Survey Tenders

Survey Tenders

INDIAN HEALTH SERVICE USA Tender

Others
United States
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service: 1.naics Code: 334516 – Analytical Laboratory Instrument Manufacturing A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: 1. Product Description: Breathid Smart Instrument Product Number: Vs07000 Quantity: 1 2. Product Description: Idkit Hp Two Product Number: Ac00063 Quantity: Qty. Per Uom Is 5, With # Units Of 50. to Be Provided For A Base Year Plus Four Option Years To The Albuquerque Indian Health Center Located At 801 Vassar Drive Ne, Albuquerque, Nm 87106. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov. 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 15th, 2025 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Road Construction
United States
Details: Sources Sought asphalt, Grant Avenue 02 January 2025 u.s. Army Fort Leavenworth Department Of Public Works classification Code: Z2lb Repair Or Alteration Of Highways/roads/streets/bridges/railways naics Code: 237310 Highway, Street, And Bridge Construction. set Aside: Tbd please Note: This Is Not A Solicitation Announcement. This Is A Potential Sources Sought Issued Only To Conduct A Market Research Study For An Anticipated Military Program. the Information Received Will Be Used Within Department Of Public Works, Fort Leavenworth, Kansas, To Facilitate The Decision-making Process And Will Not Be Disclosed Outside Of The Organization. This Announcement Is Not A Request For Proposals, But A Survey Of The Market For Potential Sources. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. This Notice Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment By The Government For Any Purpose Other Than Market Research. Respondents Will Not Be Notified Of The Results Of The Evaluation. department Of Public Works, Fort Leavenworth, Ks Is Seeking Current Relevant Experience, Personnel, And Capability To Work That Includes But Is Not Limited To The Following: 2” Mill And Overlay Of Grant Avenue From Cody Road To Pope Avenue On Ft. Leavenworth, Kansas, Install Pavement And Markings, Refer To Asphalt Contract Specifications, Provide Traffic Control As Needed, Requires A Traffic Control Plan Be Submitted For Approval, One Lane Of Traffic In Each Direction Is To Always Remain Open During Construction. No Construction Will Be Allowed Between July 4, 2025, And July 6, 2025, And All Lanes Of Traffic Shall Be Open And Operational During This Window. the Work To Be Done Consists Of Furnishing All Plant, Labor, Equipment, And Materials As Well As Performing All Work In Strict Accordance With The Drawings And Specifications For Flexible Pavement Requirements And Miscellaneous Construction And Repairs At Fort Leavenworth, Kansas. All Work Performed By The Contractor Shall Result In A Complete And Functional System. the Contract To Be Awarded Will Be For Construction In Fort Leavenworth, Within The North American Industry Classification System (naics) Code Is 237310 (highway, Street, And Bridge Construction). interested Sources Are Invited To Respond To These Sources Sought Announcement Utilizing Their Company Letterhead In A Portable Document Format (pdf). responses To This Source Sought Should Be Forwarded To The Attention Of Felipe D. Zaragoza At The Following E-mail – Usarmy.leavenworth.acc-micc.mbx.construction@army.mil Or Felipe.d.zaragoza.civ@army.mil And Or Ms. Jennifer Walker At Jennifer.s.walker12.civ@army.mil
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Is Being Issed Since The Solicitation Set-a-side Was Changed From Total Small Business To Full And Open the Dla Aviation Richmond Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement: nsn: 6150-01-611-8881 nomenclature: Wiring Harness,branch solicitation: Spe4a6-24-r-0275 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334419. the Solicitation Was Open And Is Closed At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By February 3, 2025 At 11:59pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Patsy.bedford@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Patsy.bedford@dla.mil .
Closing Date4 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By The Albuquerque Area Indian Health Service. This Notice Is Intended Strictly For Market Research To Determine If A 100% Set Aside For Indian Small Business Economic Enterprise Or If A 100% Set Aside For Small Business Concerns Can Fulfill The Requirements Set Forth In This Request For Information. this Is A Request For Information Only, Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (indian Small Business Economic Enterprise Or Other Small Businesses Categories). the Albuquerque Area Indian Health Service Is Conducting A Market Survey To Help Determine The Availability Of The Following Item: naics Code: 339113 description: Surgical Appliance And Supplies Manufacturing medical Supplies For The Nursing Department. acquisition Will Be For A Base Period With Four Option Periods. the Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Whether A Set-aside Is Appropriate. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities, Http://www.sam.gov, At A Later Date, And All Interested Parties Must Respond To The Solicitation Announcement Separately From The Responses To This Announcement In Order To Be Considered. interested Parties Are Required To Submit: if Your Business Can Provide This Type Of Service, Submit A Capability Statement -include Company Name, Address, Point Of Contact, Unique Entity Number, Size Of Business Pursuant To North American Industrial Classification System (naics). summary Of Relevant Performance History (with Points Of Contact And Applicable Telephone Numbers, Addresses And Email Addresses, If Available) Within The Past Three Years. interested Parties Are Required To Be Registered And Certified In The System For Award Management (sam), Https://www.sam.gov. what Is Your Socioeconomic Status? Is Your Business An Indian Small Business Economic Enterprise (isbee)? Is Your Firm A Veteran Owned Small Business? A Certified Service-disabled Veteran Owned? Is Your Firm A Woman-owned Business? Is Your Business A Small Business? complete The Indian Economic Enterprise Representation Form. submit All Information To Shannon Eldridge-shorty Via E-mail: Shannon.eldridge-shorty@ihs.gov; No Later Than January 08, 2025 By 03:00 Pm (mt).
