Survey Tenders
Survey Tenders
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Details: Sources Sought (ht005019f0002): Defense Health Agency (dha) – Acquisition Support Services (aqss)
the Dha Is Issuing This Sources Sought As A Means Of Conducting Market Research To Identify Resources And Capability To Provide Contract Support Services For The Dha.
this Is A Sources Sought Only. It Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Dha Will Contract For These Services Contained In This Sources Sought. This Sources Sought Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Sources Sought Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Sources Sought. Responses To This Sources Sought Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Posted On Sam.gov At A Later Date And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Sources Sought Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Information, Or Costs Incurred. All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued.
description: The Government Is Contemplating Extending The Current Task Order Against A Gsa Schedule Contract To Perform In Accordance With The Existing Performance Work Statement (pws). Aqss Provides Deputy Assistant Director For Acquisition (dad-a)(j-4), Dha And Its Two Major Functions Comprised Of The Component Acquisition Executive (cae) And Head Of The Contracting Activity (hca) That Include Program Management Office, Career Management, Acquisition, Planning Support Office, Systems Engineering, Agreements, Manager's Internal Control Program, Acquisition Policy, Test And Evaluation, Cost Estimating, Data Analytics And Metrics, Business Process Improvement, Business Operations Division, Procurement Policy, Acquisition Systems, Government Purchase Card, Quality Management, And Administrative Support Services Within The Dha. The Contractor Will Provide Qualified Personnel, Transportation, And Services To Complete The Tasks As Outlined Within The Pws.
instruction For Submission Of Response: Full Performance Is To Begin On 15 February 2025, And We Anticipate It Will Have A Base Period Of Performance Of 6 Months With No Options. The Government Anticipates This To Be A Short-term Extension So That Services Can Be Maintained Until The Follow-on Contract Can Be Awarded. This Requirement Has Been Solicited Under Ht001524r0010. The Due Date For Proposals Was 19 September 2024. The Government Is Currently Evaluating Offers And Expects Award In Response To Ht001524r0010 In The First Half Of 2025. The Period Of Performance For Any Work In Response To This Sources Sought Will Be Only Until Performance Begins Under The Award Made In Response To Solicitation Ht001524r0010.
submit Questions To This Sources Sought By 3 January 2024 At 10:00 Am Central Time. All Responses And Any Questions Under This Sources Sought Must Be Emailed To Ms. Pam Bryerton, E-mail: Pamela.j.bryerton.civ@health.mil And Stephani Preusser, Email: Stephani.n.preusser.civ@health.mil.
the Subject Line Of The Email Must Read “(type Here Business Name) – Response To Sources Sought Ht005019f0002
note: In Accordance With Far 10.001(b), Potential Sources Are Not To Submit More Than The Minimum Information Necessary. In Accordance With Far 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Potential Set-aside For This Requirement Will Be Based On The Responses To This Sources Sought And Additional Market Research. Maximum Participation By Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small, Disadvantaged Business, And Women-owned Small Business Concerns Is Encouraged. At This Time, The Dha Does Not Guarantee Any Future Contracts; And Responses To This Sources Sought Do Not Bind Dha To Any Agreement With The Responder, Be It Explicit Or Implied.
no Solicitation Or Marketing Materials Shall Be Submitted. Any Response Submitted For This Sources Sought Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Associated Support Contractors Who Are Regulated. No Information Will Be Disclosed Outside Dha. Dha Will Not Provide Feedback To Any Information Submitted.
submissions To This Sources Sought Is Deemed To Be Dha Property Which Shall Not Be Returned To Sender. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Notice Information
agency/office:
u.s. Army Corps Of Engineers (usace)
location:
usace Vicksburg District
title:
lease Of One Cutterhead, Hydraulic Pipeline Dredge (not Less Than 24 Inch Diameter), Fully Operated With Attendant Plant And Personnel, And With A Draft Not To Exceed 9 Feet, For Construction And Maintenance Dredging Within The Vicksburg District Or Other Districts Within The Mississippi Valley Division
w912ee25ba002 – Ms River Harbors
w912ee25ba003 – Jbj Waterway
this Is A Sources Sought Notice And Should Not Be Construed As A Solicitation Announcement. The Submission Of This Information Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government To Procure Any Services, And The Vicksburg District Does Not Intend To Award A Contract On The Basis Of This Request For Information.
