Survey Tenders
Survey Tenders
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform
Ordnance Survey Tender
Other Consultancy Services...+1Consultancy Services
United Kingdom
Closing Date6 Jan 2025
Tender AmountGBP 96 K (USD 118.9 K)
Purchaser Name: Ordnance Survey | Corporate Pr Agency
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience (ux) And User Insight Platform
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Document Type: Sources Sought Notice – Renovate B.1816 Warehouse For Kc-46a Base Supply, Mcguire Afb, Joint-base-mdl, New Jersey solicitation Number: W912ds25s0008 naics Title:236220 For Commercial & Institutional Building Construction (size Standard $45 Million) sic Code:1542 General Contractors-nonresidential Buildings, Other Than Industrial Buildings & Warehouses contracting Office Address: u.s. Army Engineer District, New York, Cenan-ct, 26 Federal Plaza, New York, N.y. 10278-0090 project Description: the U.s. Army Corps Of Engineers, New York District Is Issuing This Market Research Or Sources Sought Notice Is To Determine If There Is An Adequate Number Of Interested And Qualified Small Businesses Having The Capability And Bonding Capacity For The Following Effort. The Procurement Method For This Solicitation Will Be Competitive Sealed Bidding Also Known As An Invitation For Bids. this Market Research Is For The Construction/renovation Mcguire Afb Within Joint Base-mcguire-dix-lakehurst, New Jersey. The Project Magnitude Is Estimated Between $10- $25 Million. the Construction Includes Renovations, Alterations, Reconfigurations, And Some Addition To The Existing Facility. There Will Be Interior Concrete Floor Stab Thickening Required. Alteration Work Will Include Hvac Systems, Fire Suppression, Carpet/tile, Wall Finishes, Ceiling Material, Interior Electrical Systems, Office Entry Doors, Latrine Fixtures, Main Entrance Canopies & The Reconfiguration Of Interior Walls. A Loading Dock Area Will Be Added/installed Through The Modernization Of One Side Of The Facility To Meet Truck Delivery Needs Of The Facility. Two Water Tanks That Feed The Facility Will Be Identified To Be Demolished And Replaced. The Project Includes Utilities, Site Improvements, Pavements, Communications Infrastructure, And All Other Support Work Necessary To Make A Complete And Useable Facility. responses: responses To This Sources Sought Will Be Used By The Government For Market Research Analysis Only, As An Aid In Its Making Of The Appropriate Acquisition Decision(s); Such As; Use Of A Small Business Set Aside; Or A Small Business Set-aside Within A Specific Socio-economic Category Or Full And Open Competition. this Project Is Planned For Advertisement Starting In Late February 2025 With An Award Approximately By April 2025. The Contract Duration Will Be 540 Calendar Days. The North American Industry Classification System (naics) Code Is For General Construction; 236220 For Commercial & Institutional Facilities. all Interested Businesses Should Notify Brian.h.winters@usace.army.mil By E-mail And Provide A Response To The Questions Below – (1) Prior Construction Performance – Submit / Provide A Brief Description Of Two (2) Past Performed Projects, Completed In The Last Seven (7) Years (defined As Turned Over To The Customer By This Response Due Date), For A Same Or Similar Scope. A. Similar Scope Includes Commercial Or Institutional Construction Projects Requiring The Use & Management Of Multiple Trade-work. Indicate In The Description If The Project Was Completed On Time Or If Delays Were Incurred State Why; (2) Provide A Statement Verifying The Prime Contractor Is Capable And Will Perform Twenty Fifteen (20%) Of The Physical Work And Indicate The Type Of Work (trade) To Be Self-performed By The Prime Contractor. This Doesn’t Include Contract Supervision And Administration Duties; (3) Provide Identification And Verification Of The Company As Small Business For Naics Code 236220. Please Also Include If You Fall Within Any Socio-economic Categories; (4) Provide Cage Code And System For Award Management (sam) Unique Entity Identifier (uei); And (5) The Interested Contractor Must Indicate Their Capability Of Obtaining Performance And Payment Bonds For A Project In The Dollar Amount (price Or Range) Listed Previously, Above In The Description. all Interested Businesses Should Submit Their Responses In Writing By E-mail. The Due Date For Responses Is Approx. 