Survey Tenders

Survey Tenders

Department Of Health And Social Care Dhsc Tender

Healthcare and Medicine
United Kingdom
Closing Date24 Mar 2025
Tender AmountGBP 125 K (USD 158.2 K)
Description: Dhsc: Statistical Advisor To Medicine Margin Survey

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Closing Date24 Mar 2025
Tender AmountRefer Documents 
Description: Contract notice – general guideline, standard rule, open procedure (services) Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phases 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost between Dolivostrasse and Willy-brandt-platz, phase 1-... Additional planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phase 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost between Dolivostrasse and Willy-brandt-platz, phase 1-7 Planning of traction current reinforcement/overhead line system Bismarckstrasse-ost, phase 1-7 The invitation to tender covers the planning of the overhead line system described below in the Heag Mobilo tram network. The planning service includes service phases 1 to 7 (basic services) as well as special services. A traction current reinforcement is required for the section of the so-called Bismarckstrasse-East, between the Bismarckstrasse / Dolivostrasse junction and the middle of Willy-Brandt-Platz. To do this, the existing single overhead line is to be replaced by a cable glider overhead line with a double reinforcement line. A new overhead line system on masts and wall anchors in combination with the municipal lighting system, with a grid dimension of approx. 30.00 m, is to be planned. The lighting planning is to be coordinated with the public lighting and line coordination of the mobility and civil engineering office of the city of Darmstadt. As an additional service, surveying services in the Gauss-Krüger coordinate system, location status 100 in the connection areas and route coordination for mast foundations are to be provided. Technical data: - Length of track: approx. 650 m - Track width: 1000 mm - Nominal overhead line voltage: DC 600 V / DC 750 V - Standard overhead wire height: 5.50 m Execution planning: - Overhead wire: Ris-120 - Reinforcement line: 2 x Cu 120 mm2 - Overhead wire side system: +/- 0.35 m - Insulation: triple The current plan is to build a new system. In parallel with the renewal of the overhead line system, the existing track systems will be completely renovated and two stops will be made barrier-free. The complete renovation of the overhead line system will take place in the shadow of this construction project. Note: A site visit before submitting the offer is strongly recommended. The appointment for this will be made via the Heag Mobilo GmbH awarding office using the awarding platform.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Details: This Request For Information (rfi) - Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). see Attachment For Details: Audiology Booth Baltimore Vamc - Cambridge Cboc Brand Name Or Equal To Eckel Iaw Statement Of Work Must Provide An Authorized Distributor Letter If You Are Not The Manufacturer At The Time Rfi Will Close To Qualify For This Solicitation . Must Provide The Country Of Origin (coo) For Each Line Item this Is A Requirement For: u.s. Department Of Veterans Affairs Va Medical Center (vamc). description: the Baltimore Cboc Vamc Requires The Contractor To Deliver Within 90 Days From Contract Award To The Va Medical Facility Warehouse Below During Normal Business Hours From 8:00 A.m. To 3:30 P.m. (est), Monday Through Friday: delivery To: u.s. Department Of Veterans Affairs baltimore Va Medical Center cambridge Cboc warehouse/attn: 830 Chesapeake Drive cambridge, Md 21613 disclaimer: this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. note: The Contractor Shall Deliver Required Commodities (please See Attachments) No Later Than 90 Days Or Less From Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). Commodities Shall Not Be Delivered To The Government Site On Federal Holidays Or Weekends Unless Directed By The Co. Delivery Shall Be Made Between The Hours Of 8:00 Am And 3:30 Pm Of The Delivery Location, During Normal Workday Business Hours. the U.s. Government Is Performing Market Research To Identify Responsible Sources Who Have The Skills, Experience, And Knowledge Required To Successfully Meet The Requirements. Information Received From Market Research Will Determine The Best Acquisition Strategy And If Responsible Sources Exist For Competition, And/or A Total Small Business Set-aside. This Is Only For Market Research But May Result In An Invitation To An Open Discussion With The U.s. Government. This Notice Is Not To Be Construed As A Commitment By The U.s. Government. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government. any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Propriety Information Or Trade Secrets Should Be Clearly Marked. Information Received Will Not Be Returned. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Sources Sought Notice/market Survey. the U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Notice. All Responses To This Sources Sought Must Be Submitted To The Point Of Contact Listed Herein. This Does Not Constitute A Commitment, Implied Or Otherwise, That Procurement Will Be Accomplished And Is Not A Request For Proposal Or Invitation For Bid. Responding To This Notice In No Manner Guarantees A Contract Will Be Awarded. **respondents To This Source Sought Announcement Capable Of Manufacturing These Items Should At A Minimum Provide The Following Information For U.s. Government Review** please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer Or Distributor Of The Items Being Referenced Above? what Is The Place Of Manufacturing For The Requested Items? 