the U.s. Army Corps Of Engineers (usace), Vicksburg District (mvk) Is Conducting Market Research To Facilitate A Determination Of Acquisition Strategy For This Procurement. The Determination Of The Acquisition Strategy For This Procurement Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. A Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Firms, Large Or Small Businesses, Interested In Performing The Required Work In The Required Locations. A Decision As To Whether The Work Will Be Set-aside For Specific Socio-economic Category Businesses Is Pending. We Would Like To Hear From Small Businesses, Small Disadvantaged Businesses, Hubzone Small Businesses, Woman-owned Small Businesses, Or Service-disabled Veteran-owned Small Businesses In Particular. In Any Case, If You Are Interested In This Work, Please Respond Accordingly.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. The Naics Code For This Acquisition Is 237990 – Other Heavy And Civil Engineering Construction. The Business Size Standard For Naics Code 237990 For Dredging And Surface Cleanup Activities Is $37million.
this Sources Sought Synopsis Shall Not Be Construed As A Commitment By The Government, Nor Will Any Reimbursement Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow Up Information Requests. No Solicitation Is Currently Available.
background And Purpose:
for The Purpose Of Market Research, Usace Mvk Will Be Utilizing This Request For Information To Determine The Availability Of Sources Capable Of Providing The Servicesrequired As Well As The Acquisition Approach Best Suited For This Project.
project Description:
the Work Consists Of Furnishing, Delivering And Operating One (1) Cutterhead, Hydraulic Pipeline Dredge (not Less Than 24-inch Diameter), Fully Operated With Attendant Plant And Personnel With A Draft Not To Exceed 9 Feet For Construction And Maintenance Dredging Within The Vicksburg District Or Other Districts Within The Mississippi Valley Division. Please See Attached Draft Performance Work Statement (pws)
two Awards Are Anticipated. The First Will Be For Dredging On The Mississippi River At Ports And Harbors, The Second Will Be For Dredging On The Jbj Waterway.
response Format:
responses Shall Not Exceed5 Pages In Total, Inclusive Of All Offeror Attachments. A One (1) Page Executive Summary Shall Not Be Considered Part Of The Total Page Limit. The Capability Statement Shall Be Comprised Of The Below Information:
1. Brief History Of The Company.
2. Experience In Delivering Same Or Similar Services/supplies. This Section Shall Demonstrate The Offer’s Experience And Ability To Provide Skilled Personnel And Manage Requirements That Are The Same Or Similar To Those Addressed In The Project Description Or Pws.
3. List Of Current Or Previous Contracts: The Offeror Shall Provide Contract Title, Contract Number, Period Of Performance, Dollar Amount, And Description Of Work Performed On Up To Five Government Contracts. List Should Be Limited To Work Performed Within The Last Five Years And Include Reference Name, Email, And Phone Number.
4. General Information:
a. Firm Name, Address(es), Points Of Contact, Telephone Numbers, And Email Addresses
b. Cage Code
c. Naics (list All Naics Under Which Your Firm Is Registered)
d. Offeror’s Business Size To Include Designation As Certified Small Businesses, 8(a) Contractors, Hubzone Certified Small Business Concerns, Service-disabled Veteran Owned Small Businesses, And Women-owned Small For 8(a) Contractors, Please Include Anticipated Graduation Date From The 8(a) Program.
e. Identification Of Joint Venture, If Applicable (business Name, Business Size And Cage Code Of Jv).
