Survey Tenders
Survey Tenders
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
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
United States
Details: Modification 2 (12/12/2024)
the Original Advertisement Dated 01/04/2024 And Modified On 12/03/2024, Is Hereby Modified To Extend The Due Time And Date For Expressions Of Interest From4:30 Pm Eastern, Tuesday, December 10, 2024 To 4:30 Pm Eastern, Wednesday, January 8, 2025.
all Other Aspects Of The Original Advertisement And 12/03/2024 Modification Remain Unchanged From Its Original Intent.
modification 1 (12/03/2024)
the Original Advertisement Dated 01/04/2024, Here Herby Deleted In Its Entirety And Replaced With The Following To:
update The Presolicitation Reference Number
clarify Government, Producer/visitor And Employee Parking Requirements
add Ti Pre-award Dids To Ti Methodology
clarify And Add Specifications To Additional Requirements, Including Modifying Minimal Floodplain Requirements.
add Language Regardingsection 889 Of The Fy19 National Defense Authorization Act (ndaa)
extend The Expressions Of Interest (eoi) Due Time And Date.
remove Hidden Text Language Inserted In Error.
add Language Regarding Systems For Award Management (sam) Registration Requirements.
insert Additional Language And/or Clarification For Expressions Of Interest (eoi Response Guidance, Instructions And Requirements.
inserted Additional Language And/or Clarification For Eoi Submission.
remove Previous Usda Reality Specialist Name And Contact Information.
||denotes A Change Or Modification From The Original Advertisement Dated 01/04/2024.
the U.s. Department Of Agriculture (usda) Seeks To Lease The Following Space:
|| Presolicitation Number:57-42085-25-fa
state: Pennsylvania
city: Mercer
county: Mercer County
delineated Area:
north: Beginning At Lake Road/ West Corell Road/ East Cornell Road (township Road 539), Franklin Road, (us Route 62 (us 62)), Ending At Interstate Highway 79 (i-79).
east: Beginning At Interstate Highway 79 (i-79) Ending At Leesburg Grove City Road (pa State Route 258 (pa 58)).
south: Beginning At Leesburg Grove City Road (pa State Route 258 (pa 258)) Continuing Westbound To Leesburg Grove City Road (pa State Route 208 (pa 208) To The Mercer County Line To The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)).
west: Beginning At The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)) Continue Mercer-new Wilmington Road/shenango Street* (pa State Route 158 (pa 158)), West Market Street/sharon Mercer Road (u.s. Route 62 (us 62)), Skyline Drive, South Lake Road (pa State Route 258 (pa 258)), North Skyline Drive, Ending At Lake Road (township Road 539).
minimum Sq. Ft. (aboa):3,632 Aboa Sf Minimum
maximum Sq. Ft. (aboa):3,813 Aboa Sf Maximum
maximum Sq. Ft. (rsf):not To Exceed 4,358 Rsf
space Type:general Purpose Office And Related Space
||government Official Vehicle (gov)surface/outside Reserved Parking Spaces: Three (3) Reserved, On-site Surface Parking Spaces For Government Official Vehicles (govs) Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For "official Use" In Performance Of The Government's Mission.
|| Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twelve (12) On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. The Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. Parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. Two (2) Of The Producer/visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. The Spaces Should Be In Addition To The Pull-through Parking Requirements.
||employee Surface/ Outside Non-reserved Parking Spaces:twelve (12) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building.
full Term:up To Twenty (20) Years (240-months)
firm Term:ten (10) Years (120-months)
termination Rights:120-days In Whole Or In Part Following The Expiration Of The Firm Lease Term.
||tenant Improvements: Pre-award Design Intent Drawing (dids) Workshop; Turnkey Tenant Improvement Build-out.
||additional Requirements:
||square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement.
the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use.
the Space Shall Be In A Professional Office Environment Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use.
the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas.
the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment, Or Detention Facilities Are Located.
subleases Are Not Acceptable.
first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required.
the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays).
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 0.2-percent-annual Chance Floodplain (formerly Referred To As “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.
|| Expressions Of Interest Due: 4:30 Pm Eastern, Tuesday, December 10, 2024
market Survey (estimated): Tbd
occupancy (estimated):within 90-days Of The Government’s Issuance Of Notice To Proceed For Tenant Improvement Construction.
note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award.
||expressions Of Interest Shall Include The Following:
||refer To Project Number57-42085-25-fain Expressions Of Interest Response.
||if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.*
||brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.*
||photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site.
||forexisting Buildings, Download From Sam.gov And Completein Its Entirety Lease Market Survey Form For Existing Building, Ms-2991.
||ifexisting Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered.
||fornew Constructionproperties, Where A Land Site Is Proposed, Download From Sam.gov And Complete N Its Entirety The Land Market Survey Form I.
||ifnew Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans.
||forbothexisting Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered.
||forbothexisting Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal.
||forbothexisting Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required.
||forbothexisting Buildings And New Construction, The Date Of Space Availability.
||for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal.
||confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas).
||confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable.
||confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements.
||for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements.
||* As Mentioned In #2 & #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received.in Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date.
send Expressions Of Interest To
||in No Event Shall An Offeror, Owner, Or Their Representatives And/or Designees, Enter Into Negotiations Or Discussions Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Contracting Officer Or Their Authorized Representative Indicated Below:
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
government Contact Information
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
------------------------------------------------------------------------------------------
sam Advertisement (01/04/2024)
presolicitation#57-42085-24-fa Is Hereby Deleted In Its Entirety And Replaced By Sam Advertisement Modification No. 1 (12/03/2024).
