Survey Tenders

Survey Tenders

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Others
United States
Details: Modification 4 – January 22, 2025: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 3 Sf30 01.22.25 hhpc2 Rfp 80jsc025r7001 Amendment 3 j-2 Contract Data Requirements List A3 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 3 – January 16, 2025: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 2 Sf30 01.16.25 hhpc2 Rfp Questions And Answers 2 hhpc2 Rfp 80jsc025r7001 Amendment 2 j-2 Contract Data Requirements List A2 l-2 Government Pricing Model (gpm) A2 l-10 Pre-award Survey Of Prospective Contractor Accounting System Checklist A2 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Ensure All Latest Versions Of The Rfp And Attachments Are Being Referenced For Proposal Submissions. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 2 – December 20, 2024: the Purpose Of This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: 80jsc025r7001 Amendment 1 Sf30 12.20.24 hhpc2 Rfp Questions And Answers A1 hhpc2 Rfp 80jsc025r7001 Amendment 1 j-2 Contract Data Requirements List A1 j-16 Standard Labor Categories (slcs) A1 l-2 Government Pricing Model (gpm) A1 l-6 Past Performance Matrix A1 l-9 Prime_subcontractor Identification And Sow Division Of Work Listing Worksheet A1 added L-10 Pre-award Survey Of Prospective Contractor Accounting System Checklist the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). modification 1 – December 9, 2024: the Purpose To This Modification Is To Update The Synopsis Entitled Human Health And Performance Contract 2 (hhpc2) Request For Proposal Notice Id 80jsc025r7001, Which Was Posted December 6, 2024. You Are Notified That The Following Changes Are Made To The Attachment Section: posted Hhpc2_pre-proposal_conf_12-12-24 the Due Date For Responses Is Not Extended As A Result Of This Modification. please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website At Https://www.nasa.gov/johnson/jsc-procurement/hhpc2/. potential Offerors Are Responsible For Monitoring This Site For The Release Of Any Amendments To This Solicitation And For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). nasa/johnson Space Center Is Issuing A Final Request For Proposal (rfp) For The Human Health And Performance Contract 2 (hhpc2), 80jsc025r7001. You Are Notified Of The Following: the Entire Proposal Is Due By January 30, 2025 At 1:30 P.m. Central Time.proposal Volume Ii, Past Performance Is Requested Early, But Not Officially Due Until The Proposal Submittal Date. all Questions Regarding This Rfp Should Be Submitted In Writing, Electronically To Yaranet Marquez, Contracting Officer, At Yaranet.marquez-1@nasa.gov And Joseph Ocampo At Joseph.t.ocampo@nasa.gov On Or Before 1:30 P.m. Central Time On December 16, 2024. Offerors Are Encouraged To Submit Questions As Soon As Possible For Consideration.questions Shall Be Submitted Using The Template For Submission Of Comments In The “attachments” Section Below. the Rfp And Attachments Have Been Posted In The "attachments" Section Below. This Rfp And Associated Documents Supersede The Draft Rfp In Its Entirety. Any Additional Documents Will Be Available On Www.sam.gov. the Technical Library Is Available On Sam.gov Under Notice Id 80jsc024hhpc2a. if You Have Not Accessed The Technical Library Before, Please Complete The Technical Library Request Form And Refer To The Instructions Under Notice Id 80jsc024hhpc2a Prior To Submitting A Request Via Sam.gov. the Pre-proposal Conference For This Solicitation Is Anticipated To Be Held (virtual Only) Via Microsoft Teams On Thursday, December 12, 2024, Starting At 9:00 A.m. Central Time. Attendance At The Pre-proposal Conference Is Recommended; However, Attendance Is Neither Required Nor A Prerequisite For Proposal Submission. No Recordings Of Any Kind Are Permitted. Participation Is Limited To A Total Of Six (6) Individuals From Each Company/team. please Rsvp For The Pre-proposal Conference By Wednesday, December 11, 2024, 1:30 P.m. Central Time By Sending An Email To The Following Addresses: name:yaranet Marquez email:yaranet.marquez-1@nasa.gov name:joseph Ocampo email:joseph.t.ocampo@nasa.gov the Rsvp Email Must Include The Following: subject Line: Hhpc2 Rfp 80jsc025r7001 Pre-proposal Conference Rsvp full Company