5.offeror’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars).
interested Contractors Shall Submit Their Responses By E-mail Only. Responses Should Be Submitted As A Single Pdf Document (not Scanned). Hard Copies Will Not Be Accepted. Responses To This Notice Are Due No Later Than 12:00 Pm Central Daylight Time On Friday, January 10, 2025, Via E-mail To The Primary Point Of Contact Listed Andrew Mccaskill At Andrew.mccaskill@usace.army.mil.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Kemi Tornionlaakson Koulutuskuntayhtym Lappia Municipality Education And Training Consortium Lappia Tender
Others
Finland
Details: Title: Living Lab - Containers For Wild Food Preprocessing, Work Packages 1-4
description: The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia Is Implementing The Project: Investments - Sustainable Growth From Local Raw Materials Funded By The Regional Council Of Lapland (project Code J11053). The Regional Council Of Lapland Has Approved The Project For Funding And Granted Support For The Implementation Of The Project From The Just Transition Fund (jtf) Under The Act On The Financing Of Regional Development And European Union Regional And Structural Policy Projects (757/2021). In Accordance With The Project Plan, The Target Of The Procurement Is Preprocessing Container Purchases And Equipment, The Estimated Total Value Of The Procurements Is 270,000€. The Aim Of The Project Is To Implement Mobile Processing Environments For Preprocessing Of Local Raw Materials. The Preprocessing Environment For Local Raw Materials Is Divided Into Work Packages 1-4. Work Package 2 (part 1 And Part 2) Will Be The First To Start Tendering Competition Of This Procurement Entity. Work Package 2. Part 1. Container For Preprocessing Wild Food (berry Separator) Including Part 2. Berry Separator Machine For Preprocessing (for Separating Frozen Sea Buckthorn Berries From The Branches By Shaking As Well As Other Suitable Frozen Wild Berries). Working Inside The Container Must Be Possible. The Estimated Value Of The Work Package Is 41.000€-55.000€. Tendering Period 7.1.-29.1.2025 Work Package 1. Dryer Container (with Freezer And Infrared Dryer) For Wild Food Preprocessing By Drying Of Natural Products. The Processes Demand That Working Inside The Container Is Possible. The Estimated Value Of The Work Package Is 95.000€. Tendering Period January-february 2025. Work Package 3. One Dryer Container And One Freezer Container, Both Must Be Trailer-transportable. The Estimated Value Of The Work Package 3. Is 55.000€. Work Package 4. Preprocessing Container With Express Freezer (shock Freezer). The Estimated Value Of The Work Package 4 Is 65.000 €. In The First Phase, The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia And Lappia Vocational College Will Request Your Offer For The Work Package 2, Part 1. Container For Separating Berries And Part 2. A Berry Separator Machine To Be Placed Inside The Container. Offers For Either Part 1. Container Or Part 2. Berry Separator Machine Are Accepted And Can Be Offered Either Container Or Separator Or Both Parts. Work Package 2 Part 1 - Container (for Separating Berries Inside The Container) Is 2.2-2.4 M High (six-foot Container) Temperature-controlled Freezer Container Or A Ready-made Freezing Container Solution. The Working Container Must Be New Or As Good As New, The Previous Purpose Of Use Must Be Stated In The Tender, As Well As The Insulation Materials. The Container Must Not Have Any Indoor Air Problems. The Container Must Be Prepared For Two People To Work Inside With The Berry Separator Machine At The Same Time. Therefore The Requirements Are Set For Ventilation, Food Handling And Occupational Safety, Which Must Be Taken Into Account When Building The Working Container. With Regard To Container Materials, Such As Structures, Insulation, Sound Insulation And Surface Materials, The Use Of A Berry Separator Machine Inside The Container Causes Resonance And Vibration, Which Must Also Be Taken Into Account When Preparing Container. The Container Must Meet The Material And Hygiene Requirements Set By The Finnish Health Authority For The Food Handling Environment. The Estimated Value Of The Container Is In The Price Range Of 26.000-35.000€. The Transport Of The Container Delivered At Place Or Delivered At Place Unloaded (kätkävaarantie 69, Loue, Tervola) Must Be Included. All Costs Must Be Included, Also Possible Transportation, Customs, Transport/freight Insurance Fees Must Be Included In The Total Offer Price. Work Package 2 Part 2 - Berry Separator Machine The Object Of The Procurement Is A Mobile Berry Separator Machine, Which Is Placed Inside The Working Container. Based On The Market Survey Carried Out, The Berry Separators Currently On The Market Are Large Separators Intended For Industrial Use. A Mobile Berry Separator Machine Placed Inside The Container Should Be Compact, Innovative And Transportable. The Berry Separator Is Attached Inside The Container During Transportion And Use Of The Machine, So Both The Container And The Berry Shaker Supplier Must Take Into Account The Mandatory Requirements For Compatibility. The Estimated Value Of The Berry Separator Machine Is Estimated To Be Around 15.000-20.000€. The Cost Of Moving And Transporting The Berry Separator To The Container Supplier (installation And Integration)must Be Included In The Total Price. The Transport Of The Berry Separator Container (kätkävaarantie 69, Loue, Tervola) Must Be Included. Cooperation Between The Container Supplier And The Supplier Of Berry Separator Machine Is Essential.
