Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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/

Department Of Energy Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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.

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought Synopsis Issued In Support Of Navair Pma 202 And Its Mission To Develop, Integrate, And Support Aircrew Systems For The Navy And Marine Corps By Supporting The Following Programs: Aircrew Endurance (ae), Improved Joint Helmet-mounted Cuing System (ijhmcs), Night Vision Cueing And Display (nvcd), Hearing Protection Helmet. This Posting Will Determine The Interest In This Requirement And Determine If That Interest Warrants A Full And Open Competition. description this Is A Sources Sought Synopsis Only And Does Not Constitute A Solicitation Announcement. This Is Not A Request For Proposals Or A Quote And In No Way Obligates The Government To Award Any Contract. This Sources Sought Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation Announcement For Quotes/proposals And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Has Been Issued To Survey The Market And Assist The United States Navy (usn) In Determining Possible Sources For Consideration. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request To Be Considered For A Contract Award. the Usn Is Conducting Market Research To Seek Sources That Have The Capability To Manufacture The Following Item (the Usn Is Seeking Manufacturers Only): description: product Description: communication Head Set With The Following Functionality: omni-directional Microphones And High Fidelity Speakers That Are Optimized For Clear And Accurate Sound Replication boom Microphone Providing 18db Of Noise Cancellation Measured At 10mm Distance, Normalized For 0db At 1khz. 4 Pin U-174 Plug And Will Connect Directly Into Your Existing Push-to-talk Radio Adapters shielding Within The Cables And Around The Circuitry To Reduce The Effects Of Radio Frequency (rf) And Electromagnetic Interference (emi) push-to-talk Radio Adapter swivel, Molle Clip connection To Military 6-pin Radio ( 6-pin Mil-c-55116) Or Motorola Apx Series Radios push To Talk Must Be Designed To Fit The Size And Shape Of Either Hand And Be Used With A Gloved Hand headset Connection Serves As A Break-away Connector For Removal In Emergency Situations hearing Protection noise Reduction Rating (nrr) 20-23db • Tested In Accordance To Ansi S3.19-1974 impulse Noise Protection Tested To 168db Peak Spl In Accordance With Ansi S12.42-2010 must Meet The Single Hearing Protection Requirement Listed In Da Pam 40-501 Army Hearing Conservation Program 2015 For Both Steady-state And Impulse Noise electro Magnetic Interference Must Be Tested In Accordance To Mil Std 461e/f integrated Respiratory & Communications must Allow For A Connection To Oxygen Systems (haho/halo Operations) And The First Responder Respirator (frr). When Used With The Frr, The Operator Will Not Need To Remove The Boom But Plug The Respirator Microphone Cable Into The Back Of The Headset. must Offer A Communication Cable Option For The Joint Service General Purpose Mask Allowing The Operator To Plug The Headset Into Their Ptt And Provides A Mic Line That Connects To The Respirator’s Internal Mask Microphone. communications Interface downleads Terminate In A Standard U/174 Nato Wired “quick Disconnect” Plug. must Offer A Single Downlead Headset With A 5-pin Connector To Support Connection To Dual And Multi Comm Communication Control Units (ccus) responses responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Responses Should Include Approximate Lead-time For Delivery Of Product. Please Respond To The Following Questions: is Your Business Considered A Manufacturer, Distributor Or Reseller? is Your Business A Large Or Small Business And How Many Employees? what North American Industry Classification System (naics) Code Does Your Company Use For This Type Of Service? if Small, Does Your Firm Qualify As A Small, Emergent Business, Or A Small, Disadvantaged Business? if Disadvantaged, Specify Under Which Disadvantaged Group And Is Your Firm Certified Under Section 8(a) Of The Small Business Act? is Your Firm A Certified Hub Zone Firm? is Your Firm A Woman-owned Or Operated Business? is Your Firm A Certified Service-disabled Veteran-owned? is Your Product Listed On A General Services Administration (gsa) Schedule? do You Have Other Dod Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers? For Agencies Using This Product, How Many Units Have Been Delivered In The Past 90 Days after The Review Of The Responses To This Sources Sought Announcement, The Usn Will Determine Whether Or Not To Proceed With A Solicitation Announcement. Responses To This Sources Sought Synopsis Are Not Adequate Responses To Any Future Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation In Addition To Responding To This Sources Sought Synopsis. Responses To This Sources Sought Synopsis Are Not A Request To Be Added To A Prospective Offerors List Or To Receive A Copy Of The Solicitation.