Name company Address sam Unique Entity Id And Commercial And Government Entity (cage) Code company Point Of Contact Name, Phone Number, And Email Address company Size/type (e.g., Large Business, Small Business, Women-owned Small Business, Etc.) names, Position Descriptions, And Email Addresses Of Attendees (no More Than Six (6) Individuals May Represent Any Party Or Team Of Parties) indication Of Your Company’s Desire To Be Added To The Interested Parties List, Which Will Be Publicly Available On The Hhpc2 Website. a Confirmation Email Will Be Sent To Acknowledge Your Reservation(s) And Provide Further Instructions. nasa Anticipates Releasing The Pre-proposal Conference Charts Prior To The Pre-proposal Conference. Please Continue To Monitor This Sam.gov Posting For Updates On The Release Of Any Documents, As Well As The Hhpc2 Website. nasa Far Supplement (nfs) Clause 1852.215-84, Ombudsman, Is Applicable. The Ombudsman For This Acquisition Is Donna M. Shafer, Donna.m.shafer@nasa.gov, 281-483-4258. it Is Theofferor's Responsibilityto Monitor This Website For Amendments To This Solicitation And Other Information. Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments. prospective Offerors Are Encouraged To Notify The Contracting Officer Of Their Intent To Submit An Offer.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Notice: 1/3/2025: This Notice Is To Re-issue The Presolicitation Notice For This Project. A Solicitation Will Be Issued In Early February. notice: 8/1/2024: This Notice Is To Revise The Aboa And Rsf For This Project: the Aboa Minimum Has Been Revised To 4,220 And The Aboa Maximum Has Been Revised To 4,431 the Revised Maximum Rentable Square Feet (rsf) Is Now 5,064 advertisement usda Fpac-bc u.s. Government department Of Agriculture (usda) Seeks To Lease The Following Space: location Requirements state: Oh city: Delaware delineated Area: north: Rt. 37 And Rt. 110/delaware County Line Rd., Follow Rt. 37, Turns Into Rt. 37/w. Central Ave, Turns Into Rt. 37/e. Central Ave., Lake St / Hwy 42, Turns Into Hwy-42, Ending At Rt. 87/harris Rd. east: Rt. 87/harris Rd. And Hwy-42., Follow Rt. 87/ Harris Road, To Rte. 521/kilbourne Rd., To. 85/skinner Rd., To Rte. 86/baker Rd., To Rt.88/plunkett Rd., Hwy-36/state Rt.37e, To Rt. 95/ Roloson Rd., To Rt. 89/ 273/ Curved Rd., To Rt. 271/dale Ford Rd. Ending At Rt. 91/berlin Station Rd. south: Rt. 271/berlin Station Rd. And Rt. 91., Follow Rt. 91/berlin Station Rd., Turns Into Rt. 92/braumiller Rd., To Rt. 101/pollock Rd., To Hwy-23/columbus Pike To Rt 315/olentagny River Rd. To Rt 141/bunty Station Rd., To S Section Line Rd., To Hwy-42, To Rt. 93/ Smart-cole Rd., To Rt.101/hinton Mill Rd., Ending At Rt. 101/ Hinton Mill Rd. And Rt. 107 west: Rt. 101/ Hinton Mill Rd. And Rt. 107/ Springdale Rd., Follow Rt. 107/sprindale Rd To Hwy-36 To Delaware County Line Rd/ Rt. 110., Ending At Rt. 37. square Foot Requirements minimum Sq. Ft. (aboa): 4,752 Aboa Sf Minimum maximum Sq. Ft. (aboa): 4,989 Aboa Sf Maximum maximum Sq. Ft. (rsf): 5,702 Maximum Rentable Square Feet space Type Equirements office Space parking Requirements reserved Parking For Government Vehicles: 6 reserved Parking For Visitors: 25 unreserved Parking For Employees: 20 large Vehicle Parking: One Of The Reserved Visitor Parking Spaces Will Be Large Enough To Accommodate Large Vehicles And Semi- Trucks With Trailers. electric Vehicle Charging: The Electric Vehicle Charging Spaces Shall Be Part Of The Government Reserve Spaces. Lessor Shall Provide Infrastructure For One (1) Government Supplied, Installed, And Maintained 2-port, Level Ii Evs Charging Stations (ie – Power That Can Be Individually Metered, Site Pad, Bollards, And Signage) the Parking Shall Be Either On Site Or Publicly Located Within ¼ Walkable Mile (1,320 Feet) Of The Public Entrance Of The Premises. the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building/ Tenant Usage. term Requirements full Term: Up To 20 Years (240 Months) firm Term: 5 Years (60 Months) termination Rights: 120 Days offered Space: the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use. space Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/ Discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities. subleases Are Not Acceptable. first Floor Contiguous Space