Survey Tenders
Survey Tenders
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: The Indian Health Service, Chinle Comprehensive Health Care Facility Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For Non-psc Dual Ct/radiology Technologist Services In Accoradnce With Attached Performance Work Statement (pws).
location Of Performance: Chinle Comprehensive Health Care Facility Located In/at Off Highway 191 & Hospital Drive, Chinle, Az 86503.
the Anticipated Period Of Performance Dates Is 12-months Duration From Date Of Award.
the Applicable North American Industry Classification System (naics) Code Assigned To This Requirement Is 561320 With A Small Business Size Standard Of $41.5 Million.
this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information.
in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By March 3, 2025 5pm Mst To, Bennett Arvessto, Contract Specialist At Bennett.arvessto@ihs.gov With The Subject Line “ssn – Ihs1508978". Your Submission Must Include The Following Information, At A Minimum:
company Profile That Includes: Uei, Name And Address, Primary Poc Information, Business Size And Type Of Ownership, Socio-economic Status/participation Such As 8(a), Wosb/edwosb, Sdvosb And Hubzone, Identification Of Native American Ownership (if Applicable), Sam.gov Representations And Certifications, And Other Related Documentation.
a Brief Statement Of The Company’s Capability That Relates To The Described Government Requirement. Additional Demonstration Of Capability May Include Current And Past Performance History For The Same Or Similar Requirement, Established Contracts Such As Gsa Or Va Schedule, Etc.
if Claiming Indian-owned Small Business Economic Enterprise (isbee) Or Indian-owned Economic Enterprise (iee), Submit Completed Ihs Iee Representation Form (attached).
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.
***telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date4 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Description: Indefinite Delivery Architect-engineer Services Contract (geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping, And Land Parcel Mapping) Nte $9.9m For The Design Of Misc Projects In The Usace Poh Aor
Closing Date27 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Environmental Service...+1Chemical Products
United States
Details: Sources Sought Notice
sources Sought Notice
title: Conduct Hazardous Material Abatement, Stl-jb&jc
solicitation Number: 36c25525q0216_1
contracting Office: Network Contracting Office 15
contracting Office Location: 3450 S 4th Street Traffic Way, Leavenworth, Kansas
type Of Notice: Sources Sought
posted Date: 02/21/2025
response Date: 03/07/2025 At 3:00 Pm Central Time
set Aside: Service-disabled Veteran Owned Small Business
classification Code: F108 - Environmental Systems Protection- Environmental Remediation
â naics Code: 541330- Engineering Services
synopsis:
please Note That This Is Not A Request For Quotes Or Proposals, The Government Is Seeking Information For Market Research Purposes Only. The Government May Or May Not Issue Solicitation Documents. The Department Of Veterans Affairs Network Contracting Office (nco) 15, Is Conducting A Market Survey For Qualified: Service-disabled Veteran Owned Small Businesses (sdvosb), Capable Of Providing The Required Services Outlined Below For The John Cochran Va Medical Center And The Jefferson Barracks Va Medical Center, Saint Louis, Missouri. The Applicable Naics Code Is 541330- Engineering Services And The Size Standard Is $25.5 Million. Responses To This Notice Must Be Submitted Via E-mail And Received No Later Than March 7, 2025, At 3:00 Pm Central Time. No Telephone Inquiries Will Be Accepted Or Returned. Additional Information About This Project Will Be Issued On The Federal Contract Opportunities Website Https://www.sam.gov Once Available.
period Of Performance For All Work Is 60 Calendar Days.
in Accordance With Far 36.204, The Estimated Cost Magnitude Is Between $100,000 And $250,000.
prospective Sdvosb Firms Are Reminded That In Accordance With Federal Acquisition Regulation (far) 52.219-14(e)(3), The Contractor Agrees It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded.
