Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Remove Two (2) Existing Aircraft Shelters (b1044 And B1045), The Maintenance Shed (b1046), Existing Utility (b1006) And Jet Blast Deflectors, Along With The Design And Construct Of A New Multi-domain Operations Complex (mdoc) At Beale Air Force Base In California (ca).
***the Slabs, Subsoils, And Building Material At The Buildings Are Anticipated To Be Pfas-impacted Due To The Historic Use Of Afff Fire Suppressant Systems. Contractor Shall Implement All Necessary Precautionary Measures To Prevent The Spread Of Pfas During Demolition Activities. The Project Scope Includes Characterization, Profiling And Disposal Of Pfas-impacted Materials As Well As Measures To Prevent Spread Of Pfas Laden Dust And Water, In Accordance With Local, State, And Federal Regulations. Handling, Transportation And Disposal Of Pfas Impacted Materials Must Be Accounted For In All Pavements Testing And Geotechnical Investigations. Refer To The Part Titled Demolition In Section 01 10 10.01 Design Requirements - General For More Information Pertaining To Characterization, Profiling And Disposal Requirements For Pfas-impacted Concrete And Soil.***
the Mdoc Is Anticipated To Consist Of Two (2) Aircraft Hangar Bays And Central Squadron Operations Facility Between The Hangars In A T-shape And In Harmony With The Adjacent Dock 11 Building, With Matching Heights And Facades. The Project Is Anticipated To Include All Utilities, Site Improvements, New Apron, Pavements, Detection And Protection Features, Security Enhancements, Secure Compartmented Information Facility (scif), And Other Supporting Work Necessary To Make A Complete And Useable Facility.
the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately March 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025.
the Government Estimates That Design Of The Anticipated Requirement Can Be Completed Within Two-hundred-forty-six (246) Calendar Days. It Is Estimated That Construction Of The Anticipated Requirement Can Be Completed Within Nine-hundred-fifteen (915) Calendar Days. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice.
in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is Between $100,000,000 And $250,000,000
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1bz Construction Of Other Airfield Structures.
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements.
capability Statement:
responses Must Be Limited To Twelve (12) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10.
please Provide The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, Whether A Project Labor Agreement (pla) Was Used (see The Pla Survey Section Below), And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.).
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
4) Bonding Capability (in The Form Of A Surety Letter).
.5) Pla Survey. A Pla Is A Pre-hire Collective Bargaining Agreement With Labor Organization(s) That Establishes The Terms And Conditions Of Employment For A Specific Construction Project. Pursuant To Executive Order 14063, Use Of Project Labor Agreements For Federal Construction Projects, Agencies Are Mandated To Use Plas For Large-scale Construction Projects (defined As Projects Where The Total Cost To The Government Of The Project Is Estimated To Be At Least $35,000,000.00) Unless Exempted By The Agency Senior Procurement Executive.
a) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation.
b) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
c) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
d) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
e) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
f) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
g) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project.
please Also Provide The Following Information On Projects Completed In The Last 2-5 Years:
a) Project Name And Location
b) Detailed Project Description
c) Initial Cost Estimate Vs. Actual Final Cost
d) Was The Project Completed On Time?
e) Number Of Craft Trades Present On The Project
f) Was A Pla Used?
g) Were There Any Challenges Experienced During The Project?
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. If Your Company Has Already Responded To The Previous Sources Sought (w9123824s0031), You Can Revalidate Your Information By Sending An Email To The Contract Specialist Below Confirming The Previous Submission Of Your Capabilities Statement.
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Melanie A. Dewing, At (melanie.a.dewing@usace.army.mil) By 10:00 A.m. (pdt) Monday, 13 January 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0008’ In The E-mail Subject Line.