Required. the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays). offered Space Must Meet The Government’s Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. a Fully Serviced Lease Is Required. All Services, Janitorial Services, Utilities Shall Be Provided As Part Of The Rental Consideration. offered Space Shall Not Be In The 1 Percent-annual Chance (100-year) Flood Plain. telecommunications Prohibitions Requirements 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 due Dates expressions Of Interest Due: May 31, 2024 No Later Than 4:30 Pm (edt) market Survey (estimated): Approximately 45 Days After Expressions Of Interest. occupancy (estimated): Tbd sam.gov entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible. sam.gov Registration Is Required For Award. sam Registration Is Not Required For Submittal Of Expressions Of Interest. how To Respond/ Expressions Of Interest Shall Include The Following: provide The Name, Company Name, Company Address, Email And Telephone Number Of The Building Owner. if Offeror Is Not The Owner, Provide The Name, Company Name, Company Address, Email And Telephone Number Of The Offeror. if Offeror Is Not The Owner Of The Property, An Authorization Letter Signed By Owner Providing Permission To Represent Owner Will Be Required. * if Existing Building, Building Name And Address, And Location Of The Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/pictures (with Dimensions Shown) Reflecting The Space That Is Being Offered. if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans. rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered. date Of Space Availability. amount Of/type Of Parking Available On-site. photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site. for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal. confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas). confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable. confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements. for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements. * As Mentioned In #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date. send Expressions Of Interest To: heather Schmitt, Lease Contracting Officer zisa Lubarov-walton, Realty Specialist email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov government Contact Information: heather Schmitt, Lease Contracting Officer zisa Lubarov-walton, Realty Specialist email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
Closing Date20 Jan 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Education And Training Services
United States
Details: Combatant Craft Assault (cca) Systems & Engineering Training contracting Office Address naval Special Warfare Command 2000 Trident Way, Bldg. 624 san Diego Ca 92115-5599 description naval Special Warfare Command Has A Requirement For To Conduct Courses Of Instruction (cois) That Familiarize Students With The Design, Function, Repair, Calibrating, Emergency Procedures, And Trouble-shooting Of The United States Marine, Inc. (usmi), Cage: 0nnz7 Combatant Craft Assault (cca) Electrical And Propulsion Systems Onboard Nsw Cca Craft. These Cois Will Be Targeted At The Operator And Technical/maintainer Level. The Government Intends To Utilize The Procedures At Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Information Received From This Sources Sought Notification Will Be Used To Confirm The Acquisition Strategy Is Appropriate. The Government’s Intent Is To Award A 5 Year Plus Five One-year Optional Ordering Periods Indefinite Delivery/indefinite Quantity (idiq) Type Of Contract Issuing Firm Fixed Price (ffp) Task Orders To Usmi. this Sources Sought Does Not Constitute A Request For Quotes; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred; And It Shall Not Be Construed As Any Commitment By The Government To Execute This Requirement. if Your Company Has The Potential Capability To Satisfy This Requirement, Please Provide The Following Information: 1) Company Name 2) Cage Code 3) Duns Number 4) Address 5) Point Of Contact 6) E-mail Address 7) Web Site Address 8) Telephone Number 9) Type Of Ownership (sb, Large Corp., Etc.) For The Company Under Naics Code 611519. 10) Tailored Capability Statement Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. The Total Number Of Pages Shall Not Exceed 5. the Government Will Evaluate Responses To This Sources Sought To Ascertain Potential Market Capability. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. The Government Is Not Obligated To Notify Respondents Of The Results Of This Announcement And It Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Announcement. note: Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. interested Vendors Should Provide Information To Determine If The Company: (a) Has Adequate Financial Resources To Perform The Contract, Or The Ability To Obtain Them (see 9.104-3(a) And Subpart 52.219-14(a)); (b) Has A Satisfactory Performance Record (see 9.104-3(b) And Subpart 42.15); (c) Has A Satisfactory Record Of Integrity And Business Ethics (for Example, See Subpart 42.15); (d) Has The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures, And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Subcontractors). (see 9.104-3 (a)); (e) Has The Necessary Production Capacity, Construction, And Technical Equipment And Facilities, Or The Ability To Obtain Them (see 9.104-3(a)); And (f) Is Otherwise Qualified And Eligible To Receive An Award Under Applicable Laws And Regulations (see Also Inverted Domestic Corporation Prohibition At Far 9.108). submission Instructions: Interested Parties Who Consider Themselves Qualified To Fulfill The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice No Later Than 3 January 2025 12:00 Pm Est Via E-mail To Jack Gabriel At Jackson.t.gabriel.civ@socom.mil And Kelly Mcneill At Kelly.mcneill@socom.mil.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Details: Sources Sought Notice Template ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Chinle Facility Management Needs Replacement Of Obsolete, Failed Network Automation Engine With A New Smart Network Engine Supervisory Controller tracking Number: Ihs1505983 the Indian Health Service (ihs), Chinle Service Unit, Chinle Comprehensive Health Care Facility, Facility Management, Chinle Arizona 86503 Is Seeking Capable Sources For Services To Replace Obsolete Failed Network Automation Engine With A New Smart Network Engine Supervisory Controller. the Anticipated Period Of Performance 02/01/2025 To 01/31/2026. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is561210 – Facilities Support Services With A Small Business Size Standard Of $30,000,000.00. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 01/21/2025. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 561210 – Facilities Support Services. if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. 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. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: tilda Nez, Contract Specialist, Office Telephone Number: 928-674-7474, Email Address: Tilda.nez@ihs.gov. place Of Performance: chinle Comprehensive Health Care Facility, Po Drawer Ph, Hiway 191 And Hospital Drive, Chinle, Arizona 86503 this Is Not A Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Details: Sources Sought Notice ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Dell Poweredge R450 Servers With 5 Year Extended Pro Support With Configurable Options And Accessories tracking Number: Dzhc-ss-25-012 the Indian Health Service (ihs), Shiprock Service Unit, Dzilth-na-o-dith-hle Health Center (dzhc) Located Near Bloomfield, Nm, 87413 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Dell Poweredge R450 Servers With 5 Year Extended Pro Support With Configurable Options And Accessories. the Anticipated Delivery Date Is December 31, 2025. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is334111 Electronic Computer Manufacturing With A Small Business Size Standard Of 1,250. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 14, 2025 At 03:30 Pm Mt. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 334111 Electronic Computer Manufacturing if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. 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. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: michael Austin, Contract Specialist email: Michael.austin@ihs.gov place Of Performance: dzilth-na-o-dith-hle Health Center (dzhc) 6 Road 7586 bloomfield, Nm, 87413 this Is Not A Solicitation.