Closing Date8 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Description: Water Heater 400 Sources Sought Notice
notice Type:
sources Sought / Market Research
synopsis:
this Is A Sources Sought / Market Research Synopsis To Request Information For Government Planning Purposes Only. Responses Will Assist The Government In Planning Its Acquisition Strategy For A Potential Future Acquisition. The Government Is Not Committed To Issue A Solicitation Or Award A Contract As A Result Of This Announcement. Army Contracting Command - Warren Is Seeking Qualified And Capable Potential Vendors. Since This Is A Sources-sought Synopsis And Not A Solicitation For Receipt Of Proposals Or Quotations, The Government Does Not Encourage Questions Concerning This Market Research.
this Request For Information (rfi) Is For The Manufacturing Of The Water Heater 400. The Government Is Seeking To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of The Community, To Include Both Small And Large Businesses.
this Rfi Is For The Manufacturing Of The Following:
noun: Army Water Heater 400
nsn: 4520-01-566-6669
p/n 111244
naics Code: 333414
if Your Company Is Interested And Can Demonstrate The Firm’s Ability, Capability, And Responsibility To Deliver The Equipment Summarized Above, We Encourage You To Respond To This Announcement With A Statement Of Your Qualifications And Capability. In Order To Do So, You Need To Provide:
-name And Address Of The Firm.
-duns Number And Cage Code (valid System For Award Management (sam) Is Mandatory).
-your Firm’s Point Of Contact (name, Phone Number, And Email Address).
-your Company’s Business Size Status (small Or Large) (including Service-disabled Veteran Owned, If Applicable). If Claiming Small Business Status, The Information Must Be Verifiable In Sam.
-a Summary Of The Item’s Commercial Availability.
-a Summary Of Your Company’s Expertise In The Manufacturing Of The Army Water Heater 400.
-a Summary Of Your Company’s Delivery Capability.
-a Summary Of Your Company’s Experience Conducting First Article Testing
-a Summary Of The Place Of Performance.
statements Of Your Firm’s Expertise Should Include Reference To Relevant Contracts Performed (including A Description Of The Scope, Quantity Manufactured, Contract Number, And Point Of Contact With Phone Number).
responses To This Sources Sought Are To Be Done In Microsoft Word And Are Limited To 15 Pages, Text In Times New Roman 12pt, And With One Inch Margins. The Government Acknowledges Its Obligations Under 18 U.s.c. 1905 To Protect Information Qualifying As Confidential Under This Statute. Pursuant To This Statute, The Government Is Willing To Accept Any Proprietary (e.g., Trade Secret) Restrictions Placed On Qualifying Data Forwarded In Response To The Survey Questions And To Protect It From Unauthorized Disclosure Subject To The Following:
1. Clearly And Conspicuously Mark Qualifying Data With The Restrictive Legend (all Caps) Proprietary With Any Explanatory Text, So That The Government Is Clearly Notified Of What Data Needs To Be Appropriately Protected.
2. In Marking Such Data, Please Take Care To Mark Only Those Portions Of The Data Or Materials That Are Truly Proprietary (over Breadth In Marking Inappropriate Data As Proprietary May Diminish Or Eliminate The Usefulness Of Your Response - See Item 6 Below). Use Circling, Underscoring, Highlighting Or Any Other Appropriate Means To Indicate Those Portions Of A Single Page Which Are To Be Protected.
3. The Government Is Not Obligated To Protect Unmarked Data. Additionally, Marked Data That Is Already In The Public Domain Or In The Possession Of The Government Or Third Parties, Or Is Afterward Placed Into The Public Domain By The Owner Or Another Party Through No Fault Of The Government Will Not Be Protected Once In The Public Domain. Data Already In The Possession Of The Government Will Be Protected In Accordance With The Government's Rights In The Data.