52.212-3(j) if Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. Must Complete Place Of Manufacturer. (j) Place Of Manufacture. (the Solicitation Is Predominantly For The Acquisition Of Manufactured End Products.) For Statistical Purposes Only, The Offeror Shall Indicate Whether The Place Of Manufacture Of The End Products It Expects To Provide In Response To This Solicitation Is Predominantly (1) __ In The United States (check This Box If The Total Anticipated Price Of Offered End Products Manufactured In The United States Exceeds The Total Anticipated Price Of Offered End Products Manufactured Outside The United States); Or (2) __ Outside The United States. if You Are Not A Manufacturer. Company Shall Provide An Authorized Distributor Or Reseller Letter From Original Equipment Manufacturers (oem) To Qualify For This Requirement. does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number And Sin Number? if You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract/sin? must Provide Manufacture Name (oem) & Manufacturer Part # (mpn). please Provide General Pricing For Your Products/solutions For Market Research Purposes. Legal Business/company Name (as It Is Indicated In Https://sam.gov ). Unique Entity Id Uei (sam) & Duns Number. Warranty Information (can Be A Separate Attachment). Point Of Contact Name, Telephone Number And Email Address. must Provide The Estimated Delivery Time Frame After Award. For Example: Within 60 Days Aro, Within 90 Days Aro. the Government Intends To Award A Firm-fixed Price (ffp) Contract For This Purchase. to Be Considered For Award, Prospective Quoters Must Be Registered With The System For Award Management (sam) Website And Complete Representations And Certifications At Https://www.sam.gov . Prospective Awardees Must Be Registered With The System For Award Management (sam) At Http://www.sam.gov. Prior To Award And Through Final Payment And Must Complete The Online Representations And Certifications Application (orca) At Http://www.sam.gov Prior To Award And Through Final Payment. Contract Will Not Be Awarded Until Sam Registration Has Been Completed. Sdvosb And Vosb Socio-economic Categories Must Be Verified In The Sba Website, U.s. Small Business Administration: Https://veterans.certify.sba.gov, At The Time Of Receipt Of Quotes And At The Time Of Award. responses To This Notice Shall Be Submitted Via Email: Mohsin.abbas2@va.gov. No Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, Feb 28, 2025, By 2:00 Pm (est). responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sam.gov/open Market Or Gsa Ebuy. statement Of Work (sow) audiology Booth va Maryland Health Care System baltimore, Md purpose: the Va Maryland Health Care System Is Seeking To Procure And Install An Audiology Booth At The Cambridge Va Clinic. This New Audiology Booth Will Replace A Nonfunctional Audiology Booth. The Audiology Booth Will Provide A Soundproof Suite For Patients And Employees To Conduct Hearing Exams In An Isolated Area For Precise Results. The Primary Function Of The Audiology Booth Is To Provide An Isolated Acoustical Room To Measure Hearing Acuity In Patients. Isolated Acoustic Rooms Are Crucial To Eliminating Background Noise To Acquire A Reliable Diagnosis In Patients. Audiology Booth Will Include A Rubber Ramp For Wheelchair Access. Key Criteria Include System Size, Weight, And Acoustic Installation. scope: the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted. the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope. the Contractor Shall Deliver The Audiology Booth To The Cambridge Facility As Specified Below. the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative. the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Audiology Booth To Be Successfully Installed And Validated To Their Full Potential. the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes. salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Eckel Noise Control Technologies Audiology Booth. one Cl-123 Pr Sing Wall Cont, Double Wall Exam Suite manufacturer: Eckel Noise Control Technologies model: Cl-123 Fp7 Prime must Include An Acoustically Engineered Independent Ventilation System That Is Mounted External To The Unit. unit Provides Recessed Incandescent Lighting. unit Must Have An Acoustic Door With Cam -lift Hinges, Providing At Least 914 Mm X 2032 Mm (36 X 80 ) Clear Opening. must Include A Double Glazed, Safety Glass Window That Is At Least 6 Mm (1/4 ) Thick And At Least 762 Mm X 762 Mm (30 X 30 ). unit Must Be Electrically Serviced Via A Grounded Cable, Having A Length Of At Least 20 Feet. unit Floor Must Be Acoustically Isolated In Both The Control And Exam Room. unit Must Have A Noise Reduction Coefficient Of 1.05, While Having An Absorption Coefficient Range Of 0.79-1.10 When Measuring The Center Frequency (hz) Between A Range Of 125-400 Hz. noise Reduction In A Double Wall Room Must Be Able To Reduce The Center Frequency (hz) Of 2000hz And 4000hz To 100, 125hz To 44, 250hz To 62, 500hz To 81, 1000hz To 93, And 8000hz To 95. Noise Reduction Measured From The Outside To The Inside. door Size Must Be At Least 36 W By 80 H Clear Opening. door Handles Must Be A C-shape While Providing A Minimum Clearance Of 1 ½ Behind It. doors Cannot Require More Than 5psi Constant Pressure To Open, Once The Magnetic Seal Is Broken. double Glazes Acoustic Windows For The Doors On The Booth, Size Options Must Include: 20 W By 22 H Or 20 W By 60 H. unit Includes A Standard Fan Exhaust And Fan Inlet Silencers Suspended To The Ceiling. Silencers Mist Be Capable Of 10 To 12 Full Air Exchanges Per Hour. Fans Include A 6 Or 8 Diameter Hvac Collar Option. unit Must Include Two Ventilation Silencers Built Into The Booth S Ceilings, One Supply And One Exhaust Provided. unit Must Include An Accessible Jack Panel That Provides At Least 12 (trs 3-wire), ¼ Phone Jacks, Two Usb Ports, And 1 ¾ Pass Through. Panel Face Must Be Removable And Does Not Impact The Rooms Acoustical Performance. total Rise From The Host Floor To The Door Opening Must Be No Larger Than 7 ½ . sprinkler Holes Must Be At Least 3 In Diameter. unit Must By Supplied With Standard Carpet Or Carpet Tile In Both Rooms. must Be Able To Provide Empty Utility Boxes With Pull Wires For Data, Thermostats, And