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Title: Missile Munitions Distribution Facility And Rail Classification Yard At Letterkenny Army Depot In Chambersburg, Pennsylvania
solicitation No. W912dr25x125n
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small Business Construction Contractors Interested In Performing Work On The Potential Letterkenny Army Depot Missile Munitions Distribution Facility And Rail Classification Yard In Chambersburg, Pennsylvania.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. The Proposed Project Will Be A Competitive, Firm-fixed-price, Contract Procured In Accordance With Far Part 15, Contracting By Negotiation, Under A Lowest Price Technically Acceptable Process.
in Accordance With Dfars 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Is Between $25,000,000.00 And $100,000,000.00. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
responders Should Address All Of The Following In Their Submittal.
prior Government Contract Work Is Not Required For Submitting A Response To This Source Sought Notice.
project Labor Agreement (pla) Market Survey:
the U.s. Army Corps Of Engineers, Baltimore District, Is Soliciting Comments From The Construction Community Addressing The Potential Use Of A Project Labor Agreement (pla) For This Large-scale Construction Project (exceeding $35,000,000.00).
pla Background Information:
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisitions Regulation (far) 22.503, Policy States: Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreements Will (1) Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law.
reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement, Clause: Far 52.222-34 Project Labor Agreement.
the Construction Community Is Invited To Comment On The Use Of Pla’s By Responding To The Following Questions:
do You Have Knowledge That A Pla Has Been Used In The Local Areas On Projects Of This Kind? If So, Please Provide Supporting Documentation.
are You Aware Of Skilled Labor Shortage In The Areas For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
project Description:
the Work Is In Franklin County, Pennsylvania At The Letterkenny Army Depot Within The Letterkenny Munitions Center. The Project Includes The Abatement And Demolition Of Building 1456 And Building 2365.
also Included Is The New Construction Of A 57,955 Sf Missile Munitions Distribution Facility (mmdf) Warehouse (including A 4,614 Sf Canopy On The Inbound Dock Side) And Associated Administrative Support Functions. Adjacent To The Mmdf Is A 568 Sf Vehicle Storage Building (vsb) That Is Used To Charge And Store Forklifts That Support The Mission. Associated Site Development Including But Not Limited To Earthwork, Best Management Practices (bmps), Fencing, Roadways And Hardstand Areas That Support The Loading And Unloading Of Munitions Are Also Included.
the Project Further Includes New Construction Of A Rail Classification Yard (rcy) Consisting Of Approximately 8,000 Lf Of Rail Siding And A Suspect Track For Monitoring And Inspection Of Compromised Rail Cars.
adjacent To The Rcy Is A 327 Sf Munitions Operations Management Building (momb) That Is Used By Mission Personnel To Complete Administrative Duties Associated With The Classification Yard. Associated Site Development Including But Not Limited To Earthwork, Culvert Extensions, And Unpaved Roadways And Rail Beds Are Also Required And Incidental Related Work.
the Information Gathered In This Exercise Should Include The Following Information On Projects Completed In The Last Seven (7) Years:
project Name And Location
detailed Project Description
initial Cost Estimate Vs. Actual Final Cost
was The Project Completed On Time?
number Of Craft Trades Present On The Project
was A Pla Used?
were There Any Challenges Experienced During The Project?
the Following Criteria Must Be Considered To Ensure The Ability To Perform The Proposed Work:
firm’s Experience In Successfully Completing Design-bid-build Projects Of Similar Size And Scope, And Dollar Value Range Of $25,000,000.00 To $100,000,000.00. Similar Scope Is Defined As New Construction Of A Shipping/receiving Building, Vehicle Storage Building, And Rcy With Similar Components And Functions. Similar Size Considers Both The Square Footage Of The Work Area And/or Dollar Value Of The Project. To Demonstrate Similar Projects, Provide At Least Three (3) Projects Completed In The Last Seven (7) Years To Include:
provide A Letter From The Surety Regarding The Maximum Bonding Capability For A Single Contract Action And Total Aggregate Bonding Capacity.
rail Subject Matter Expert Required For Rail Yard Classification Work Tasks. (this Is An Optional Item. If You Do Not Have Any Projects That Required A Rail Subject Matter Expert, Please Explain How You Are Able To Obtain One).
experience Working At The Letterkenny Army Depot. (this Is An Optional Item. If You Do Not Have Any Experience Working At The Letterkenny Army Depot, Please Explain How You Would Manage Large Scale Material Transports, Subcontractors, Etc. For A Project Of This Size.
