Survey Tenders

Survey Tenders

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 

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Description Quantity Unit Part A - Facilitie For The Engineers A.1.1 (6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) 12.00 Month A.1.1 (11) Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer 1.00 Lump Sum A.1.2 (2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis 12.00 Month Part B - Other General Requirments B.4 (10) Miscellaneous Survey And Staking 1.00 Lump Sum B.5 Project Billboard 2.00 Each B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lump Sum Part C - Earthworks 100(1) Clearing & Grubbing (with Stripping) 13,968.00 Sq.m. 101(2)c Removal Of Rcpc (36"ø) - 910mm 14.00 Ln.m. 101(3)b2 Removal Of Exisiting Concrete Pavement (0.20m Thk) 2,338.80 Sq.m. 102(2) Surplus Common Excavation 51,000.00 Cu.m. 102(3)a Surplus Rock Excavation (soft) 10,000.00 Cu.m. 102(3)b Surplus Rock Excavation (hard) - Blasting 2,227.00 Cu.m. 103(1)a Structure Excavation (common Soil) 429.00 Cu.m. 103(6)a Pipe Culvert And Drain Excavation 90.75 Cu.m. 104(1)a Embankment (from Excavation) 8,032.00 Cu.m. 105(1)a Subgrade Preparation 13,968.00 Sq.m. Part D - Subbase And Base Course 200 Aggregate Subbase Course 4,190.40 Cu.m. Part E - Surface Cources 300(1) Gravel Surface Course 663.48 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. 10,650.60 Sq.m. Part F - Bridge Construction Spl Single Span Flat Slab Bridge 1.00 Lot Spl(2) Over Flow Bridge 1.00 Lot Part G - Drainage And Slope Protection Structures 500(1)b3 Reinforced Concrete Pipe Culverts, 910mm Dia. 50.00 Ln.m. 502(3)a3 Catch Basins 2.00 Ea. 506 Stone Masonry 1,560.00 Cu.m. Equipment Needed (minimum): 1 Unit Backhoe (0.80 Cu.m.) 4 Units Transit Mixer 1 Unit Air Compressor 1 Unit Backhoe W/ Breaker (0.80 Cu.m.) 1 Unit Backhoe, Wheel Mounted (26 Cu.m.) 1 Unit Concrete Saw, 14''ø Blade 1 Unit Bulldozer W/ Ripper, Dx175 1 Unit Water Truck (16000l) 1 Unit Concrete Screeder (5.5 Hp) 1 Unit Bulldozer, Dx175 1 Unit Boom Truck 1 Unit Concrete Vibrator 1 Unit Motorized Road Grader, G710a 1 Unit One Bagger Mixer 1 Unit Plate Compactor (5 Hp) 1 Unit Vibratory Roller (10m.t.), Sd100dc 1 Unit Pneumatic Drilling Machine 1 Unit Bar Bender, Three Phase 1 Unit Payloder (1.5 Cu.m.), Lx80-2c 1 Unit Welding Machine 1 Unit Bar Cutter, Single Phase 1 Unit Cargo Truck (9-10 Mt.) 2 Units 7.5hp Water Pump, 100mmø Suction 3 Units Dump Truck (12 Cu.yd) 1 Unit Rtk W/ Complete Accessories
Closing Date13 Jan 2025
Tender AmountPHP 50 Million (USD 856 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Subject: Sources Sought, Brand Name Or Equal Integre Proscan Green Console, For Department Of Veterans Affairs, Veterans Health Administration (vha) Veterans Integrated Services Networks (visn) 21. the Purpose Of This Sources Sought Is To Conduct Market Research To Support The Procurement Of Integre Proscan Green Console, Va Northern California Healthcare System. This Notice Serves To Survey The Market In An Attempt To Ascertain Whether Or Not Sources Are Capable Of Providing The Requested Services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. The Sources Sought Effort Is Intended To Assess Industry Capabilities And Develop/support The Intended Direction Of Acquisition Planning. The Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 334510 Electromedical And Electrotherapeutic Apparatus Manufacturing. 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 Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Notice. the Department Of Veteran Affairs (va), Vanchcs Has A Requirement For A Device That Uses A Laser Or Other Intense Light Beam To Destroy Tissue Or Seal Off Blood Vessels. The Photocoagulator Is Required For Laser Treatment Of Diseases And Conditions Of The Retina. instructions: potential Sources Shall Provide The Following Information In Their Response: company Name, Address, Phone Number, Primary Contact(s), E-mail Address. Submit A Brief Description That Demonstrates How Your Company Can Provide The Requested Or Equal Supplies. Please Indicate Whether You Hold A Gsa Federal-supply Schedule Contract That Covers These Supplies And, If So, The Contract Number. Provide Business Size And Socio-economic Status; (a) Indicate Whether Your Business Is Large Or Small (b) If Small, Indicate If Your Firm Qualifies As A Small, Emerging Business, Or Small Disadvantages Business (c) If Disadvantages, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act (d) Indicate If Your Firm Is A Certified Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) (g) Include The Sam Uei Number Of Your Firm. (h) State Whether Your Firm Is Registered With The System For Award Management (sam) At Http://www.sam.gov And/or The Vetcert Registry At Veteran Small Business Certification (sba.gov) If Not, Please Note That Any Future Solicitation Could Only Be Awarded To A Contractor Who Is Registered In Sam And To Receive Award Based On Vosb Or Sdvosb Status You Must Be Registered In The Vetcert Registry (i) Provide Current Commercial Pricing And Any Applicable Discounts. place Of Manufacture, Country, For The Requested Items To Show Compliance With The Buy American Act. Original Equipment Manufacturer If You Are Not The Manufacturer. response Is Due By 4:00 P.m Monday, January 24, 2025. Please Submit E-mail Responses To Mr. Jason S. Olliff, Contract Specialist, At Email Address: Jason.olliff@va.gov. Please Place “attention: Brand Name Or Equal Integree Proscan Green Console” In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only. notes: Issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These 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 Rfi.
Closing Date25 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Food Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024 Goods-np2024-020 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Seven Hundred Eighty-four Thousand Eight Hundred Pesos Only (php 784,800.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 09, 2025, Before 2:00 P.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 09, 2025, Before 2:00 P.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Egg Pcs 19,300 Chicken Kilo 320 Onion Kilo 75 Garlic Kilo 75 Ginger Kilo 43 Carrots Kilo 250 Squash Kilo 400 Potato Kilo 210 Sweet Potato Kilo 264 Banana Kilo 264 Papaya Kilo 264 Lumpia Wrapper Pcs 4,630 Munggo Beans Kilo 279 Missua Pack 500 Sotanghon Pack 1,771 All Purpose Flour Kilo 211 Cornstarch Kilo 231 Cooking Oil Liter 1,761 Corned Beef 150g Can 940 Evaporated Milk,140ml Can 940 Condense Milk,160ml Can 475 Instant Oatmeal 33g Pack 4,630 Spaghetti Pasta 200g Pack 211 Spaghetti Sauce 250g Pouch 211 Macaroni Pasta Elbow 200g Pack 211 Brown Sugar Kilo 100 Rice Well Milled Kilo 300
Closing Date9 Jan 2025
Tender AmountPHP 784.8 K (USD 13.5 K)