General Scope Of Work:
description Of Work Broken Down
657-25-105 Conduct Hazardous Material Abatement 2025, Jc, Jb This Project Will
conduct Abatement Of Hazardous Material (asbestos, Lead) At Vastlhcs John
cochran Division And Jefferson Barracks Division. The Sow Includes Vpih For
additional Sampling, Designing An Abatement Plan, Specifications, Review And
approval Of Abatement Work Plan, And Abatement Oversight. Limited Abatement
will Occur Based On Findings Of The Most Recent Survey (friable Materials
found, Flaking Lead-based Paint, Etc.) And Investigations Of The Vpih. Areas To
be Abated Are Identified And Coordinated With In-house Construction Crew Work
or Maintenance & Operations Needed Repairs.
end Of Scope Of Work
interested Firms Must Be Registered In Https://sam.gov With Naics Code 541330- And Qualified As A Service Disabled Veteran Owned Small Business Under Naics Code 541330. Qualified Service-disabled Veteran Owned Small Businesses Are Encouraged To Respond And Required To Be Registered In With The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov On Or Before The Response Date.
if Interested In This Opportunity, Please Provide Capability Statement Via Email. The Capability Statement Is Designed To Inform The Department Of Veteran Affairs Of Any Prospective Construction Contractors' Project Execution Capabilities. The Submission Is Limited To 10 Pages Which Shall Include The Following Information:
1) Offeror's Name, Address, Point Of Contact, Phone Number, E-mail Address, And Unique Entity Id.
2) Offeror's Interest In Bidding On The Solicitation When It Is Issued.
3) Offeror's Capability To Perform A Contract Of This Magnitude And Complexity And Comparable Work Performed Within The Past 5 Years - Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project - Provide At Least 1, But No More Than 3 Completed Examples.
4) Offeror's Cve Certification As A Veteran Owned Business.
5) Please Provide Socio-economic Status For Naics Code 541330, Commercial And Institutional Building Construction And Provide Percentage Of Self-performed Labor Your Company Can Perform For This Type Of Project.
6) Offeror's Joint Venture Information If Applicable - Existing And Potential.
7) Offeror's Bonding Capability In The Form Of A Letter From Surety Providing Bonding Level Per Contract And Aggregate.
no Basis For Claim Against The Government Shall Arise As A Result Of A Response To This Sources Sought Or Government Use Of Any Information Provided. The Government Will Not Pay For Information Or Comments Provided And Will Not Recognize Any Costs Associated With Submission Of Comments. There Is No Guarantee, Expressed Or Implicit, That Market Research For This Acquisition Will Result In A Particular Set-aside, Or Any Other Guarantee Of Award Or Acquisition Strategy.
responses Must Be Received By 3:00 Pm Central On March 7, 2025, Via E-mail To The Contract Specialist At Abby.monroe2@va.gov And The Contracting Officer Matthew.finley@va.gov Please Reference 657-25-105 A/e: Conduct Hazardous Material Abatement, Stl-jb&jc " In The Subject Line And Cover Sheet. Respondents Will Not Be Contacted Regarding Their Submission Or Information Gathered As A Result Of This Sources Sought Notice. Interested Firms Shall Be Required To Respond To Additional Announcements Separately From This Announcement Without Further Notice From The Government When Posted To The Contract Opportunities Website At Https://sam.gov. The Contract Opportunities Website Is The Only Official Site To Obtain These Documents.
contracting Office Address:
department Of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, Ks 66048
point Of Contact(s):
matthew Finley, Contracting Officer, E-mail Address: Matthew.finley@va.gov
abby Monroe, Contract Specialist, E-mail Address: Abby.monroe2@va.gov
Closing Date7 Mar 2025
Tender AmountRefer Documents
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Description: Supply And Delivery Of Goods (office Supplies) To Be Use For Office Supplies Of Survey Section In The Implementation Of The Split Project , Surveying Instruments ,department Of Agrarian Reform Provincial Office, Cotabato
Closing Soon26 Feb 2025
Tender AmountPHP 56.5 K (USD 976)
Department Of Agrarian Reform - DAR Tender
Civil And Construction...+1Construction Material
Philippines
Description: Supply And Delivery Of Goods (survey Equipment And Materials) For The Conduct Of Survey Activities Under Project Split By Admin, Cy 2025 Target Onwards , Surveying Instruments ,department Of Agrarian Reform Provincial Office, Cotabato
Closing Soon26 Feb 2025
Tender AmountPHP 167.9 K (USD 2.9 K)
Marine Living Resources Fund Tender
Others
South Africa
Description: To Appoint A Service Provider (sp) To Provide The Department Of Forestry, Fisheries And The Environment (dffe) / Marine Living Resources Fund (mlrf) For Supply And Deliver One Fishery Independent Abalone Survey (fias) In Zone B
Closing Soon25 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Building Construction
United States
Description: Notice: Sources Sought
solicitation #: Fa480325ss001
posting Date: 21 February 2025
response Date: 28 February 2025 2:00 P.m. Est
naics Code: 236220 Commercial And Institutional Building Construction
sb Size Standard: $45 Million
this Announcement Constitutes A Sources Sought Synopsis (market Survey). This Is Not A Request For Quote (rfq) Or A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary.