responses Must Include The Offeror’s Name, Company Address, Cage Code, Poc Phone Number, Poc Email, And Sam Information.
narratives Shall Be No Longer Than Fifteen (15) Pages. Double Sided Pages Will Count As Two (2) Separate Pages.
submission Instructions:
this Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Notice Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 A.m. Edt On 31 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Lauren.n.elamenuel@usace.army.mil And Tamara.c.bonomolo@usace.army.mil And Referencing The Sources Sought Notice Number, W912dr25x125n.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Sources Sought Synopsis To Determine The Availability Of Potential Sources Capable Of Providing System Sustainment Support Services For The Digital Receivers (ddrx) For The Relocatable Over-the-horizon Radar (rothr) System In Texas. The Rothr System Is A Relocatable, Land Based, High Frequency (hf) Radar, Which Provides Wide Area Surveillance In Support Of Tactical Forces Afloat Through The Early Detection And Tracking Of Targets Of Interest, Such As Aircraft And Ships. The Rothr System Is Tasked To Provide Detection And Monitoring Of Drug Smuggling Aircraft And Ships To Support The Office Of The Department Of Defense Coordinator For Drug Enforcement Policy And Support Counterdrug Operations, Providing Long Range Detection Of Narcotic Trafficking Ships And Aircraft As Well As Filling Gaps In The Radar Coverage Provided By Fixed And Mobile Platforms.
The U.s. Navy Forces Surveillance Support Center (fssc) Operates, Maintains, And Sustains Three Rothr Systems In Virginia, Texas And Puerto Rico. The Digital Receiver System Delivers Significant Technological Advantages When Compared To Traditional Analog Receivers Utilized In Hf Systems To Include Larger Frequency Band Of Operation, Larger Channel Bandwidths, Higher Repetition Frequencies, Longer Coherent Processing Times, Ability To Process Different Waveforms And The Ability To Simultaneously Execute Air, Maritime And Other Missions Concurrently By Utilizing Different Digitized Channels For Each Mission.
the Digital Receivers Were Fielded By Bae Australia At The Rothr Texas Location Under The Dia Issued Contract Hhm402-15-c-0059.
this Contract Is Now Complete As Final Delivery Was Made In November Of 2024. The Government Currently Has A Contract With Bae Australia Limited, N00189-22-c-z021, For Additional Receivers For The Puerto Rico And Virginia Rothr Locations, Which Was Awarded On A Sole Source Basis In September Of 2022. This Contract Is Ongoing As The Final Delivery Under Contract N00189-22-c-z021 Is Scheduled For 10 June 2027. The Instant Requirement Is For Repair And Engineering Support Services For The Ddrx System In Rothr Texas Location. The Contractor Will Provide Maintenance, Technical Support, Software Support, Risk Management Framework (rmf) Support And Asset Retrograde Repair And Return Process.
bae’s Digital Receiver Technology Is Proprietary To Bae Australia And Cannot Be Repaired By Any Other Company.
Per Memorandums Of Understanding (mous) Between The Dod Of The U.s. And The Dod Of Australia Signed On 5 August 2020 And 28 September 2020, The U.s. Government Will Not Sell, Transfer Title To, Disclose, Or Transfer Possession Of Any Australian Origin Defense Article And Defense Services That Have Been Provided By The Australian Dod Under The Mou To Any Third Party. This Mou Prevents Any Other Contractor From Performing The Required Sustainment Services On The Australian Designed And Produced Digital Receivers.
the Anticipated Period Of Performance Of This Firm Fixed Priced Procurement Is Twelve Months From The Date Of Award. The North American Industry Classification (naics) Code Is 811210.
the Product Service Code Is J059. Interested Vendors Possessing The Requisite Experience, Skills, Resources, And Capabilities Necessary To Perform The Stated Requirement Are Invited To Respond To This Market Research Survey/sources Sought Synopsis By Providing Their Capability Information Via The Submission Of An Executive Summary, No More Than Two (2) Pages In Length. The Submission Shall Include The Following Information: (1) Company Name, Address, Point Of Contact With Corresponding Phone Number And Email Address; And Business Size; And (2) Relevant Corporate Experience Information. Relevant Corporate Experience Information Is Defined As Experience That Is Of The Same Or Similar Scope, Magnitude, And Complexity To That Which Is Described Herein.