Closing Date29 Jan 2025
Tender AmountEUR 55 K (USD 57.2 K)
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state: Washington
city: Tukwila
delineated Area:
north: Southcenter Blvd
south: S 180th St.
east: Oaksdale Ave. Sw
west: Military Rd. S.
gross Square Feet (aboa): 7,016-9,233
space Type: Retail
gov Parking Spaces (total): 25
full Term: 60 Months
option Term: None
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be 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 0900 To 1700 (excluding Weekends And Federal Holidays).
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Term Of The Lease. A Fully Serviced Leased Is Required. Offered Space Shall Not Be In The 1-percent-annual Change Floodplain (formerly Referred To As “100-year” Floodplain). The Government Reserved The Right To Conduct A Cost Benefit Analysis Included Move And Replication Costs.
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.
expressions Of Interest Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
name Of Owner;
age Of Building;
total Existing Gross Square Feet;
site Plan Depicting The Building And Parking;
floor Plan And Gross Square Footage Of The Proposed Space;
identification Of On-site Parking;
address Or Described Location Of Building;
location On Map Demonstrating The Building Lies Within The Delineated Area;
a Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes;
evidence Of Ownership If Building Submitted By Owner. Non-owners (e.g. Brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property;
any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And
provide Expected Rental Rate Per Rentable Square Foot.
expressions Of Interest Due: January 31, 2025
market Survey (estimated): January 31, 2025
occupancy (estimated): November 30, 2025
send Expressions Of Interest To:
realty Specialist Name: Jessica Butko
email Address: Cenwsre-rfp@usace.army.mil
phone Number: 206-920-9874
government Contact Information:
real Estate Contracting Officer: Thomas Seymour
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Energy Tender
Others
United States
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Providing Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production. The Requirements/specifications Of This Simulation Software Are Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Providing Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Part Of This Mission, Netl Has A Need For Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production. The Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Furnace Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On January 3, 2025 Through The Fedconnect Portal Or To David.lahey@netl.doe.gov. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: W912dw-25-r-0018: Lake Washington Ship Canal Small Lock Emergency Closure System
this Is A Sources Sought Announcement And Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To Thissources Sought Announcement Or Any Follow-up Information.
the North American Industry Classification (naics) Code For This Project Is 237990,other Heavy And Civil Engineering Construction/ Lock And Waterway Construction. The Product Service Code (psc) Is Y1pz,construction Of Other Non-building Facilities. The Associatedsmall Business Size Standard: $45 Million.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Women Owned Small Business, Service-disabled Veteran Owned Small Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To The Naics Code 237990, Psc Code Y1pz, And Small Business Size Standard $45 Million. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Other Than Small Businesses. After Review Of The Responses To This Announcement And, If The Government Still Plans To Proceed With This Project, A Separate Solicitation Announcement Will Be Published On Sam.gov. Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement.
project Details:
lake Washington Ship Canal Small Lock Emergency Closure System
the Purpose Of This Project Is To Install A New Emergency Closure System At The Hiram M. Chittenden Locks, Lake Washington Ship Canal, Seattle, Wa. An Emergency Closure Structure Is Any Device Designed To Be Placed In Rapidly Flowing Water Under Differential Head To Prevent The Loss Of Pool If The Lock Miter Gates Are Damaged And Can No Longer Function To Control The Pool. An Emergency Closure System Consists Of A Closure Structure And All The Associated Equipment Necessary To Install The Closure Structure In Flowing Water. The Existing System Is Inadequate Because Deploying The Stoplogs Requires Divers To Disconnect The Stoplogs From The Crane. This Poses An Unacceptable Risk To The Divers During An Emergency Situation Where The Stoplogs Must Be Placed In Free Flow Conditions.