INDIAN HEALTH SERVICE USA Tender

Others
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: Ophthalmic Instruments Full-service Preventative Maintenance Inspection On Specific Instruments tracking Number: Dzhc-ss-25-009 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 Ophthalmic Instrument Full-service Preventative Maintenance To Include Cleaning Instruments, Necessary Lubrication, Calibration, Alignment, Optical Cleaning, Minor Repairs And Adjustments, Travel Expenses, And Warranty On Minor Repairs And Adjustments. the Anticipated Period Of Performance Is One Year From Date Of Award With The Possibility Of Base Period Plus 4 Option Periods. The Base Period And Option Periods Are One Year Each. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811219 Other Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $22.00. 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) January 15, 2025 At 04:30 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: 811219 Other Electronic And Precision Equipment Repair And Maintenance 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 phone: (505) 960-7848 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 Date15 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Chemical Products
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: Bpa Housekeeping Cleaning Supplies tracking Number: Dzhc-ss-25-006 the Indian Health Service (ihs), Shiprock Service Unit, Northern Navajo Medical Center (nnmc), Located In Shiprock, Nm, 87420 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Bpa For Housekeeping Cleaning Supplies. the Anticipated Period Of Performance Is For 1 Year From The Date Of Award. There Is A Possibility Of Base Year Plus 4 Option Years the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 325612 Polish And Other Sanitation Good Manufacturing With A Small Business Size Standard Of 900 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) January 17, 2025 At 04:00 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: 325612 Polish And Other Sanitation Good 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 phone: (505) 960-7848 email: Michael.austin@ihs.gov place Of Performance: northern Navajo Medical Center p.o. Box 160, Hwy 491 North shiprock, Nm, 87420 this Is Not A Solicitation
Closing Date17 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 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: Pharmacy Reverse Distribution Services tracking Number: Ihs1507898 the Indian Health Service (ihs), Crownpoint Healthcare Facility, Located In/at Jct. Of Nm State Hwy 371 & Navajo Rout 9, Crownpoint, Nm 87313 Is Seeking Capable Sources For Pharmacy Reverse Distribution And Destruction Services To Collect, Manage, And Safely Dispose Of Expired, Damaged, Recalled, Or Unwanted Medications In Strict Compliance With All Current Regulatory Guidelines, Collects Expired, Damaged, Or Recalled Medications From Locations, Then Processes Them For Credit From A Manufacture. the Anticipated Period Of Performance Is For One (1) Base Year And Four (4) 1-year Option Periods, Beginning On Date Of Award. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is541614 – Process Physical Distribution, And Logistics Consulting Services With A Small Business Size Standard Of $20.0 Millions Of Dollars. 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) 12:00 Pm Mst, January 28, 2024. 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: 541614 – Process, Physical Distribution And Logistics Consulting 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: marshall L. Arviso, Contract Specialist place Of Performance: crownpoint Healthcare Facility jct. Nm State Hwy & Navajo Route 9 crownpoint, Nm 87313 this Is Not A Solicitation.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: 1560 - Coupling,flexible,a, 'aircraft, Stratolifter C/kc-135 solicitation Number: Spe4a725r0325 _________________________________________________________________________________ notice Details solicitation # spe4a725r0325 procurement Type: sources Sought title: 1560-00-628-0158 - Coupling,flexible,a 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: 1560-00-628-0158, Coupling,flexible,a. This Item Is Currently Identified As Part Number 527-14806. 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 196 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 