this Relevant Corporate Experience Information Should Identify A Customer Point Of Contact With Corresponding Telephone Number And Email Address; And (3) Address How Your Firm Is Capable Of Overcoming The Challenges Discussed Above (providing Sustainment Support To Digital Receivers That Are Proprietary To Bae Systems Australia And Would Vacate Mous Between The U.s. And Australian Governments). All Submissions Are Required To Be Submitted Via Email To Lauren.a.lauver.civ@us.navy.mil No Later Than 10:00am (local Time/philadelphia, Pa) On 13 January 2025. Please Direct Any Questions Concerning This Sources Sought Synopsis To Lauren Lauver At Lauren.a.lauver.civ@us.navy.mil.
Closing Date13 Jan 2025
Tender AmountRefer Documents
USTRANSCOM USA Tender
Others
United States
Details: Note: This Is The Primary Arcex 2025 Requirement; The Requirement Under Rfq Htc711-25-q-cc03 Is In Addition To This Requirement.
contract For Air Charter Services Will Be Contingent Upon Air Operator’s Approval From The Dod Commercial Airlift Review Board (carb). The Aircraft Will Conduct Operations From Deadhorse Airport (iata: Scc/icao: Pasc) And Support Flights To Ice Floes Approximately 100 Nautical Miles (nm) To 225 Nm From The Airport In The Northern Direction (i.e. This Is One-way Distance From Deadhorse Airport And There Is No Fuel Available En Route Or At The Target Ice Floe). The Aircraft Must Be Equipped With Gps, Navigation, And Communication Equipment. Air Operators Are Expected To Procure Fuel For Their Aircraft.
contractor Shall Conduct Charter Aircraft Service To Cover A Pioneering Landing. The Pioneering Landing Flight Is The Aircraft That Conducts The Initial Landing On The Sea-ice; There Is No Person On The Ice At This Time, The Snow/ice Is Not Groomed For A Runway Or Skiway, And No Measured Ice Thickness Is Available (although Predicted Ice Thickness May Be Available). The Plane May Use Wheels, Skis, Or A Combination And Have Endurance Minimum Of Five Hours To Travel To Various Ice Floes, Which Have Been Selected By The Navy Through Satellite Imagery Analysis, Approximately 100 Nm To 225 Nm From Deadhorse Airport (scc) In Prudhoe Bay, Alaska. The Aircraft Must Be Able To Operate Without A Groomed Runway. The Aircraft Operator And Pilots Must Have Experience With Pioneering Landings. The Aircraft Must Be Able To Take Off And Land On The Sea-ice In Under 2,000 Feet But A Distance Of 1,000 Feet Or Less Is Highly Preferred.
the Aircraft Shall Accommodate At Least Four Passengers, Although The Capability To Accommodate More Passengers Is Preferred. The Experienced Pilot Will Select A Suitable Landing Site On The Ice With The Guidance And Concurrence From The Navy’s Representative (which May Be A Dod Employee Or Contractor With Pioneering Experience). The Aircraft Must Provide Payload Capacity For At Least 2,000 Lbs. To Accommodate Personnel And Equipment. Navy Representatives May Bring Ice Augers, Scientific Equipment, Communications Equipment, Emergency Survival Gear, Electrical Generators, And Shelters. The Navy Representative Will Provide Survival Gear (e.g. Survival Tent, Insulated Air Pads, Sleeping Bags, Iridium Phones With Gps) To Accommodate Passengers.
it Is Expected That The Aircraft Will Remain On The Sea-ice For Approximately 1 – 2 Hours During Pioneering Flights To Conduct Ice Surveys.
period Of Performance Is 21 Through 26 February 2025. Maximum Of 30 Hours. Minimum Of 24 Hours.