Closing Date8 Jan 2025
Tender AmountRefer Documents 

The City Of Taguig Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Supply And Delivery Of Drinking Water: 6,000 Jugs Requirements: 1. Six Thousand (6,000) Jugs Of Purified Drinking Water For One (1) Year On A Per Order Basis, Ensuring Continuous Supply Throughout The Duration Of The Contract Period. 2. Purified Drinking Water (deep Well Or From Local Water Concessionaires Manila Water/maynilad Water). 3. Minimum Of 18 Stages Purification/filtration Process. 4. Provision Of Twenty-five (25) Units Brand New Hot, Cold, And Normal Temperature Water Dispensers Free Of Charge. 5. Monthly Maintenance Of All Water Dispensers, Including Thorough Cleaning, Check-up And Immediate Replacement If Of Parts In Case Of Breakdown Or Replacement If Not Repaired Within Two (2) Working Days. 6. Random Sampling Of Water Samples Done Not More Than Twelve (12) Times Within The Contract Period, Shall Be Jointly Conducted By Supplier And Ipophl, And Sent To Water Testing Laboratory, With Costs Chargeable To Supplier. 7. Provision For Free Use Of 5 Gallons Bottles Of With No Deposit. 8. Bottles Must Be Sterile Food Grade, Bpa-free Brand-new Bottles. 9. Comply With The Health And Safety Protocols Issued By Ipophl And/or Other Government Agencies In Relation To The Prevention And Mitigation Of Infectious Diseases. 10. Submission Of The Following With The Bid/proposal: • Doh Operational Permit And/or License To Operate From Food And Drugs Administration (fda) Upon Submission Of Bid/proposal • Lgu Sanitary Inspection Certificate • Drinking Water Site Clearance From The Lgu Health Office • Sanitary Survey Of Water Source From Lgu Health Officer If Source Is Other Than The Mwss Distribution System • Health Office Operational Permit • Certificate Of Potability Issued By The Lgu Health Office • Current Sanitary Permit From The Local Government • Business Permit From The Local Government • Latest Water Test From Doh Accredited Water Testing Laboratories Covering The Date Of Submission 11. Payment Terms: .:. Payment Will Be Made Monthly Based On Actual Delivery And Upon Submission Of The Following: • Invoice • Monthly Water Test From Doh Accredited Water Testing Laboratories • Delivery Receipt/proof Of Delivery 12. Bid Price Includes Delivery, Repair And Maintenance Of Dispensers And All Applicable Taxes. 13. Fixed Contract Price, No Escalation During The Term Of The Contract. 14. Delivery At The Ipophl: • Intellectual Property Center #28 Upper Mckinley Rd. Mckinley Hill Town Center, Brgy. Pinagsama, Taguig City, And/or; • Savya Financial Center, Pulse St. Cor. Anchor St. Cor. Tandem Rd., Arca South, Western Bicutan, Taguig City
Closing Date8 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. No Formal Solicitation Document Exists At This Time. We Are Seeking Information For Market Research Purposes Only. The Government Will Not Pay For Any Information Solicited. the Vha Network Contracting Office 8 (nco 8) Is Conducting A Market Survey To Find Qualified Vendors For North Florida/ South Georgia Va Healthcare System Home Oxygen Service. the Proposed Naics 532283 Is Applicable To This Acquisition; With A Size Standard Of $41m Dollars. objective: the Department Of Veterans Affairs (va) North Florida/south Georgia Va Healthcare System (nf/sgvahs) Located At 1601 S.w. Archer Road Gainesville, Florida Has A Requirement For Home Oxygen And Medical Equipment Management Services. The Contractor Shall Provide Patient Education On Equipment Issued, Safety, Emergency Preparedness, Infection Control. The Contractor Shall Provide Supplies, Materials, Equipment, Labor, Supervision, Equipment Management, Safety Management, Repairs, And Preventative Maintenance. This Shall Include But It Not Limited To; Set-ups, (initial & Restarts), Switch-outs, Basic & Complex Systems. All Government Furnished Property (gfp) Will Be Labeled As Va Owned. the Contractor Shall Furnish, Provide, Install And Maintain Medical Oxygen Equipment, High Pressure Cylinder, 50 Psi Air Compressors, Pocs, Concentrators (if Va Owned Concentrators, Pocs Not Available) And/or Liquid Systems, Portable Systems, Emergency Back-up Systems And All Required Supplies To All Beneficiaries Serviced By Nf/sg Va Healthcare System And Its Associated Outpatient Clinics. The Total Number Of Home Oxygen Patients At Each Va Site Varies And Is Subject To Change. The Contract Period Will Be A Base Of Twelve Months And Four Twelve Month Options. all Interested Parties Should Respond, In Writing Via Email To Yolanda.glover@va.gov. Your Response Is Required By 01/13/2025 At 4:00 Pm Est. In Your Response, Please Include The Following: company Name address point Of Contact With Email And/or Phone Number unique Entity Identifier (uei) Number gsa Contract Number, If Applicable information Describing Your Interest company Socio-economic Size (example Large, Small, Sdvosb, Vosb, Wosb Etc.) Utilizing The Naics Code And Size Standard Noted Above.