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Details: There Is No Solicitation At This Time. This Request Is For Information Only And Does Not Constitute A Request For Proposal (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred Associated To This Request For Capability Information. the Department Of Veterans Affairs Seeks To Lease Approximately 19900 Ansi/boma Office Area (aboa) To A Maximum Of 20,900 Aboa Square Feet Of Space And A Minimum Of 130 On-site Parking Spaces, 10 Shall Be Reserved. This Space Shall Be Used As A Community Based Outpatient Clinic In Grayson County, Kentucky. the Department Of Veterans Affairs Will Consider Space Located In An Existing Building As Well As Land For New Construction For Build To Suit. The Louisville Va Medical Center Requires A Fully Serviced, Turnkey Lease With Rent That Covers All Lessor Costs, Including All Shell Upgrades, Operating Costs, Real Estate Taxes, And Security Upgrades. The Lessor Shall Be Required To Design And Build Tenant Improvements (ti). space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum, Or Other Permanent Materials In Good Condition And Acceptable To The Va. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Complete By Occupancy, Modernization, Or Adaptive Reuse For The Space With Modern Conveniences. a Fully Serviced Lease Term Up To 20 Years (10 Years Firm, 10 Years Non-firm) Will Be Considered. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within Grayson County, Ky And Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Us-62 east: Ky-224 south: Western Kentucky Parkway / Ky-1214 / Sulphur Well Rd / Grant Rd / Bloomington Rd / Anneta Rd / Western Kentucky Parkway west: Ky-79 naics: 531120, Small Business Size Standard $34.0m psc: X1aa expressions Of Interest Must Be Emailed To The Contracting Officer Angela Bailey By 3:00 Pm Central Time, January 24, 2025, And Must Include The Following Information: 1. Building Name, Address, And Location Of The Available Space 2. Amount Of Offered Space In Aboa And Rental Square Feet (rsf) Along With The Conversion Rate (caf) 3. Building Ownership Information, Brokers Or Legal Representatives Must Show Written Acknowledgement And Permission To Represent The Property 4. Amount Of Parking Available On-site And Type (surface And/or Structured) 5. Also Include The Following Information: - Owner Duns/unique Entity Id (uei) - Contact Information: Name, Phone, Email Address, Relationship To Property Owner - Business Size Per Naics 531120 (small, 8a, Hubzone, Vosb, Sdvosb, Etc.) submit The Above Information And Supporting Information As One Pdf File By Email To: angela Bailey email: Angela.bailey5@va.gov no Phones Calls Will Be Accepted In Response To This Request For Information. the Government Is Limited By Law (40 Usc 278a, As Amended 10-1-81) To Pay No More Than The Appraised Fair Rental Value For Space. Please Note: This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. A Solicitation For Offers May Be Issued By The Department Of Veterans Affairs Later. The Department Of Veterans Affairs Will Not Pay Any Brokers Fees. disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: 1560 - Sheet,circuit Analo, 'aircraft, B-1b solicitation Number: Spe4a725r0327 _________________________________________________________________________________ notice Details solicitation # spe4a725r0327 procurement Type: sources Sought title: 1560-01-316-5647 - Sheet,circuit Analo classification Code: 1560 – Airframe Structural Components naics Code: 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing is This A Recovery And Reinvestment Act Action?: no primary Point Of Contact: calvin Peterson acquisition Specialist calvin.peterson@dla.mil phone: (804) 659-8838 secondary Point Of Contact: claudette Atkins contracting Officer claudette.atkins@dla.mil description: the Defense Logistics Agency 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 This Requirement For Nsn: 1560-01-316-5647, Sheet,circuit Analo. This Item Is Currently Identified As Part Number L3223886-017. Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Estimated Annual Quantity Is 200 Each. The Unit Prices Will Be Established At The Time Of A Contract Award. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. 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. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This requirement May Be Set-aside For Small Businesses Or Procured Through Full And open Competition, And Multiple Awards 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 Services Are Invited To Submit A Response To This Sources Sought Notice By January 28th , 2025 1:00 Pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Calvin Peterson (calvin.peterson@dla.mil). if You Have Any Questions Concerning This Opportunity Please Contact: Calvin Peterson Via Email (calvin.peterson@dla.mil). place Of Contract Performance: 6002 Strathmore Rd richmond, Virginia 23234 united States archiving Policy: manual Archive allow Vendors To Add/remove From Interested Vendors: yes allow Vendors To View Interested Vendors List: yes
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: 1560 - Rib,stiffener,aircr, 'aircraft, Stratofortress B-52 solicitation Number: Spe4a725r0328 _________________________________________________________________________________ notice Details solicitation # spe4a725r0328 procurement Type: sources Sought title: 1560-00-017-7921- Rib,stiffener,aircr classification Code: 1560 – Airframe Structural Components naics Code: 336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing is This A Recovery And Reinvestment Act Action?: no primary Point Of Contact: calvin Peterson acquisition Specialist calvin.peterson@dla.mil phone: (804) 659-8838 secondary Point Of Contact: claudette Atkins contracting Officer claudette.atkins@dla.mil description: the Defense Logistics Agency 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 This Requirement For Nsn: 1560-00-017-7921, Rib,stiffener,aircr. This Item Is Currently Identified As Part Number 1-75016-501. Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Estimated Annual Quantity Is 7 Each. The Unit Prices Will Be Established At The Time Of A Contract Award. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. 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. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This requirement May Be Set-aside For Small Businesses Or Procured Through Full And open Competition, And Multiple Awards 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 Services Are Invited To Submit A Response To This Sources Sought Notice By January 28th , 2025 1:00 Pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Calvin Peterson (calvin.peterson@dla.mil). if You Have Any Questions Concerning This Opportunity Please Contact: Calvin Peterson Via Email (calvin.peterson@dla.mil). place Of Contract Performance: 6002 Strathmore Rd richmond, Virginia 23234 united States archiving Policy: manual Archive allow Vendors To Add/remove From Interested Vendors: yes allow Vendors To View Interested Vendors List: yes
Closing Date28 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice For Information Only; This Is Not A Request For Quotes/proposals Or An Invitations For Bids. There Is No Solicitation At This Time. this Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. project Title: Non-personal Service Contract tracking Number: Ss-gsu-25-008 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301, Is Seeking Capable Sources For Non-personal Service Contract For The Following Specialties: emergency Department Physician emergency Department Physician Assistant the Anticipated Period Of Performance Is A Based Plus Four (4) Option Years Contract. See Below For Full Service Performance: base Period: Date Of Award Through 12 Months 1st Option Period: 12 Months 2nd Option Period: 12 Months 3rd Option Period: 12 Months 4th Option Period: 12 Months the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621111 Office Of Physicians (except Mental Health Specialists) With A Small Business Size Standard Of $14.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Service With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 (deviation 2019-01) Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) May 20, 2023 At 8:00 A.m. Mst. as A Minimum, The Following Information Is Required: confirm The Buy-indian Set Aside Status You Qualify For Under Following Naics Code: 621111. fill Out The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other Than Small; And Other Socio-economic Program Participation Such As Small Disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb. a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Uei Number And Cage Code. 