Closing Date31 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 19,173,712.74 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-14. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Canal - Libuganon Ris, Completion Of The Work Required 200 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (p25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 2 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, 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 By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
Closing Date14 Jan 2025
Tender AmountPHP 19.1 Million (USD 328.2 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis/solicitation – Boundary Line Maintenance For Falls Lake, Wake Forest, Nc
solicitation No. W912pm25q0005. This Solicitation Is Issued As An Rfq.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued Under The Authority Of Far Part 13 Simplified Acquisition Procedures. This Combined Synopsis/solicitation Is Being Issued As A Small Business Set-aside.
this Solicitation Is A Request For Quote (rfq). This Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective November 12, 2024. The Associated North American Industry Classification System (naics) Code For This Procurement Is 561730 With A Size Standard Of $9,500,000.00.
the U.s. Army Corps Of Engineers, Wilmington District Is Requesting Services Brush And Tree Limb Cutting, Painting, And Signing Approximately 41 Miles Of Existing United States Government’s Property Boundary To Maintain A Highly Visible Boundary Line At Falls Lake. The Contractor Shall Not Be Establishing New Boundary Lines Or Conducting Any Land Survey Activities.
the Resulting Award Issued From This Request Will Result In One Award. Service Contract Act Wage Determination 2015-4393 Rev 27, Dated 07-22-2024 For Wake County, Nc Will Apply. The Offeror Is Responsible For Referring To The Wage Determination And Applying It As Applicable.
the Following Documents Have Been Provided:
a21 - Combined Synopsis With Solicitation – Falls Boundary Line Maintenance – W912pm25q0005 - Final
questions Are Due Not Later Than 4:00 Pm, Edt, 10 January 2025.
quotes Are Due Not Later Than 2:00 Pm, Edt, 22 January 2025.
submit Questions & Quotes Electronically Via Email To Both Shaun.m.mckenna@usace.army.mil And Jenifer.m.garland@usace.army.mil. It Is Your Responsibility To Follow Up And Ensure Quotes Have Been Received By The Contract Specialist Prior To The Due Date And Time For Quotes.
evaluation Of Award: The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Issuance Of Award Will Be Made To The Lowest Price Offeror That Is Technically Acceptable.
price Quote And Technical Proposal: Each Offeror Must Submit Both A Price Quote And A Technical Proposal Via Email. The Technical Proposal Shall Include The Documentation In Certification And Documented Past Experience. See Provision 52.212-2 Within The Solicitation. No Hard Copies Will Be Accepted Or Evaluated. Both The Price Quote And Technical Proposal Must Be Received By The Closing Date And Time Set Forth Within The Solicitation. In An Effort To Reduce Paper And Cost, All Quotes Shall Be Submitted Electronically. All Submissions Shall Be In Adobe Pdf Format And Shall Be On 8 ½ X 11 Size Pages In No Less Than 10 Pitch Or 10 Fonts. The Pricing Quote Can Be In Microsoft Excel Spreadsheet Format Provided Within The Solicitation. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce Fie Size And Facilitate Electronic Transmission.
title File(s) In The Following Format:
w912pm25q0005_company Name_pricing
w912pm25q0005_company Name_technical
in Accordance With Far 52.212-1(k), Each Prospective Awardee Shall Be Registered And Be Active In The Sam Database Prior To Award. If The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer (nlt Due Date/time Of Solicitation), The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Offeror. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At Https://www.sam.gov Or By Calling 866-606-8220, Monday – Friday From 8am – 8pm Est.
the Government Reserves The Right To Cancel This Solicitation.
this Announcement And Written Request For Quote Constitutes The Only “request For Quote” That Will Be Made For This Requirement.
Closing Date22 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Telecommunication Services
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: Telecommunication Services For Dzilth-na-o-dith-hle Health Center
tracking Number: Dzhc-ss-25-016
the Indian Health Service (ihs), Dzilth-na-o-dith-hle Health Center, Located At 6 Road 7586, Bloomfield, Nm, 87413, Is Seeking Capable Sources For 1) Native American Owned Small Business Or Indian Economic Enterprise Small Business, Or 2) Any Other Socio-economic Small Businesses Interested In Providing The Resources To Satisfy The Requirement To Provide Telecommunication Services: Voice Data Network, Internet Network/connection, And Pri Circuit Services To The Dzilth-na-o-dith-hle Health Center Located In Bloomfield, Nm.
the Anticipated Period Of Performance For The Position Will Be For Twelve (12) Consecutive Months Beginning From The Date Of Award. The Period Of Performance Includes Base Plus Five (5) Option Period
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is517111 – Wired Telecommunications Carrier 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) January 3, 2025 At 08:30am 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: 517111 – Wired Telecommunication Carriers.