this Sources Sought Notice Is For Market Research Purposes Only. The Information Submitted In Response To The Sources Sought Notice Will Not Be Utilized To Determine Vendor Standing In Any Future/potential Request For Quote/request For Proposal, Nor Will It Be Utilized To Determine If A Vendor Is Qualified To Submit A Request For Quote/request For Proposal For Any Future/potential Requirement. The Notice And The Information Received Shall Not Be Used To Determine How Well Respondents Can Perform A Requirement, Which Can Only Be Evaluated In Response To A Solicitation. Vendors Will Not Receive Formal Notification Or Feedback On Any Information Submitted In This Sources Sought Request. All Future/proposed Submissions/solicitations Requirements Solicited On A Government Point Of Entry Will Be Evaluated Independent Of Any Information Submitted In Response To This Sources Sought Notice. No Vendor Will Be Provided Information On Solicitations Issued On A Government Point Of Entry Based On This Sources Sought Request.
this Sources Sought Notice Is Relative To The Naics Code 236220. The Small Business Size Standard For This Naics Code Is $45m. Large And Small Businesses Are Invited To Answer This Market Survey To Determine Market Capabilities.
shaw Afb, Sc, Is Conducting Market Research To Determine The Existence Of Potential Sources To Perform The Requirements Requested In The Attached Statement Of Work
location Of Work To Be Performed: Shaw Afb, Sc
note: Please Submit An Electronic Response Including A Statement Of Capability, Socioeconomic Status And Expected Magnitude As Well As Poc (name, Telephone # And Email Address) Along With Contractor’s Cage, Duns, And The Physical Location Of Your Facility To The Individuals Listed Within This Notice.
this Request May Not Directly Lead To A Request For Quotation/proposal. Deadline For Submission Is 2:00 P.m. Est, 28 February 2025.
required Information:
any Interested Party May Submit A Written Reply That Must Include
1). Capability Statement
2). Socioeconomic Status
3). Expected Magnitude
response Deadline:
2:00 P.m. Est, 28 February 2025
where To Send Responses:
electronically:
ssgt Christon Reed
e-mail: Christon.reed@us.af.mil
phone: 803-895-9133
sra Tariq Ellis
e-mail: Shaun.gann@us.af.mil
phone: 803-965-9822
other Information: When And If Released, The Solicitation Will Be Posted To The Gpe (www.sam.gov).
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Environmental Service
United States
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. The Intent Of This Notice Is To Identify Potential Offerors For Market Research Purposes.
the Work Includes, But Is Not Limited To, Furnishing All Labor, Supervision, Management, Tools, Materials, Equipment, Facilities, Transportation, Incidental Engineering, And Other Items Necessary To Perform Ventilation And Exhaust Systems Cleaning Services, Oahu, Hawaii. The Contractor Shall Perform Cleaning Services On Ventilation And Exhaust Systems To Ensure Systems Are Clean, Fully Functional, And In Normal Working Condition To Minimize Breakdowns And To Maximize Useful Life. The Contractor Shall Perform Any Repairs, Including Replacement, Discovered During Scheduled Maintenance Work. Ventilation Systems Shall Be Maintained In An Operable And Safe Condition In Accordance With Equipment Specifications And Industry Standards. Services Shall Not Cause Disruptions To Facility Operations. The Contractor Shall Contain And Dispose Of Dirt, Dust, Grease, Lint, And Other Residues Collected During Maintenance Services In Accordance With Applicable Federal, State, And Local Laws And Regulations. Recurring Work Includes, But Is Not Limited To, Kitchen Exhaust Cleaning, Operational Testing, Scheduling, Fan And Main Duct Cleaning, Laundry Dryer Vents And Duct Cleaning, And Servicing Exhaust Hoods And Ducts. Non-recurring Work Includes, But Is Not Limited To, Mold Remediation, Inspection/survey Work, And Sampling For Microbial Air Analysis.
