Survey Tenders
Survey Tenders
Leibniz Institut F R Gem Se Und Zierpflanzenbau IGZ E V Tender
Other Consultancy Services...+1Consultancy Services
Germany
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: The Igz is a partner in the project "Development of sustainable and productive farming systems with non-conventional salt-tolerant crops for saline areas using the example of the Aral Sea Basin (quinoa)". The primary goal of this project is to improve the cultivation and utilization of non-conventional crops such as quinoa in resource-limited farming systems in Uzbekistan. This initiative aims to address the agricultural challenges posed by the saline soils in the Aral Sea Basin (ASB) and thus contribute to better food security and nutrition of the local population. The Igz is leading a part of the project that deals with the assessment of the socio-economic impacts of quinoa cultivation. This assessment aims to examine the potential of quinoa to become a profitable food source in Uzbekistan and a promising export commodity. To execute this component, Igz is looking for a partner in Uzbekistan to undertake the following tasks: Task 1. Qualitative interviews with farmers on the introduction of non-conventional crops. Task 2. Surveys and group interviews on quinoa-based dishes Task 3. Compilation of production data for traditional crops in Uzbekistan Task 4. Co-authoring and disseminating reports on quinoa introduction and export prospects Contractor Requirements: - Must have legal status in Uzbekistan that allows the organization to perform the above tasks. - Proven experience in conducting socio-economic data collection and analysis, particularly in the agricultural sector. - Ability to organize work on tasks and effectively report to the donor on the progress of the work, including submitted collected data. - Good knowledge of English and Russian. Lead Researcher Requirements: - A graduate degree in economics, agricultural economics or related fields. - Knowledge of MS Office, especially Excel. - Strong motivation and interest in the research topic. - Ability to work independently and collaboratively in a team. - Good communication skills in English and Uzbek. Knowledge of Russian is an additional advantage.
Department Of Energy Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought/request For Information Melting, Rolling And Milling Of Lead
this Sources Sought Synopsis Is Not A Pre-solicitation Notice, Request For Proposal (rfp), Or An Invitation For Bid, But A Market Survey To Identify Potential Participants. This Notice Is Not To Be Construed As A Commitment By The Government To Award A Contract. The Government Will Not Reimburse Contractors For Any Costs Incurred Because Of Their Participation In This Survey. The Proposed North American Industry Classification System (naics) Code For This Acquisition Is 562920 – Materials Recovery Facilities, With A Small Business Standard Size Of $25m. The Purpose Of This Sources Sought Announcement Is To Assist The Department Of Energy In Conducting Market Research To Identify Sources Of Services That Meet Their Requirements, And In Accordance With Far Part 10, To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Business Participants Capable Of Providing All Services Described In This Synopsis.
background
the Department Of Energy (doe) Conducts A Variety Of Research And Operational Activities That Utilizes Lead As Radiation Shielding, Including Within The Office Of Science (sc) Which Funds Basic Research To Advance The Scientific Knowledge Needed To Provide New And Improved Energy Technologies; To Understand The Health And Environmental Implications Of Energy Production And Use; And To Maintain U.s. Leadership In Discovering The Fundamental Nature Of Energy And Matter.
the Sc Organization Is Led By A Presidentially Nominated, Senate-confirmed Director And Two Senior Career Federal Deputy Directors: Science Programs, And Operations. The Organization And Functions Are Further Discussed At The Following Website: Http://science.energy.gov/about/organization.
sc Comprises A Geographically Diverse Organization. Sc Has Two Locations In The Washington,
d.c. Area (headquarters): One Location At Doe’s Forrestal Building In Washington, D.c. And One Location In Germantown, Maryland. Most Of The Sc Programs Staff Resides At These Two Locations. Field Operations Comprises The Consolidated Service Center (csc) And Ten Site Offices. The Csc Is A Virtual Organization Located In Lemont, Illinois, And Oak Ridge, Tennessee. The Ten Site Offices Are Collocated With Their Respective National Laboratories.