Alarms. room Must Require No More Than 120v, 15/20 Amp, Or 60 Hz Supply Circuit. unit Must Provide At Least 2 Duplex Outlets And Light/fan Switches. unit Wall Panels Must Be At Least 4 Thick In Both Rooms. unit Ceiling Panels Must Be At Least 6 Thick In Both Rooms. both The Control And Exam Room Must Have A Minimum Clear Interior Height Of 83 For All Features Attached To The Ceiling Panels. light Switches Must Be At Least 44 From The Floor Inside Of The Unit, In Both Rooms. outlets Must Be At Least 15 From The Floor Inside Of The Unit, In Both Rooms. must Include Rubber Mat As Floors Inside The Booth At A Height No Greater Than 10mm (3/8 ) Height For Wheelchair Access. booth Doors Must Be At Least 75 Mm (2 7/8 ) Thick. booth Doors Mounted With Heavy Duty Cam Lift Hinges. door Sealing System Must Have At Least A Double Magnetic Gasket Sealing System And Flush Sill Seal Design For An Accurate Acoustic Seal. both Rooms Must Have At Least A 60 Minimum Turning Radius For Wheelchair Access. panels In The Unit Must Have A Flame Spread Rating Of 3. panels In The Unit Must Have A Smoke Density Rating Of 2. both The Control And Exam Room Must Come With Standard Sprinkler Penetrations For Onsite Installation. all Electrical In The Unit Must Be Hospital Grade. unit Wall Shells Must Be Fabricated With Cold Rolled Steel Frames (14 Ga) And Steel Outer Surfaces (16 Ga). framing Members On Unit Wall Shell Should Not Be Spaced Out Any Further Than 610 Mm (24 ) Centers. unit Wall Inner Panels Should Be Fabricated With Cold Rolled Steel (22 Ga) That Includes Holes No Greater Than 2.4 Mm (3/32 ) Diameter, Where Holes Are Staggered On 4 Mm (5/32 ) Centers. panels Must Interlock And Provide An Acoustic Seal That Utilizes A Minimum Of Two Sets Of Closed Cell Acoustic Rubber Seals And At Least Two Interlocking Panel Connectors. implementation And Installation installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To: assembly Of Devices And Validation. all Materials Required To Assemble The Audiology Booth Shall Be Provided By The Contractor. the Contractor Will Deliver The Audiology Booth And Accessories To The Addresses Below: cambridge Va Outpatient Clinic, 830 Chesapeake Drive, Cambridge, Md 21613-9408 one (1) Audiology Booth, Sloped Rubber Ramp accessories training the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training. delivery the Contractor Shall Deliver Necessary Equipment To The Cambridge Va Facility As Required In The Quantity Specified Above. the Contractor Must Deliver The Audiology Booth To The Cambridge Facility With A Small Bed Truck That Has A Lift Because This Location Does Not Have A Loading Dock. the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Audiology Booth And Accessories. the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. Installation Can Proceed 90 Days After Award Of Contract. the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor. delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box. the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection. the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities. inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment. the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government. the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer. deliverables operation And Maintenance Manuals deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format. operator Training onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation. protection Of Property the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. security Requirements the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff. the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement. the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc). warranty at A Minimum The Audiology Booth Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government. the Warranty Shall Begin Upon Completion Of Validation Testing. warranty Shall Include Onsite Repairs And Over The Phone Support. contractor Shall Provide Routine Maintenance Service Program During Warranty Period. all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. line-item Description audiology Booth For Baltimore Cboc Vamc Brand Name Or Equal To Eckel Iaw Sow b.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ cl-123 Pr Sing Wall Cont, Double Wall Exam Suite / 1001354 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001354 local Stock Number: 1001354 0002 1.00 ea __________________ __________________ lbr-sound Room Relocation/installation 1000033 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1000033 local Stock Number: 1000033 0003 2.00 ea __________________ __________________ eao-a-003 Add-on Add - Wall Fascia Closure Angles 1001408 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001408 local Stock Number: 1001408 0004 1.00 ea __________________ __________________ eao-d-004 Add-on Door - Window In Door 20"w X 22"h 1001416 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001416 local Stock Number: 1001416 0005 1.00 ea __________________ __________________ eao-d-007 Add-ons - Door - Magnetic Door Holder 1001418 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001418 local Stock Number: 1001418 0006 2.00 ea __________________ __________________ eao-u-003 Add-on Utilities - Light Dimmer Switch 1001425 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001425 local Stock Number: 1001425 0007 1.00 ea __________________ __________________ eao-u-005 Add-on Util Sprinkler Hole Double Wall 1001427 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001427 local Stock Number: 1001427 0008 1.00 se __________________ __________________ eao-u-007 Add-on Utilities - Hvac Collars (2 Sets) 1001429 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001429 local Stock Number: 1001429 0009 2.00 bx __________________ __________________ eao-u-002 Add-on Util Rough Ins (box W. Pull Wire) 1001424 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001424 local Stock Number: 1001424 grand Total __________________