City Of Bayawan Tender

Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Item No. Qty Unit Articles Brand Unit Price Total 1 1 Lot Bayawan City Groundwater Potential Study, Deliverables & Specifications: * Comprehensive Report Covering The Results Of Hydrogeological Field Surveys And Related Activities Specifications: A4-sized Printed Report At 300 Dpi; Hard-bound ● Geomorphological And Hydrogeological Investigation Of Bayawan Floodplain Area; Geo-resistivity Cross-sectional Profiles Along The Geo-resistivity Traverse Lines" Specifications: 2gb Flash-drive With Soft Copy Of Final Report And Raw Field Data To Cover At Least 4 Traverse Lines: Line 1: Pagatban To Villareal (national Highway) Line 2: Tinago To Nangka Line 3: Poblacion To Maninihon Triangle Line 4: Villareal To Lower Maninihon Mode Of Payment: One-time Full Payment Upon 100% Completion Of Deliverables *** Nothing Follows *** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents December 19, 2024 To January 8, 2025@ 5:00 P.m. Pre-bid Conference December 26, 2024@ 9:00 Am Deadline/opening Of Bids January 9, 2025@ 9:00 Am Post Qualification January 16, 2025@ 9:00 Am Awarding Of Bids January 23, 2025@ 9:00 Am Approved: Virginia D. Sadiasa City Civil Registrar Bac Chairman
Closing Date9 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: The U.s. Army Corps Of Engineers, Detroit District Intends To Issue An Invitation For Bid (ifb) To Award A Single Firm Fixed-price Construction Contract To Perform Dredging Of The Arcadia Harbor, Mi. The Task Requires The Contractor To Mobilize To Arcadia, Mi And Dredge Between The Upstream And Downstream Limits As Shown On The Plans. Dredging May Be Completed Either Mechanically Or Hydraulically. Place Material In The Confined Disposal Facility (cdf) Or Dredged Material Disposal Facilities (dmdf). Demobilize When Dredging Work Is Completed., Site Work, Surveys, Environmental Compliance, And Other Associated Work May Be Required As Indicated In The Task Order Plans Specifications. The Contractor Will Be Responsible For All Labor, Equipment, And Materials Associated With Respective Task. the Following Information Is Provided: in Accordance With Far 36.204 The Magnitude Of Construction Is Between $1 Million And $5 Million. the Project Will Be Solicited As Unrestricted North American Industrial Classification System (naics) Is 237990 Other Heavy And Civil Engineering Construction, Which Has A Small Business Size Standard Of $37 Million. solicitation Will Be Posted Approximately On Or About January 2025. the Government Intends To Make A Single Award To Qualifying Offeror. A Qualifying Offeror Is An Offeror Determined To Be Responsible Source, Submits A Technically Acceptable Bidwhich Conforms To The Requirements Of The Solicitation, And The Contracting Officer Has No Reason To Believe Would Be Likely To Offer Other Than Fair And Reasonable Pricing. In Accordance With Far15.304(c)(1)(ii)(b). the Invitation For Bid (ifb) Is Intended To Be Issued As A 100% Set-aside For Small Businesses And The Government Intends To Award To All Qualifying Offerors. the Solicitation Package Materials, Documents, Drawings, Specifications, And Attachments Will Be Available Only Electronically Via Https://piee.eb.mil/xhtml/unauth/home/login.xhtml And Www.sam.gov. hard Copy Documents Will Not Be Supplied By The Government To Any Interested Parties As A Result Of This Solicitation. Please Note That The Government Will Not Be Maintaining A Bidders List During The Solicitation Period. However, Vendors Are Strongly Encouraged To Review The “interested Vendors List” Tab Found On Sam.gov For This Solicitation. in Order For Interested Contractors To Conduct Business With The Federal Government, Contractors Must Be Registered In The System For Award Management (sam) Prior To Submission Of Bid. Contractors Can Access Sam For Free At Www.sam.gov.
Closing Date10 Jan 2025
Tender AmountRefer Documents 
3381-3390 of 4106 archived Tenders