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date18 Jan 2025
Tender AmountRefer Documents 
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Nurse Advice/nurse Triage Telephone Services tracking Number: Ss-gsu-25-0005 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301;crownpoint Health Care Facility,hwy Junction 57, Rt9, Crownpoint, Nm 87313; Andkayenta Health Center, Hwy 160 S Mile Post 394.3,kayenta, Az 86033 Is Seeking Capable Sources For Nurse Advice/nurse Triage Telephone Services the Anticipated Period Of Performance Is 06/01/2025 Through 05/31/2030. See Below For Full Service Performance: base Period: 06/01/2025 - 05/31/2026 1st Option Period: 06/01/2026 - 05/31/2027 2nd Option Period: 06/01/2027 - 05/31/2028 3rd Option Period: 06/01/2028 – 05/31/2029 4th Option Period: 06/01/2029 - 05/31/2030 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621399 With A Small Business Size Standard Of $10.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 17, 2024; 10:00 A.m. (mdt). 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: 621399 With A Small Business Size Standard Of $10.0 Million 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: Adrian Segay, Contract Specialist Adrian.segay@ihs.gov place Of Performance: Gallup Indian Medical Center 516 E. Nizhoni Blvd Gallup, Nm 87301 Crownpoint Health Care Facility Hwy Junction 57, Rt9 Crownpoint, Nm 87313 Kayenta Health Center Hwy 160 S Mile Post 394.3 Kayenta, Az 86033 this Is Not A Solicitation.

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 9.3 Million (USD 160.2 K)
Details: Description Invitation To Bid For Callawa Cis 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,383,647.23 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Callawa Cis, Ddn Lmc 2025-11. 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 Canalization At Main Canal (hdpe Pipes) Along Damaged Portion - Callawa Cis,completion Of The Work Required 300 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 28, 2024 – January 22, 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 Ten Thousand Pesos (p10,000.00). 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 January 6, 2025 , Monday 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 22, 2025, Wednesday 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. Bid Opening Shall Be On January 22, 2025, Wednesday 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. 8. 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 Stake Truck (6-8 Cu.m.) 1 Backhoe 1 Dump Truck (9 Cu.m.) 2 Concrete Cylinder Molds 3 Walk Behid Compactor 1 Ton 1 Concrete Vibrator 1 Survey Instruments (level) 1 One Bagger Mixer 2 Low Bed 1 Pick Up 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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only the Purpose Of This Sources Sought Is To Conduct Market Research To Purchase Riley Containers With Micropak Bases, Lids, And Mats By Aspen Surgical Products, Inc., Or Equal For The Sacramento Va Medical Center. this Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Supplies. 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 Is339112 – 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 Tonaics 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 Riley Containers With Micropak Bases, Lids, And Mats By Aspen Surgical Products, Inc., Or Equal For The Sacramento Va Medical Center. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. required Items: part Number: 1025rl Or Equal manufacturer: Aspen Surgical Products, Inc. description: Riley Container; Micropak, Base, Lid&mat,6x10x1.5,in estimated Quantity: 472 Each part Number: 2025 Or Equal manufacturer: Aspen Surgical Products, Inc. description: Riley Container; Micropak, Base,lid&mat,10x15x1.5,in estimated Quantity: 120 Each 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 Bywednesday, January 29th, 2025 At 3:00pm Pacific. Please Submit E-mail Responses To Victoria Torres, Contract Specialist, At Email Address: Victoria.torres@va.gov. Please Place “riley Container Micropaks 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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
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.
3441-3450 of 4104 archived Tenders