sc Currently Has A Project That Requires Fabrication Of Shielding Panels Made Of Lead, Clad In A Stainless-steel Shell. To Accomplish This, Sc Has A Need For Professional Services To Accept About 210 Tons Of Excess Lead From Doe, Then Process And Fabricate The Lead Into Shielding Panels To Be Installed To The Inside Face Of Precast Walls To Improve Radiation Shielding Performance.
scope
the Doe Would Like To Consider The Fabrication Of New Lead Panels Derived From Excess Lead Accumulated Throughout The Department. The Scope Includes A Stock Of About 210 Tons Of Excess Lead In A Variety Of Configurations, Including Solid Shapes, Lead Shot, And Other Forms. Tasks Would Include Processing And Fabrication Of Excess Doe Lead, Such As Melting Lead Into Ingots, And Fabricating Of Lead Into Stainless Steel Cladding To Meet Specifications Provided By Doe.
the Project Requires About 70 Lead Panels Between Two Inches And Four Inches In Thickness. The
height Varies From Two Feet To Seven Feet, And The Width Varies From Two Feet To Ten Feet. One Side Of The Panel Shall Be Steel Encased. The Opposite Side Shall Be Painted, And Small Cutouts Are Required On This Side. The Panels Also Need Anchor Holes And Lifting Inserts.
additionally, Doe Would Like To Understand Costs And Processes For Manufacturing Other Miscellaneous Items From Cast, Rolled Or Otherwise Formed Lead. Doe Would Also Like To Understand The Costs And Process Structure For Working With New Lead Versus Recycling Lead To Meet The Same Deliverable.
the Structural Design And Anchorage Detailing For The New Lead Shielding Panels In This Project Is Based On The Current Asce -16, California Building Code (cbc), 2019 Edition, Part 10 (california Existing Building Code, University Of California Seismic Safety Policy, Geotechnical Data And Interpretation Report And Site-specific Seismic Hazard Analyses And Development Of Design Ground Motions Report). The Seismic Analysis And Retrofit Design Of The Existing Structure Have Been Performed In A Previous Task. The Design Considers The Combination Of Gravity And Seismic Loading Resisted By The Anchorage To The Precast Walls. Note: Although This Project Is Located In The State Of California, Future Projects May Be Located In Other States And Be Subject To That State’s Standards.
request For Information (rfi)
the Government Requests Responses From All Interested Businesses Who May Be Able To Meet All Or Part Of The Technical Requirements, Including Those Certified As A Small Business In The Suggested Naics Code Of 562920.
submission Requirements:
1. Page Limit - Ten (10)
2. Page Size - 8 ½” X 11”; 12 Pt. Times New Roman Font
3. Do Not Include Promotional Materials
4. To Be Received No Later Than 30 Calendar Days After Posting.
5. Submissions Must Be E-mailed To Trevor.weeks@science.doe.gov & Dustin.epperson@science.doe.gov With A Subject Line Of “lead Melting, Rolling, And Milling Rfi ”.
interested Sources That Have The Capability To Provide This Support Are Requested To Submit The Following:
a Technical Capability Statement To Provide The Services Described To Include Company Name, Address, Point Of Contact, E-mail Address, Telephone, Uei, Tin, Cage Code, And Any “doing Business As Name” As Applicable.
include With Your Technical Capabilities Statement The Answers To The Following Questions:
1. What Is Your Business Type, Size, And Socio-economic Status In Reference To The Projected Naics Code Of 562920? If The Naics Code Is Not Currently In Your Sam.gov Profile, What Do You Anticipate Your Business Size And Socio-economic Status Will Be Once The Naics Code Is Added To Your Sam.gov Profile? Is Naics Code 562920 Appropriate For This Project?
2. Based On Your Knowledge Of This Type Of Requirement, Do You Believe That The Use Of A Firm- Fixed Price Contract Type Is Appropriate? If Not, What Contract Type Is More Appropriate And Why?
3. Based On Your Experience And Knowledge Of This Type Of Requirement And The Size Of The Effort Described In The Scope Section Of This Rfi, Is There An Industry Standard For Costs?