14 Days From This Announcement. email Responses To: Brian.h.winters@usace.army.mil this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only. point Of Contact: e-mail Questions To Us Army Engineer District, New York At Brian.h.winters@usace.army.mil place Of Performance mcguire Afb At Jb-mdl, New Jersey
DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender
Education And Training Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Announcement contracting Office Address:
department Of Defense Education Activity (dodea), Facilities Procurement Branch, The Mark Center, 4800 Mark Center Drive, Alexandria, Virginia 22350. introduction:
the Department Of Defense Education Activity (dodea) Is Issuing This Request For Information (rfi) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For The Dodea Facilities Asset Management Program (fam). This Rfi Is An Opportunity For Industry To Assist In Further Refining Dodea’s Potential Contracting Approaches For Fam. The Intent Is For Industry To Share Their Experiences With Similar Efforts And To Provide Comments And Suggestions On The Candidate Concepts And Objectives In This Rfi. The Government Plans To Use The Information Provided By Industry To Develop A Comprehensive Procurement Strategy And A Fam Solicitation. Any Information Used Will Be On A Non-attribution Basis. This Will Be An 8(a) Competitive Award. dodea Operates A Diverse And Geographically Dispersed School District For 68,000 Military Connected Students In 7 States And 11 Countries And Territories. Dodea’s Goal Is To Provide An Exemplary Education That Inspires And Prepares All Students For Success In A Dynamic, Global Environment. One Of The Prerequisites For Meeting This Goal Is To Ensure That All Schools Meet The Dodea Standard For Providing Safe, Secure, And Well-managed Environments That Focus On Student Achievement. Dodea Supports Its Field Facility Organizations By Providing Standardized Tools And Consistent Performance Metrics To Assist Them In Their Management Of Facility Assets. requirement Description:
maintenance Services Are Required To Maintain A Safe, Healthy, And Sanitary School Environment For All Faculty And Students Within Dodea. The Government Seeks To Provide A Full-service Contract To Support All Operational, Management, And Preventative Maintenance To Ensure That Dodea School Assets Are Managed In Accordance With The Objectives And Standards Outlined Within This Performance Work Statement (pws). Therefore, This Requirement Calls For Continuous Effort On The Part Of The Contractor To Ensure That The Safety And Functionality Of All Dodea Facilities Are Maintained Throughout The Life Of The Contract. scope Of Work. The Contractor Shall Provide All Management, Personnel, Labor, Equipment, Tools, Vehicles, Materials, Supervision, Subcontracts, Transportation, Other Items/services Necessary To Perform All Operations, Inspections, Technical Support, And Facility Management Support Tasks And Functions For All Dodea Facilities As Defined In The Pws. The Contractor Shall Conduct Building And Facility Surveys, Condition Assessments, Data Collection, Reporting, And Database Management (planning, Documenting, Tracking, And Reporting Data/findings). Work Shall Be Performed And Documentation Shall Be Maintained To The Standards Set Forth In This Contract, The Asbestos Hazard Emergency Response (ahera), And All Other Applicable Codes And Regulations To Ensure Full Compliance With Applicable Codes And Standards. The Contractor Will Be Required To Provide And Manage A Full-service Fam Program For All Dodea Installations. The Major Elements Of The Services Required Include: 1. Asbestos Hazard Emergency Response (ahera) Inspections And Reports