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: The Dla Aviation Richmond Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement: nsn: 6260-01-265-0614; 6260-01-265-0613 nomenclature: Light,chemiluminesc solicitation: Spe4a6-25-r-x337 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 335139. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By January 20, 2025 At 11:59pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Patsy.bedford@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Patsy.bedford@dla.mil .
Closing Date21 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: La city: Lake Charles delineated Area: North: I-10 east: La397 To Hwy 165 south: Lincoln To Gulf Highway To West Lincoln to Hwy 90 west: 384 To W. Prien Lake Rd. To Cove Ln. To golden Nugget Blvd To L’auberge Blvd. To W prien Lake Road To Lake Street To West sallier Street To Marine St. To Shell Beach Dr. to Lakeshore Dr minimum Sq. Ft. (aboa): 8,065 maximum Sq. Ft. (aboa): 9,275 space Type: Office parking Spaces (total): 36 parking Spaces (surface): 36 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 180 firm Term: 120 option Term: N/a additional Requirements: 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/0.2-percent-annual Chance] Floodplain (formerly Referred To As [“100- year”/“500-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. 10/2023 the U.s. Government Currently Occupies Office And Related Space In A Building under A Lease In Iowa, La, That Will Be Expiring. The Government Is Considering alternative Space If Economically Advantageous. In Making This Determination, the Government Will Consider, Among Other Things, The Availability Of Alternative space That Potentially Can Satisfy The Government’s Requirements, As Well As costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, replication Of Tenant Improvements And Telecommunication Infrastructure, And non-productive Agency Downtime. expressions Of Interest Due: January 22, 2025 market Survey (estimated): February 10, 2025 occupancy (estimated): May 26, 2026 send Expressions Of Interest To: name/title: Stephen Love, Leasing Specialists email Address: Stephen.love@gsa.gov government Contact Information lease Contracting Officer Thomas Sisson leasing Specialist Stephen Love broker N/a
Closing Date22 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
United States
Details: Sources Sought Synopsis the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support A Requirement For Hvac Repair Services At The Tomah Vamc Located At 500 E Veterans St, Tomah, Wi 54660. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238220 - Plumbing, Heating, And Air-conditioning Contractors. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. requirements: vendor Will Provide Labor, Materials, Travel, And Equipment Necessary To Repair Two (2) Outdoor Hvac Units. The Units Have Been Diagnosed By A Daikin Certified Technician Which Indicated The Primary Compressor Needs To Be Replaced In Each Unit. One (1) Unit Will Need The Contactor Replaced. Both Units Are Daikin Heat Pump Models Reyq120pbtj. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address If Applicable, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses, Sole Sourced Or Procured Through Full And Open Competition. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 3:00 Pm Local Time (central) On January 23rd, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Robert.ruska@va.gov.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Details: The Dla Aviation Richmond Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement: nsn: 6230-01-300-6426 nomenclature: Lantern, Electric solicitation: Spe4a6-25-r-0128 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 335139. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By January 28, 2024 At 11:59pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Patsy.bedford@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Patsy.bedford@dla.mil .
Closing Date29 Jan 2025
Tender AmountRefer Documents 
3561-3570 of 4558 archived Tenders