4. What Is Your Experience Processing And Fabricating Lead?
5. Describe Your Experience In Both The Government And The Commercial Market.
6. Provide A Description Of Recent Contract/project Experience As The Prime Contractor For Work Performed Within The Last Five Years For Both The Company And Any Subcontractors, If Applicable, To Include The Following (please Limit To One Page Per Contract/project):
• The Size (dollar Value), Duration, Scope, And Complexity Of The Contract/project.
• The Type Of Contract (i.e., Fixed Price, Cost Reimbursement, Etc.); And
• Identification Of A Contract Or Project Number And Point Of Contact And Contact Information (name, Address, And Phone) At The Agency Or Prime Contractor’s Organization.
7. Provide Documentation, If Any, Demonstrating All Stated Industry Credentials.
8. Do You Currently Have A Government-wide Contract Vehicle That Provides This Service (sewp Idiq, Government-wide Acquisition Contracts (gwac), Multi-agency Contracts, Other Indefinite Delivery Contracts (id/iq), Federal Supply Schedules (fss), Basic Ordering Agreements (boa), Blanket Purchase Agreements (bpa), Etc.? If Yes, Please Provide The Vehicle Type And Contract Number. Are All Services Required In This Synopsis Included In Your Government-wide Contract Vehicle?
9. What Suggestions, If Any, Do You Have For Meeting Doe’s Requirements (including Evaluation Criteria, Contract Line-item Structure, Contract Structure, Or Other Topics)?
all Interested Parties Must Be Registered In The System For Award Management (sam) To Be Eligible For An Award Of Government Contracts.
====================================================================
any Proprietary Information Contained In Response To This Request Will Be Properly Protected From Unauthorized Disclosure And Will Not Be Used To Establish The Requirements For Any Future System Acquisition To Not Inadvertently Restrict Competition. Any Evaluation Conducted For Market Research Purposes Shall Not Apply In Any Way To The Evaluation Of The Proposal Submitted To A Solicitation If A Solicitation Is Issued.
INDIAN HEALTH SERVICE USA Tender
Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: ****************************************************************************** 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: Bpa For Subsistence And Non-subsistence Food Supplies tracking Number: Ss-gsu-25-0004 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301 Is Seeking Capable Sources For A Blanket Purchase Agreement (bpa) For The Delivery Of Subsistence And Non-subsistence Food Supplies. the Anticipated Period Of Performance Is 6/1/2025-5/30/2026 With Up To Four Option Periods. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is311999- All Other Miscellaneous Food Manufacturing With A Small Business Size Standard Of 700 Employees. 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) 1/22/2025 At 10:00am (mst). 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: 311999- All Other Miscellaneous Food 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: rodney Brown, Contract Specialist email: Rodney.brown@ihs.gov place Of Performance: gallup Indian Medical Center 516 E. Nizhoni Blvd gallup, Nm 87301 this Is Not A Solicitation.
INDIAN HEALTH SERVICE USA Tender
Energy, Oil and Gas
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
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: Replace The Generator Fuel Jockey Pumps tracking Number: Ihs1504488 the Indian Health Service (ihs), Four Corners Regional Healthcare Center, Located In/at Red Mesa, Arizona 86514 Is Seeking Capable Sources For Services To Replace The Generator Fuel Pumps. 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 Is333613 – Mechanical Power Transmission Equipment Manufacturing With A Small Business Size Standard Of 750 Employees. 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: 333613 – Mechanical Power Transmission Equipment 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: tilda Nez, Contract Specialist, Office Telephone Number: 928-674-7474, Email Address: Tilda.nez@ihs.gov. place Of Performance: four Corners Regional Healthcare Center - Indian Health Service Located On Junction U.s. Hwy 160 & Navajo Route 35 - Red Mesa, Arizona 86514 this Is Not A Solicitation.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement And Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project With A Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Ownedsmall Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To The Naics Code 237990, Fsc Code Y1pz. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Www.sam.gov. Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. project Details: the Work Is Located On The Grays Harbor North Jetty, Washington. This Major Maintenance Action Seeks To Repair Sections Of The North Jetty Which Have Sustained The Most Damage Including Areas Where Wave Overtopping Has Reduced The Crest Width And Crest Height Of The Jetty. All Work (transport And Placement) Must Be Performed Using Land-based Equipment. New Armor Stone Will Require A Minimum Density Of 167 Pounds Per Cubic Foot. Two Classes Of Armor Stone Will Be Required For The Outer And Inner Reaches Of Jetty; Armor Stones Are Anticipated To Range Between 10-35 Tons. Procurement And Staging Of Jetty Armor Stone Will Begin Prior To Jetty Repair Activities. Work Is Anticipated To Begin In Late 2025. - Project Restrictions:in-water Work Window Will Be 16 July Through 14 February In Any Given Year. per Far 36.204 (h) The Magnitude Of Construction Is Expected To Be Above $10,000,000.00 requirements:
interested Firms Should Submit A Capabilities Package, To Include The Following: firm's Name, Address, Point Of Contact, Phone Number, And Email Address. cage Code. firm's Interest In Bidding On The Solicitation If Issued. business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Other Than Small Business (large Business). firm's Joint Venture Information (if Applicable). bonding Information: single Bond aggregate point Of Contact For The Bonding Company all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit Responses To: Hien Ho, Contract Specialist, Via Email Athien.ho@usace.army.mil. Responses Should Be Sent As Soon As Possible, But No Later Than 3:00 Pm Pt, 23 January 2025. sba Representative: name: Enshane Hill-nomoto email Address: Enshane.nomoto@usace.army.mil all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Pre-solicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:ga city:atlanta delineated Area: north: Duluth Highway/i-85 Alongduluth Highway And Abbots Bridgeroad To The Congressional Line(chattahoochee River) To Holcombbridge Road. south: Follow Along Congressionalline From Clairmont Road/i-85) To I-285down To Stone Mountain Parkway(highway 78). Along Stone Mountainparkway To Congressional Line. east: Eastern Edge Of 4thcongressional District To Duluthhighway. west: Follow Along Congressional Lineto Clairmont Road. minimum Sq. Ft. (aboa):41,568 maximum Sq. Ft. (aboa):41,568 space Type:office / Laboratory parking Spaces (total):35 (can Be Surface And/or Structured) All Parking Must Be Secured parking Spaces (surface):please See Above parking Spaces (structured):please See Above parking Spaces (secure/ Reserved):35 full Term:180 firm Term:120 option Term:na additional Requirements: proposed Building Or Parking Facility Cannot Be Within 1,000 Feet Of The Following Agencies Or Tenants: day Care Facilities, Abortion Clinics, Mental Health Clinics, Or Drug Rehabilitation Clinics, Immigration, Probations, Public Defenders, And/or Social Services (including But Not Limited To: Social Security Administration (ssa) And Department Of Health And Human Services (hhs)) proposed Office Space Cannot Be Inside A Shopping Mall Or Shopping Center. the Off-site Property Must Be Located Away From Churches, Childcare Facilities, Shopping Centers, Residential Areas, Schools, Flood Plain Areas, Power Plants, Electrical Transformers Farms, Night Clubs, Bars, And In Close Proximity To Airport Radar Dishes And Aircraft Flight Paths. proposed Space Must Not Be On The First Floor Or Below The First Floor Of The Building proposed Office Space Cannot Be On The Top Floor Of The Building And Rooftop Access Is Within The Space the Buildings Should Be A Single-story Structure; However A Two-story Building Will Be Considered Providing The Government Occupies The First And Second Floors And The Building Meets Ada Requirements government Will Not Consider Any Space Or Facility Where Other Tenants Are Located Above Or Below Them the Government Requires A Parking Garage With A Secure Fenced/divided Area Or On-grade Lot Within A Secure Fenced Area. Access To The Parking Area Is Required At All Times - 24 Hours A Day/7 Days A Week (24/7). if Parking Cannot Be Provided On-site (i.e. Basement Garage, Attached Building Garage, Or Site Lot), Parking Should Be Located Within A Two-block Radius Of The Office. access To The Parking Lots Must Be Controlled. parking Lots And All Access From The Building To The Parking Lots Must Be Well Lit At All Times To Ensure Safety (i.e. A Minimum Of 10 Foot Candle Level Of Illumination). a Minimum Of 25’ Column To Column Spacing 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 1-percent-annual Chance Floodplain (formerly Referred To As “100-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. market Survey (estimated): Jan/feb2025 occupancy (estimated):tbd send Expressions Of Interest To: name/title:erik Weiss And Raquel Howard email Address:erik.weiss@gsa.gov And Raquel.howard@gsa.gov government Contact Information lease Contracting Officer:dominic Small