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
michael.austin@ihs.gov
place Of Performance:
dzilth-na-o-dith-hle Health Center (dzhc)
6 Road 7586
bloomfield, Nm 97413
this Is Not A Solicitation.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Combined Synopsis/solicitation – Boundary Line Maintenance For B. Everett Jordan Lake, Moncure, Nc
solicitation No. W912pm25q0006. This Solicitation Is Issued As An Rfq.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued Under The Authority Of Far Part 13 Simplified Acquisition Procedures. This Combined Synopsis/solicitation Is Being Issued As A Small Business Set-aside.
this Solicitation Is A Request For Quote (rfq). This Solicitation Document Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective November 12, 2024. The Associated North American Industry Classification System (naics) Code For This Procurement Is 561730 With A Size Standard Of $9,500,000.00.
the U.s. Army Corps Of Engineers, Wilmington District Is Requesting Services Brush And Tree Limb Cutting, Painting, And Signing Approximately 41 Miles Of Existing United States Government’s Property Boundary To Maintain A Highly Visible Boundary Line At B. Everett Jordan Lake. The Contractor Shall Not Be Establishing New Boundary Lines Or Conducting Any Land Survey Activities.
the Resulting Award Issued From This Request Will Result In One Award. Service Contract Act Wage Determination 2015-4393 Rev 27, Dated 07-22-2024 For Wake County, Nc And 2015-4373, Rev 27, Dated 07-22-2024 For Chatham County, Nc Will Apply. The Offeror Is Responsible For Referring To The Wage Determination And Applying It As Applicable.
the Following Documents Have Been Provided:
a21 - Combined Synopsis-solicitation – Bej Boundary Line Maintenance – W912pm25q0006 - Final
questions Are Due Not Later Than 4:00 Pm, Edt, 08 January 2025.
quotes Are Due Not Later Than 2:00 Pm, Edt, 22 January 2025.
submit Questions & Quotes Electronically Via Email To Both Shaun.m.mckenna@usace.army.mil And Jenifer.m.garland@usace.army.mil. It Is Your Responsibility To Follow Up And Ensure Quotes Have Been Received By The Contract Specialist Prior To The Due Date And Time For Quotes.
evaluation Of Award: The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Issuance Of Award Will Be Made To The Lowest Price Offeror That Is Technically Acceptable.
price Quote And Technical Proposal: Each Offeror Must Submit Both A Price Quote And A Technical Proposal Via Email. The Technical Proposal Shall Include The Documentation In Certification And Documented Past Experience. See Provision 52.212-2 Within The Solicitation. No Hard Copies Will Be Accepted Or Evaluated. Both The Price Quote And Technical Proposal Must Be Received By The Closing Date And Time Set Forth Within The Solicitation. In An Effort To Reduce Paper And Cost, All Quotes Shall Be Submitted Electronically. All Submissions Shall Be In Adobe Pdf Format And Shall Be On 8 ½ X 11 Size Pages In No Less Than 10 Pitch Or 10 Fonts. The Pricing Quote Can Be In Microsoft Excel Spreadsheet Format Provided Within The Solicitation. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce Fie Size And Facilitate Electronic Transmission.
title File(s) In The Following Format:
w912pm25q0006_company Name_pricing
w912pm25q0006_company Name_technical
in Accordance With Far 52.212-1(k), Each Prospective Awardee Shall Be Registered And Be Active In The Sam Database Prior To Award. If The Offeror Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer (nlt Due Date/time Of Solicitation), The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Offeror. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At Https://www.sam.gov Or By Calling 866-606-8220, Monday – Friday From 8am – 8pm Est.
the Government Reserves The Right To Cancel This Solicitation.
this Announcement And Written Request For Quote Constitutes The Only “request For Quote” That Will Be Made For This Requirement.