the Project Can Be Broken Down Into Several Key Components, Crane, Full Height Bulkhead, And Bulkhead Storage Frame.the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary As Defined In The Sow And Specifications. The Contractor Shall Perform To The Standards In This Contract, Including Environmental Standards.
pursuant To Far 36.204, The Estimated Magnitude Of Construction Is Expected To Be Between $1 Million And $5 Million.
requirements:
interested Firms Should Submit A Capabilities Package, To Include The Following:
1. Firm's Name, Address (mailing And Url), Point Of Contract, Phone Number, And Email Address.
2. Cage Code And Uei.
3. Firm's Interest In Bidding On The Solicitation, If Issued.
4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Women Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), Or 8(a) Program.
5. Firm's Joint Venture Information (if Applicable).
all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement.
submit To:
submission Shall Be Sent Via Email To Mckenna T. Rain, Contract Specialist, At Mckenna.t.rain@usace.army.mil. Responses Should Be Sent As Soon As Possible But No Later Than 12:00 Pm Eastern Time, January 3, 2025. Please Use The Following Subject Line For The Email: "w912dw-25-r-0018:lake Washington Ship Canal Small Lock Emergency Closure System".
all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Maintain An Active Registration For The Duration Of The Contract To Be Eligible For Award Of Government Contracts.
seattle District Small Business Programs Poc:
enshane Nomoto
enshane.nomoto@usace.army.mil
https://www.nws.usace.army.mil/business-with-us/small-business/
Closing Date3 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space:
state:
texas
city:
fort Worth
delineated Area:
north: West On Silver Creek Road At Loop 820 N; South On Bomber Road; West On Clifford Street; South On S Grant Street/lockheed Boulevard; North On Alta Mere Drive/westworth Boulevard/river Oaks Boulevard; Northwest On Jacksboro Highway; Northwest On Loop 820 N; North On Marine Creek Parkway; West On W Mcleroy Boulevard/ E Mcleroy Boulevard; North On N Blue Mound Road; West On Western Center Boulevard/watuga Road/mid Cities Boulevard.
east: South On Precinct Line Road; Southeast On Randol Mill Road; South On Eastchase Parkway; East On I-30; South On 360 (toll Road).
south: Northwest On Business 287 (main Street); West On Rendon Bloodworth Road (1187)/e Rendon Crowley Road/crowley Plover Road.
west: North On Chisholm Trail Parkway; West On Altamesa Boulevard/lakeside Drive; West On Winscott Road; West On 377; North On Chaplin School Road (2871)/longvue Avenue; East On I-30; North On Loop 820 N.
total Minimum Sq. Ft. (aboa):
45,647
total Maximum Sq. Ft. (aboa):
47,929
space Type:
office And Laboratory Space
total Parking Spaces:
73
parking Spaces (surface)
73
full Term:
17-years
firm Term:
15-years
option Term:
n/a
additional Requirements
in Addition To The 73 Surface Parking Spaces, Aminimum Of 173 Additional Parking Spaces Open For Public Use Must Be Located Within 1,320 Walkable Feet Of The Primary Entrance Of The Building, As Determined By The Lco.
requirement For Adjacent Or Exterior Perimeter Area With Concrete Pad Suitable For Placement Of Emergency Generator, With Fuel Tank, Fill Access, And Accompanying Automatic Transfer Switch, Break Panels, Ups Background System, And Utility Hook Up.
requirement For An Exterior Field Training Space Of A Minimum Of One-half Acre (0.5) To A Maximum Of Two-acres (2) Comprised Primarily Of A Grassed Area And Incorporating A Compacted Earth Fill Pad And A Paved Area. The Area Should Be In A Relatively Quiet Area Away From Freeways Or Airports To Allow Communication Between Instructors And Trainees. Exterior Field Training Space Must Be Located Within Approximately 1,000 Walkable Feet Of The Building.
offered Space Must Have A Loading Dock To Accommodate Deliveries From 18-wheeler Freights.
