is Actively Engaged In Studies Where Groundwater Availability Is A Concern, And Airborne Transport And Exposure Risks Associated With Trace Elements Are Unknown. The Studies Share A Common Goal Of Evaluating Water Resource-scarce Regions In The Arid West; However, Each Study Differs In Sampling Nature And Requires A Vendor That Can Handle A Variety Of Sample Mediums And Diversity In Analyses. The Success Of These Studies Depends On Reliable And Affordable Analytical Services That Can Provide Timely Results.the Usgs, Oag Seeks Responses From Vendors Who Can Provide Services For The Following:1) High-quality, Precise Measurements Of Tritium (3h) And Other Dissolved Gases (isotopes Of Noble Gases, And Environmental Tracers Including Methane (ch4), Carbon Dioxide (co2), Chlorofluorocarbons (cfcs), And Sulfur Hexafluoride (sf6) To Determine Groundwater Age, Transit Times, And Recharge Conditions, And2) Timely, Reproducible, High-quality Measurements Of Strontium Isotopes (87sr/86sr) In Groundwater And Trace Elements In Groundwater, Dust, And Plant Material To Further Characterize Groundwater Age, System Flow Paths, And Mixing And To Determine Dispersal Of Uranium And Other Priority Pollutants And Evaluate Potential Exposure Risks. Naics Code: 541380 - Testing Laboratories And Services, Associated Size Standard $19 Million.psc Codes: B529 Special Studies/analysis - Scientific Data B533 Special Studies/analysis - Water Qualityall Responsible Sources May Submit A Capability Statement, Which Shall Be Considered By The Government. The Information Received In Response To This Notice Will Be Considered Solely For The Purpose Of Determining Whether Or Not To Conduct A Competitive Procurement. Responses Must Include Complete Description Of Capabilities To Be Provided And Contain Sufficient Technical Information To Allow Agency Analysis To Establish Bona Fide Capabilities. This Is Not A Request For Quotation, And The Government Does Not Intend To Pay For Information Received. A Determination By The Government Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Respondents Will Not Be Notified Of The Results Of Any Government Evaluation Of The Information Received. Capability Statements Shall Only Be Accepted Through Email Addressed To Jongjoco@usgs.gov. All Statement Documents Required By This Notice Must Be Uploaded And Received In Their Entirety No Later Than February 14, 2025 At 1200 Hours Eastern.
371-380 of 3247 active Tenders