procurement Method: Contracting By Negotiation. The Naics Code For This Procurement Is 561790 And The Annual Size Standard Is $8 Million. The Contract Term Will Be For A One-year Base Period Plus Four One-year Option Periods And One Six-month Option Period, For A Maximum Duration Of 66 Months. The Government Will Not Synopsize The Options When Exercised. Non-recurring Work May Be Issued Via Fedmall, A Web-based Ordering System, Using Government Purchase Cards.
interested Sources Capable Of Providing The Required Services Must Complete The Attached Sources Sought Questionnaire Excel (questionnaire And References Tabs) And Respond By Email To Robert.l.wong13.civ@us.navy.mil No Later Than March 8, 2025. Interested Sources Shall:
(1) Indicate That They Are Capable Of Providing The Required Services;
(2) Indicate Whether They Intend To Submit A Proposal As A Prime Contractor;
(3) Provide Their Full Name And Address;
(4) Provide Cage Code And Duns Number;
(5) Indicate Their Size Status (i.e., Small Business, 8(a), Hubzone, Service Disabled Veteran Owned Small Business (sdvosb), Woman-owned Small Business (wosb));
(6) Provide Customer References For Whom You Have Performed Similar Ventilation And Exhaust Systems Cleaning Services. Include Only Contracts And Subcontracts Which Were Performed Within The Past Seven Years And Valued At $200,000.00 Or More Per Year. This Requirement Can Be Met By A Standalone Contract Valued At $200,000.00 Or More Per Year For Kitchen Exhaust System Cleaning Services And Air Condition Duct Cleaning/mold Remediation Services, Or Multiple Contracts Which Are Collectively Valued At $200,000.00 Or More Per Year ($50,000.00 Kitchen Exhaust System Cleaning Services, $150,000.00 Air Condition Duct Cleaning/mold Remediation Services) And Were On-going Concurrently.
include The Following (see “references” Tab):
(a) Clients Name
(b) Point Of Contact
(c) Point Of Contacts Phone No.
(d) Point Of Contacts Email Address
(e) Contract Number
(f) Delivery/task Order Number (if Applicable)
(g) Contract Title
(h) Location Of Work
(i) Award Date
(j) Completion Date
(k) Award Amount
(l) Annual Amount
(m) Final Price
(n) Description Of Work Performed
(o) Work Performed As: Prime Contractor/subcontractor/joint Venture/other (explain)
(p) Percent Of Project Work Performed
no Other Information Is Required At This Time. Do Not Submit Brochures, Letters, Etc. This Sources Sought Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Ultimately Award A Contract. An Award Will Not Be Made On Responses To This Notice. This Sources Sought Synopsis Is Not A Request For Proposal (rfp); It Is A Market Research Tool Being Utilized To Determine The Availability Of Sources Prior To Issuing An Rfp. Based Upon The Responses Received, The Government Will Determine The Set-aside Method For The Procurement.
Closing Date10 Mar 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Description: General Services Administration (gsa) Seeks To Lease The Following Space:
state:montana
city:pablo
delineated Area:city Limits Of Pablo
minimum Sq. Ft. (aboa):720 Usf
maximum Sq. Ft. (aboa): 720 Usf
space Type: Total Office
parking Spaces (total):2
parking Spaces (surface):2
parking Spaces (structured):0
parking Spaces (reserved):0
full Term:15 Years
firm Term:10 Years
option Term:none
additional Requirements:none
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The .2-percent-annual Chance* Floodplain (formerly Referred To As “500-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Pablo, Montana That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime.
expressions Of Interest Due:march 7, 2024
market Survey (estimated):tbd
occupancy (estimated):august 1, 2025
send Expressions Of Interest To:
name/title:michael A. Gawell
Lease Contracting Officer
email Address:mike.gawell@gsa.gov
government Contact Information
lease Contracting Officer:michael A. Gawell
leasing Specialist:michael A. Gawell
broker:n/a
Closing Date8 Mar 2025
Tender AmountRefer Documents
61-70 of 3446 active Tenders