north American Standard Dock Sizes Of 24”-52” To Accommodate Freight Trucks, Panel Vans, Pick-up, And Trailer Deliveries Should Be Accounted For. Dock Levelers And Other Apparatus May Be Utilized To Meet These Requirements.
approximately 400 Sf Of The Requirement Is To Have A Secured Separate Entrance From The Remainder Of The Facility.
approximately 12,000 Sf Of The Requirement Is For Laboratory Space With Exterior Venting And Floor Drainage.
if Space Is Offered Above Ground Level, Building Must Be Capable Of Providing A Freight Elevator.
site Must Be Able To Provide Access To Fiber Optic Networks
the Following Space Configurations Will Not Be Considered: Extremely Long Or Narrow Runs Of Space, Irregularly Shaped Space Configurations, Or Other Unusual Building Features Adversely Affecting Usage.
offers For New Construction Will Not Be Considered.
other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expressions Of Interest Due:
5:00pm Ct, 1/9/2025
market Survey (estimated):
1/2024
occupancy (estimated):
5/2026
send Expressions Of Interest To:
name/title:
edward “teddy” Seifert
address:
2445 M Street Nw, Suite 510 Washington, Dc 20037
phone:
315-825-1875
email Address:
edward.seifert@gsa.gov
government Contact Information
lease Contracting Officer
michael Sianan
leasing Specialist
me’chaela Buford
broker
teddy Seifert
Closing Date9 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice Only
the Purpose Of This Sources Sought Is To Conduct Market Research To Purchase Impella Pumps And Accessories Or Equal For The San Francisco Va Health Care System.
this Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Supply/services. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is 339112 – Surgical And Medical Instrument Manufacturing.
this Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business, Or Large Business) Relative To Naics 339112 And Size Standard Of 1,000 Employees. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Are Requested To Respond To This Notice But Are Required To Respond To The Official Solicitation Announcement In Order To Be Awarded The Contract.
background: The Department Of Veterans Affairs Is Seeking Vendors Who Can Provide A Impella Pumps And Accessories Or Equal For The San Francisco Va Health Care System. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice.
required Items:
part Number: 0048-0003 Or Equal
description: Impella Cp With Smart Assist Heart Pump Kit To Include: (1) Purge Cassette, (1) 14fr Introducer Sheath, 13cm (1) 14fr Introducer, Sheath 25cm, (1) Placement Guidewire .035'' X 150cm, (1) Placement Guidewire, .018'' X 260cm.
estimated Quantity: 9 Kits/year
contract Vehicle / Period Of Performance:
five (5) Year Idiq Beginning Aro.
salient Characteristics:
see Attached Draft Salient Characteristics Documentation.
instructions:
responses Must Include The Following Information:
company Name, Address, Point Of Contact (poc) Name, Email Address, And Phone Number
business Size With Economic Status, And Unique Entity Id No.
(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) (e) State Whether Your Firm Is Registered With The Sba Vetcert Certification Site At Https://veterans.certify.sba.gov/.
capabilities Statement
please Indicate Whether You Hold A Gsa Federal-supply-schedule Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number.
authorized Distributorship Letter Issued From The Manufacturer (if Not The Original Equipment Manufacturer)
limitations On Subcontracting.
if You Are Responding As An Sdvosb Or Vosb, Confirm Your Ability To Conform To The Non Manufacturer Rule By Completing And Signing The Vaar Clause At 852.219-76 Va Notice Of Limitations On Subcontracting.
the Draft Salient Characteristics Document Is A Draft And Is Subject To Change Prior To Potential Solicitation. If Any Portions Of The Salient Characteristics Or This Sources Sought Notice Are Unclear, Prohibited, And/or You Are Unsure About The Draft Description Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed.
response Is Due By Monday, January 20th, 2025 At 11:00am Pacific. Please Submit E-mail Responses To Leah Smith, Contract Specialist, At Email Address: Leah.smith@va.gov. Please Place “impella Pumps Or Equal” 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 Supplies And/or Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought Notice.