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The Defense Logistics Agency (dla) - Richmond 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 A Nut, Self-locking, Extended Washer, Double Hex. 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 332722. 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, Emails 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. [note: In Accordance With Far 10.001(b), Agencies Should Not Request Potential Sources To Submit More Than The Minimum Information Necessary.] 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 3:00 Pm, Est., January 31, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Melinda.johnson@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Melinda Johnson At Melinda.johnson@dla.mil. this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose And Objectives 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 Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Numbers: 94288v820, Bh00685v8, H54656-8, Hs4133v8, Sii262v8, And Sln125v8 nomenclature: Nut, Self-locking, Extended Washer, Double Hex nsn: 5310-014562289 estimated Requirement: 8,158 Each
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Furnitures and Fixtures
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: This Is A Sources Sought Notice Only
the Purpose Of This Sources Sought Is To Conduct Market Research To Procure Brand Name Or Equal Midmark Examination Tables And Chairs, Accessories, And Installation. This Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Supply/services. You Also Must Be An Authorized Distributor For Midmark Corporation Or An Authorized Distributor For The Manufacture Of An Equal Product If Not The Manufacture. this Notice Also Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. Please Review The Draft Statement Of Work (sow) To Compare Your Supply/service To What Is Requested. Complete The Line-items Below And Submit Any Documentation Supporting Your Product/service For Consideration. Network Contracting Office 23 (nco 23) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 339113 Surgical Appliance And Supplies Manufacturing. this Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification(s) (service Disabled/veteran Owned Small Business (sd/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business, Or Large Business) Relative To Naics 339113. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Are Requested To Respond To This Notice But Are Required To Respond To The Official Solicitation Announcement In Order To Be Awarded The Contract. instructions: responses Must Include The Following Information: Primary Information: company Name: Point Of Contact (poc) Name: Email Address: Phone Number:
unique Entity Id No. Listed In The System Of Awards Management (sam):
business Size: (service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Small Business Other, Small Business, Or Large Business) For The Naics Code 339113. important Please Indicate Whether You Hold A Gsa Federal-supply-schedule Or Indefinite Delivery/indefinitely Quantity (idiq) Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number. Must Have An Authorized Distributor Letter Issued From The Manufacture If Not The Manufacture.
the Attached Sow Is A Draft And Is Not Finalized. If Any Portions Are Unclear, Prohibited, And/or You Are Unsure About The Draft Description Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed. response Is Due By 01/13/2025, At 1300 Central Standard Time. Please Submit E-mail Responses To Mr. Emanuel Nevarez, Contract Specialist, At Email Address: Emanuel.nevarez@va.gov. Please Place Midmark Examination Tables And Chairs In The Subject Line Of Your Email. This Notice Is To Assist The Department Of Veterans Affairs In Determining Qualified Sources Only. brand Name Or Equal For All Line-items Listed Below. item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 6.00
ea
__________________
__________________ 626 Premium 28in Upholstery local Stock Number: Mid-0002-2000-857 0002 1.00
ea
__________________
__________________ 626 Wide 32" Premium Upholstery Top local Stock Number: Mid-002-2002-857 0003 7.00
ea