2. Facility Condition Assessment (fca) Reports (no Remediation Services)
3. Facility Utilization Survey (fus) Drawings And Database Monitoring/updates
4. Real Property Inventory (rpi) Reports, Reconciliation, Tech Support/database Management, Mitigation And Tracking.
5. Database Management, Maintain A Database For All Data Collected Under This Contract.
6. Transition-in/out. period Of Performance: base Year Plus Four (4) One (1) Year Option Periods. place Of Performance: dodea Has Approximately 700 Buildings That Accounts For Approximately 20m Gross Square Feet In The Continental United States And Outside The Continental United States. Dodea Requires Field Assessments On A Region Per Year Which Is About One Third Of The Portfolio Inventory. sources Sought: the Anticipated North American Industry Classification System Code (naics) For This Requirement Is 541620 – Environmental Consulting Services, With The Corresponding Size Standard Of $19.0 M. This Sources Sought Synopsis Is Requesting Responses To The Following Criteria From All Sources That Can Provide The Required Services Under The Naics Code. If An Alternative Naics Code Is More Appropriate, Please Provide Recommended Codes With Description And Rationale In Your Response. the Responder Is To Provide Answers To The Following Questions: • Do You Have An Accounting System? Date Of Last Audit? Who Performed? Determined Adequate/inadequate?
• Are You Interested In: Prime Contract? Teaming To Include Joint Venture? Subcontractor Opportunities?
• Please Provide A Listing Of All Active Government-wide Ordering Contracts Currently Held By Your Company That May Accommodate The Scope Of This Requirement. Provide The Contract Number, The Name Of The Contractor, And The Current Period Of Performance Of The Contract. • Include Additional Details That Are Not Already Requested Based On The Constraints Of The Information Request.
• Provide Relevant Details Of The Same Or Similar Service Offered Or Made To The Government Entities In The Last Three (3) Years. Relevant Details To Dodea’s Proposed Acquisition Should Include, But Not Be Limited To:
o Information Regarding The Size And Length Of The Effort;
o Ability To Perform As A Prime Or Subcontractor;
o Customary Practices (warranty, Financing, Discounts, Contract Types, Etc.) Under Which The Sale Of The Service(s) Is Made;
o Any Security Details; the Responder Is Invited To Provide Information And Recommendations For Fashioning This Proposed Acquisition. Recommendation Areas May Include: • Information Regarding Performance Requirements - What To Evaluate, How To Evaluate, And The Performance Standards With Acceptable Quality Levels That Are Similar To Those Utilized In Similar Efforts.
• What Is A Recommended Type Of Contract For This Type Of Service Broken Out By Clin (e.g. Ffp, Fpif Cpif)?
• Anticipated Contract Terms & Conditions, Incentives, Variations In Delivery Schedule, Price And/or Cost Proposal Support
• Evaluation Criteria submission Details:
interested Parties Are Directed To Respond To This Rfi With A White Paper In Microsoft Word For Office Or Compatible Format And Shall Not Exceed 25 Pages. Pages Shall Have A One (1) Inch Margin On All Sides. Font Type Shall Be Times New Roman 12 Point And Include The Following: 1) Company Information (name, Physical/mailing Address, Unique Entity It, Cage Code, Phone No., Website Address);
2) Company Point Of Contact (name Of Primary/alternate Pocs, Title, E-mail, Phone No.);
3) Description Of Principle Business Activity;
4) Naics Recommendation For This Procurement;
5) Business Size And Status;
6) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Address The Administrative And Management Structure Of Such Arrangements And Response To The Questions Above. vendors Who Wish To Respond To This Sources Sought Should Send Responses Via Email Nlt 1:00 Pm Eastern Standard Time (est) January 13, 2025 To Ms. Emani Gray At Emani.gray@dodea.edu. Interested Vendors Should Submit A Response That Demonstrates The Ability To Meet The Requirement As Listed In The Requirement Description Paragraph Above. disclaimer:
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.all Government And Contractor Personal Reviewing Responses Will Have Signed Non- Disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.
3431-3440 of 4104 archived Tenders