Closing Date22 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Advertisement Gsa Public Buildings Service
u.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Ohio
city: Ashtabula
delineated Area:
north: Route 531
east: Route 11
south: Highway 90
west: Jefferson Road To Bunker Hill Road To West Avenue To Lake Avenue
minimum Sq. Ft. (aboa): 5,396 Aboa Sf
maximum Sq. Ft. (aboa): 5,666 Aboa Sf
space Type: Office
parking Spaces (total): 26 Spaces
parking Spaces (surface): 26 Spaces
parking Spaces (structured): 0 Structured Spaces
parking Spaces (reserved): 0 Structured Spaces
full Term: 10 Years
firm Term: 5 Years
option Term: N/a
additional Requirements:
• Space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
• Regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 2 City Blocks Or 600 Feet, Whichever Is Less.
• Office Space Must Be Contiguous, On One Floor.
• Space Should 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.
• Space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. Space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
• Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative.
• All Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date.
• In Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement / Permission To Represent Multiple Interested Parties For The Same Submission.
• The Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As Provided As Part Of The Rental Consideration.
• The Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6am – 6pm (excluding Saturdays, Sundays And Federal Holidays).
• Reference Project Number: 1oh2268.
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 100-year Flood Plain.
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Ashtabula, Oh, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime.
expressions Of Interest Due: January 30, 2025
market Survey (estimated): Tbd
occupancy (estimated): March 2025
send Expressions Of Interest To:
name/title: Dominic Vedder, Transaction Manager, Cbre
address: 8350 Broad Street Suite 1100 Mclean, Va 22102
office: (703) 852-6215
email Address: Dominic.vedder@gsa.gov
name/title: Stephen Morris, Cbre
address: 950 Main Avenue, Suite 200, Cleveland, Oh 44113
office: (216) 658-6115
email Address: Stephen.morris2@cbre.com
with A Copy To:
lease Contracting Officer Rhonda Rogers, Gsa Lease Contracting Officer
email Address: Rhonda.rogers@gsa.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: The Defense Logistics Agency Is Issuing A Source Sought As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 1560-015976221, Parts Kit,fuselage. There Is One Approved Source Of Supply:
cage: 4xk87, R & S Machining Inc, P/n 626bhsubkit1rsm
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. Drawings Are Not Available.
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 Other Than 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 01/31/2025. All Responses Under This Sources Sought Notice Must Be Emailed Ive.allen@dla.mil. If You Have Any Questions Concerning This Opportunity, Please Contact: Ive Allen.
technical Orders And Qualification Requirements Are Not Available.
appendix 1: 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 Number: 626bhsubkit1rsm
nomenclature: Parts Kit,fuselage
nsn: 1560-015976221
estimated Requirement: 50 Kits
if Your Company Desires To Be Reviewed And Qualified As An "approved Source" For This Item, Submit An Application
package Through The Source Approval Request (sar) Program As Outlined In The Attached Jacg Sam Hb Document.
a Sar Package Contains All Of The Technical Data Needed To Demonstrate That The Prospective Contractor Can
competently Manufacture The Product To The Same Level Of Quality, Or Better, Than The Required Item. The Onus Is On
the Contractor To Document And Demonstrate Their Product Is Equal To, Or Better, Than The Currently Approved Item,
which Dla Aviation Is Procuring.
dla-aviation Can Only Receive Source Approval Requests (sar) Through Dodsafe Link Due To Internet/web Safety
concerns.
to Submit Your Sar Please Send An Email To: Dlaavnsmallbus@dla.mil, Subject Line "request A Sar Drop
off". Include Cage Code, The Nsn And The Email Address Where You Want To Receive The Dodsafe Link. After Your
email Is Received, A Dodsafe Drop Off Will Be Returned, Where You Can Download Your Sar File.
Closing Date31 Jan 2025
Tender AmountRefer Documents
3401-3410 of 4106 archived Tenders