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 all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice. point Of Contact: melissa Lake, Contract Specialist (505) 930-1975, Melissa.lake@ihs.gov place Of Performance: gallup Indian Medical Center 1808 W. Aztec Ave gallup, Nm 87301 country: Usa this Is Not A Solicitation.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: Amendment #001 Is Hereby Being Issued To Correct Section 16 - Duplication Of 16.6 Key Personnel Instructions (volume Ii) 16.6.1, 16.6.2, 16.6.3 To Now Read: 16.7 Past Performance Survey (volume Iii) 16.7.1, 16.7.2, 16.7.3 Of Page 61-62. also, Extend The Original Date Offers Due In The Solicitation, To Now Read 1/12/2025. All Other Terms And Conditiions Shall Remain Unchanged. amendment #001 Is Here By Being Issued To Correct The Year On The Original Date Offers Due: To Now Read 01/06/2025. All Other Terms And Conditions Shall Remain Unchanged. solicitation the Indian Health Service (ihs), Albuquerque Area Office (aao), Santa Fe Indian Health Center (sfihc) Has A Requirement For Two (2) Nurse Case Managers. this Is A Combined Synopsis For Indian Health Service (his) For Commercial Items Or Services Prepared In Accordance With Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. the Solicitation Number Is 75h70725r00006 And Is Issued As A Request For Proposal (rfp), Unless Otherwise Indicated Herein. The Solicitation Document And Incorporated Provision And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 561320 With A Business Size Standard $34.0. prospective Offerors Are Invited To Submit Proposals In Reference To The Solicitation Cited Above. The Proposal Should Include The Following: 1. Complete Pricing Table (fillable Sf-1449 Or Attached) 2. Past Performance 3. Signed Sf-1449 4. Signed Indian Economic Enterprise Representation Form (iee) 5. Of 306 Childcare & Indian Childcare Worker Positions. set-aside: under The Buy Indian Act, 25 U.s.c. 47, Through The Transfer Of Authority From The Department Of Interior To Hhs, Offers Will Be Solicited From Indian Small Business Economic Enterprises (see Hhsar Subpart 326.6) That Are Also Small Business Concerns. If Ihs Does Not Receive Enough Competition And/or Reasonably Priced Offers From Isbee Set-aside, Ihs Will Then Evaluate Proposals And Consider For Award To Other Small Business Concerns. Any Acquisition Resulting From This Set-aside Will Be As Follows: 1st Tier: Small Business Indian Firms 2nd Tier: Other Small Business only One Award Will Result From This Solicitation. destination Shall Be For The Following Albuquerque Area Indian Health Service, Santa Fe Indian Health Center: santa Fe Indian Health Center, Attn: Nursing Department (prc), 1700 Cerrillos Road, Santa Fe, Nm 87505 this Solicitation Will Result In A Single Award With A Base + Four Option Periods From The Date Of Award Based On Satisfactory Performance Ratings. other Details sam Requirement - This Solicitation Requires Registration With The Sam.gov Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Can Be Found At Https://www.sam.gov. Vendor Must Have An Active Uei Number. invoicing – Invoices Submitted Under An Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payments Requests (feb 2022). payment – All Payments By The Government Under An Award Shall Be Made By Electronic Funds Transfer (eft), Per Far 52.232.33. proposal Submission all Responsible Offerors That Respond To This Solicitation Must Submit Their Proposals By 1/6/2025, By Cob 12:30 P.m., (mst). The Proposal Shall Be Sent Preferably By Email To: Patricia.trujillo@ihs.gov. Failure To Comply With The Below Terms And Conditions May Result In Offer Being Determined As Non-responsive. questions Submission: Interest Offerors Must Submit Any Questions Concerning This Solicitation At The Earliest Time Possible To Enable To Respond. Technical Questions Must Be Submitted By Email To: Travis Snyder, Travis.snyder@ihs.gov, Prior To Closing Of The Solicitation. acquisition Questions Submission: Must Be Submitted By Email To: Patricia Trujillo, Patricia.trujillo@ihs.gov, Prior To Closing Of The Solicitation. Questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation Will Not Be Considered.
Closing Date12 Jan 2025
Tender AmountRefer Documents 
3371-3380 of 4105 archived Tenders