__________________
__________________ 253 Led Exam Light, Extended Spline Mount local Stock Number: Mid-253-013 0004 7.00
ea
__________________
__________________ barrier-free Examination Chair W/clean Assist Roller Systme, Receptacles, Drawer Heater, Pelvic Tilt, Wired Controls, W/o Top local Stock Number: Mid-626-001 0005 1.00
ea
__________________
__________________ patient Support Rails: Receiver Extension local Stock Number: Mid-9a 582001 0006 6.00
ea
__________________
__________________ patient Support Rails: Field Installed local Stock Number: Mid-9a 600001 0007 1.00
ea
__________________
__________________ 630 Premium 28 In Uplholstry, local Stock Number: Mid-002-10108-857 0008 1.00
ea
__________________
__________________ 253 Led Exam Light, Light Only Excludes Mounting local Stock Number: Mid-253-011 0009 1.00
ea
__________________
__________________ 630 Procedure Table Programable local Stock Number: Mid-630-020 0010 1.00
ea
__________________
__________________ chair Arms local Stock Number: Mid-9a55001-857 0011 1.00
ea
__________________
__________________ casters (set Of4) local Stock Number: Mid-9a554001 0012 1.00
ea
__________________
__________________ 253 Led Light Procedure Spline local Stock Number: Mid-9a624001 0013 15.00
ea
__________________
__________________ 626 Premium 28in Upholstery local Stock Number: Mid-0002-2000-857 0014 1.00
ea
__________________
__________________ 626 Wide 32" Premium Upholstry Top local Stock Number: Mid-0002-2000-857 0015 16.00
ea
__________________
__________________ 253 Led Exam Light, Extended Spline Mount local Stock Number: Mid-253-013 0016 16.00
ea
__________________
__________________ barrier-free Examination Chair W/clean Assist Roller Systme, Receptacles, Drawer Heater, Pelvic Tilt, Wired Controls, W/o Top local Stock Number: Mid-626-001 0017 1.00
ea
__________________
__________________ patient Support Rails: Receiver Extension local Stock Number: Mid-9a 582001 0018 15.00
ea
__________________
__________________ patient Support Rails: Field Installed local Stock Number: Mid-9a 600001 0019 1.00
ea
__________________
__________________ 630 Premium 28 In Uplholstry, Obsidian local Stock Number: Mid002-10108-857 0020 1.00
ea
__________________
__________________ 253 Led Exam Light, Light Only Excludes Mounting local Stock Number: Mid-253-011 0021 1.00
ea
__________________
__________________ 630 Procedure Table Programable local Stock Number: Mid-630-020 0022 1.00
ea
__________________
__________________ chair Arms For 630 local Stock Number: Mid-94a5500001-857 0023 1.00
ea
__________________
__________________ casters (set Of 4) local Stock Number: Mid-9a554001 0024 1.00
ea
__________________
__________________ 253 Led Light Spline local Stock Number: Mid-9a624001 grand Total
__________________ notes: Issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Supplies And/or Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought Notice.
Sveriges Geologiska Unders Kning Tender
Others...+2Other Consultancy Services, Consultancy Services
Sweden
Closing Date22 Jan 2025
Tender AmountNA
Details: Sweden's Geological Survey, Sgu, Procures Framework Agreement For Construction Management And Inspection. The framework agreements will be divided into two categories, 1...
INDIAN HEALTH SERVICE USA Tender
Automobiles and Auto Parts
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: ****************************************************************************** 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: Mobile Medical Van tracking Number: Ihs the Indian Health Service (ihs), Crownpoint Healthcare Facility, Located In/at Crownpoint Healthcare Facility, Nm State Hwy 371 & Navajo Rt 9, 87313 Is Seeking Capable Sources For A “mobile Medical Van” To Provide Healthcare Services To Geographically Isolated And Underserved Patients Who Cannot Equitably Access Healthcare. the Anticipated Delivery Date Is 8 To 10 Weeks, No Longer Than 12 Weeks From After Receipt Of Order. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is336110 – Automobile And Light Duty Motor Vehicle Manufacturing With A Small Business Size Standard Of 1,500 Employees. 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) 10:00 Am Mst, January 6, 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: 336110 – Automobile And Light Duty Motor Vehicle 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: marshall L. Arviso, Contract Specialist marshall.arviso@ihs.gov place Of Performance: crownpoint Healthcare Facility nm State Hwy 371 & Navajo Rt 9 crownpoint, Nm 87313 this Is Not A Solicitation.
3371-3380 of 4140 archived Tenders