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information ("rfi"). Dla Troop Support's ("agency") Subsistence Produce Program Is Interested In Comments And Feedback Regarding The Agency's Full Line Produce Support To United States Department Of Agriculture ("usda;" Schools And Reservation) Customers Throughout The Continental United States ("conus"). There Is No Solicitation Available At This Time. The Government Will Not Pay For Any Information Received In Response To This Rfi, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided To The Government. This Rfi Does Not Constitute A Commitment From The Usda ("schools And Reservation") Customers In The Wyoming Zone. The Sole Purpose Of This Rfi Is To Conduct Market Research To Assist The Agency In Creating An Appropriate Solicitation In The Future. please See Attachment 1 To Review The Schedule Of Items (soi) For Group 1,2,3(3a And 3b) (wyoming Schools And Reservation). please See Attachment 2 To Review The Delivery Schedule For Group 1,2,3 (3a And 3b). please Review And Fill Out The Market Research Survey And Email To Robert Small, Robert.small@dla.mil, Amanda Quaile, Amanda.quaile@dla.mil. please Contact Any/all Of The Above Points Of Contact For And Questions. all Responses Are Due Thursday, March 07, 2025.

Department Of Agrarian Reform - DAR Tender

Others
Philippines
Closing Soon26 Feb 2025
Tender AmountPHP 56.5 K (USD 976)
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

Marine Living Resources Fund Tender

Others
South Africa
Closing Soon25 Feb 2025
Tender AmountRefer Documents 
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

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents 
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

Department Of Agrarian Reform - DAR Tender

Civil And Construction...+1Construction Material
Philippines
Closing Soon26 Feb 2025
Tender AmountPHP 167.9 K (USD 2.9 K)
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

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Building Construction
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
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).

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service...+1Chemical Products
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
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
61-70 of 3454 active Tenders