Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
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.
Closing Date21 Feb 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
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
Closing Date21 Feb 2025
Tender AmountRefer Documents
Bolton At Home Tender
Others
United Kingdom
Description: Mould Survey Treatment And Associated Works Framework To Bolton At Home Group.
Closing Date12 Mar 2025
Tender AmountGBP 3.1 Million (USD 3.8 Million)
Cebu Technological University Tender
Machinery and Tools...+1Scraps
Philippines
Details: Description Lot 1: Pr No. 25-01-0003 – Procurement Of Civil Engineering Equipment For Hydraulics To Include Delivery And Training Abc: 507,402.00 Lot 2: Pr No. 25-01-0004 – Procurement Of Civil Engineering Equipment For Soil Mechanics, Construction Materials Testing, And Surveying To Include Delivery And Training Abc: 2,999,259.00
Closing Date27 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.4 K)
US GEOLOGICAL SURVEY USA Tender
Environmental Service
United States
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.
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Bolton At Home Tender
Services
Others
United Kingdom
Description: Mould Survey, Treatment And Associated Works Framework To Bolton At Home Group.
Closing Date12 Mar 2025
Tender AmountGBP 3.1 Million (USD 3.8 Million)
City of Pride Tender
Others
Czech Republic
Details: General Definition of the Subject of the Public Contract The Subject of the Public Contract is the Processing of Project Documentation According to the Standards of the Čkait Services. This involves the Implementation of Complete Design and Engineering Activities and the Ensuring of All Necessary Decisions, Including the Acquisition of Legal Force, the Ensuring of Other Measures by Public Administration Bodies or Other Actions Enabling the Implementation of the Project Under the Title "New Construction of the Z43 Kindergarten in Příbor" in Compliance with Generally Binding Legal Regulations, Including Representation in Relevant Proceedings. The Subject of the Public Contract Will Be Implemented Exclusively by Professionally Qualified Persons. The Subject of the Performance Is In Particular: A) Carrying Out Complete Design and Engineering Activities, In Particular, Preparing All Necessary Documentation for the Plan Permit, Securing All Necessary Plan Permits (Building Permits) Including Acquiring Legal Force, Securing Other Measures of Public Administration Bodies or Other Acts Enabling the Implementation of the Plan Under the Title "New Construction of Mš Z43 in Příbor" (hereinafter Also the "Construction") In Compliance With Generally Binding Legal Regulations, In Particular, Act No. 283/2021 Coll., the Construction Act, Including Representation in Relevant Proceedings. The Subject of This Contract Is In Particular: - Carrying Out Pre-Project Preparations for the Proper Execution of the Work Including In Particular, Securing Documents From the Administrators Eng. Networks, Geodetic, Topographical and Altimeter Surveys, Dendrological Survey, - Preparation of All Necessary Documentation for the Permit of the Plan and Ensuring the Issuance of Authorized Permits for the Plan, - Preparation of All Necessary Documentation for the Implementation of Constructions, Including Ensuring the Consent of the State Fire Supervision Authority, If Required by Legal Regulation. B) Performance of Supervision by the Designer in Accordance with This Contract (hereinafter also referred to as "Performance of Dp"), Part of the Subject of the Work Also Includes Design and Engineering Activities and Ensuring All Necessary Decisions or Other Measures, Including Acquiring Legal Power for the Implementation of Necessary Connections or Relocations of Engineering Networks and Strengthening the Existing Technical Infrastructure. Note: The Applicable Decrees, In Particular Decree 131/2024 On Construction Documentation, Are Decisive for the Processing of Project Documentation. The Čkait standards will be used appropriately with regard to the applicable legal regulations. More details in the tender documentation.
Closing Date10 Mar 2025
Tender AmountRefer Documents
US GEOLOGICAL SURVEY USA Tender
Civil And Construction...+1Civil Works Others
United States
Purchaser Name: US GEOLOGICAL SURVEY USA | Repair West Parking Lot - Umesc
Closing Date28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Road Construction
United States
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).
Closing Date10 Mar 2025
Tender AmountRefer Documents
381-390 of 3248 active Tenders