Closing Date20 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: Sources Sought Description:
this Is A Sources Sought Notice, Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research.
by Way Of This Market Survey/sources Sought Notice, The Usace-buffalo District Intends To Determine The Extent Of Firms That Are Engaged In Providing The Services Described Hereunder For Fairport Harbor Dredged Sediment Placement Site, Fairport, Oh.
this Sources Sought Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only And Does Not Commit The Government To Any Further Contract Actions, I.e., Solicitation And/or Contract. Respondents Are Advised That The United States Government Will Not Pay For Any Information Or Administrative Cost Incurred In Responding To This Sources Sought Notice. Not Responding To This Sources Sought Notice Does Not Preclude Participation In Any Future Request For Proposals (if Any) That May Be Issued. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. This Is Not A Solicitation Announcement; This Is A Request For Information (rfi) Only.
this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issue Of An Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense.
at This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Notice. Responses To This Notice Will Not Be Returned. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
government Requirements:
the Purpose Of This Project Is To Provide A Facility To Accept Sediment Dredged From The Authorized Federal Channel In Fairport Harbor, Oh. Routine Maintenance Dredging Is Performed In The Harbor On An Annual Or Bi-annual Schedule (dependent On Federal Funding And Harbor Needs). The Facility Will Need To Accept Dredge Sediment At A Rate And With Sufficient Capacity To Accommodate Anticipated Dredging Needs:
in-situ Dredge Quantities Typically Range Between 50,000 Cy And 250,000 Cy Each Year That Dredging Is Performed. If The Dredged Material Is Subsequently Unloaded Hydraulically (i.e., Pumped Into The Facility), The Overall Volume, Including Added Water, Can Be Expected To Be At Least 3 Times The In-situ Volume. The Most Recent Sediment Assessment (analytical And Physical Properties) Is Provided As An Attachment To This Notice.
dredging And Sediment Placement Is Typically Conducted 24-hours Per Day And 7-days Per Week Within The Environmental Window For The Harbor Which Runs Between July 1st And September 14th Each Year. Waivers Are Sometimes Granted To Allow The Dredging To Start Or Extend 2-weeks Outside The Environmental Window.
a Dredge Rate Of Approximately 3,500 Cy Per Day Is Expected Though Quantities Could Be As High As 6,000 Cy Per Day. Lesser Amounts May Also Be Anticipated Due To Weather/lake Condition Impacts, Equipment Limitations/breakdowns Etc.
contract Duration Is Estimated At 3 Years.
requested Information:
this Agency Requests That Interested Contractors Complete The Following Questions To Assist The Government In Its Efforts.
provide Firm’s Name, Address, Phone Number, Email, And Point Of Contact. ,
narrative Of Proposed Dredged Sediment Placement Site - Interested Firms Must Provide Detailed Information On The Proposed Facility’s Location, Size And Ability To Meet Each Of The Government Requirements (anticipated Dredging Needs) Noted Above. The Narrative Should Also Include:
current Use Of The Proposed Dredged Placement Site.
anticipated Long Term Use Of Dredged Sediment That Will Be Accepted (e.g., Site Fill, Beneficial Reuse, Agriculture, Etc.).
site-specific Access Requirements And Proximity To The Federal Channel In Fairport Harbor, Oh.
anticipated Requirements Or Provisions That The Facility Would Require For Sediment Delivery (i.e., Items That Would Be Required Of Others).
maximum Dredged Sediment Capacity Per Year And Total Lifetime Sediment Capacity Of Facility (in Cubic Yards).
duration Or Timeline From The Date Of A Contract Award Until The Required Permits Would Be In Place And The Facility Ready To Accept Dredged Sediment.
note: Total Submittal Package Shall Be No Longer Than 5 Pages. Please Only Include A Narrative Of The Requested Information And A Map Or Drawing Of The Facility’s Location And Features If Available.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Department Of Energy Tender
Metals and Non-Metals
United States
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting. The Requirements/specifications Of The Electron Beam Melting Furnace Is Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Advanced Alloy Manufacturing Laboratories Focusing On Improving Manufacturing And Materials Performance In An Array Of Challenging Environments. As Part Of This Mission, Netl Has A Need For An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting.the Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Furnace Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On January 3, 2025 Through The Fedconnect Portal Or To David.lahey@netl.doe.gov. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
Closing Date3 Jan 2025
Tender AmountRefer Documents
3441-3450 of 4104 archived Tenders