4. Proprietary Data Transmitted Electronically, Whether By Physical Media Or Not, Whether By The Respondent Or By The Government, Shall Contain The Proprietary Legend, With Any Explanatory Text, On Both The Cover Of The Transmittal E-mail And At The Beginning Of The File Itself. Where Appropriate For Only Portions Of An Electronic File, Use The Restrictive Legends Proprietary Portion Begins: And Proprietary Portion Ends.
all Interested Firms And Manufacturers, Regardless Of Size, May Respond To This Request For Information. Information Submissions Can Include Product Literature And Illustrations, Relevant Company Background/experience. Information Submissions Must Be Received No Later Than 30 Days Following Posting Of The Rfi. Responses Should Be Addressed To Deborah A Hough, At The Following Address: Deborah.a.hough2.civ@mail.mil.
again, This Information Is Being Requested For Government Planning Purposes Only And Does Not Commit The Government To Any Contractual Agreement. This Is Not A Request For Proposals. The Government Will Not Award A Contract Based Upon Responses To This Announcement. The Government Shall Not Reimburse Or Pay Any Costs For Preparing Or Submitting Information In Response To This Notice.
contracting Office Address:
army Contracting Command - Dta, Attn: Ccta-apn-b, 6501 E. Eleven Mile Road, Warren, Mi 48397-5000
point Of Contact(s):
deborah Hough 571-588-9136
Closing Date5 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Gas, And Water Utility Providers Capable Of Servicing Naval Support Activity (nsa) Panama City, Fl.
this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work.
if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Antonio.l.borgesrosario.civ@us.navy.mil, And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration.
if I Do Not Hear From You By January 2, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time.
please Refrain From Contacting Other Individuals At Nsa Panama City, Fl At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Natural Gas, And Water Utility Providers Capable Of Servicing Naval Air Station (nas) Whiting Field, Fl.
this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work.
if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Leaundria.d.shaheed.civ@us.navy.mil, And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration.
if I Do Not Hear From You By January 2, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time.
please Refrain From Contacting Other Individuals At Nas Whiting Field, Fl At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Natural Gas, And Water Utility Providers Capable Of Servicing Naval Support Facility (nsf) Beaufort, Sc.
this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work.
if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Christopher.c.tucker5.civ@us.navy.mil And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration.
if I Do Not Hear From You By January 02, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time.
please Refrain From Contacting Other Individuals At Nsf Beaufort, Sc At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Details: Looking For A Source Sought Capable Of Providing The Following Requirement.
please Email Hannah.rheaume@dla.mil With Your Capabilities As A Request To Be Considered. For More Information, Please Reference The Source Approval Program Located At Https://www.tacom.army.mil/cmo/sap.html
item: Cylinder Assembly,actuating,linear
nsn: 3040-01-269-8882
part Number:140669b (cage: 8t716)
minimum Guaranteed Quantity: 90
total Est. 5-year Quantity = Xx Each
please Note:
• This Notice Is Not An Open Solicitation (i.e. Invitation For Bid Or Request For Proposal).
• Qualification Testing And Evaluation Is Required To Become An Approved Source.
• Source Approval Does Not Guarantee Business.
• Qualifying As An Approved Source Only Provides The Opportunity To Compete On Future Solicitations.
additional Information:
*source Approval Program:
https://www.tacom.army.mil/cmo/sap.html
*source Approval Program – What Is It?:
https://www.tacom.army.mil/cmo/sap_what.html
*source Approval Request (sar) Package Requirements:
https://www.tacom.army.mil/cmo/sap_sar.html
point Of Contact:
title: Source Approval Officer
email: Usarmy.detroit.tacom.mbx.lcmc-market-surveys@mail.mil
Closing Date4 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Is No Commitment By The Government To Issue A Solicitation, Make Awards, Or Pay For Respondent's Expenditures Made In Response To This Notice. Interested Vendors Are Responsible For Monitoring This Notice For Any Subsequent Amendments. All Submissions Become Government Property And Will Not Be Returned. Any Solicitation Issued As A Result Of This Notice Will Be In A Separate Announcement. The Purpose Of This Notice Is To Survey Interest And Obtain Capability Statements From Industry.
the U.s. Army Corps Of Engineers (usace) Baltimore District Requests Letters Of Interest From Qualified Small Businesses, 8(a)s, Hubzones, Wosb Or Sdv Interested In Performing Work On The Potential Debris Vessel Reynolds Maintenance, Chesapeake Bay, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Or Acquisition Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To A Contract For Any Construction Requirements. Further, The Baltimore District (the 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 Cost Associated With Responding To This Notice Will Be Solely At The Responding Party’s Expense. At This Time, Propriety Information Is Not Being Requested And Respondents Shall Refrain From Providing Propriety Information In Response To This Notice. 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 Solicitation, If Any Is Issued.
project Description
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit And Award For Debris Vessel Reynolds Maintenance Services Located Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.
contractor Is Responsible For Supplying All The Necessary Services, Equipment, And Equipment Materials To Perform All Maintenance And Repair Activities In The Scope Of Work. The Work May Include Welding Modifications/fabrications Which Shall Be Performed By A Certified Welder. All Electrical Work Shall Be Performed Under The Direct Supervision Of An American Boat And Yacht Council (abyc) Certified Marine Electrician. All Electrical Work Shall Meet Marine Standards With Materials Being “underwriters Laboratory (ul) Marine Listed”, American Bureau Of Shipping (abs) Classed, And U.s. Coast Guard (uscg) Accepted. All Paint Shall Be Marine Grade Paints/coatings. All Work Is To Be Completed To Meet Manufacturer Specifications And Installed Equipment Warranty Requirements. All Work Shall Meet The Environmental Protection Agency (epa) And U.s. Coast Guard Standards (u.s.c.g.). All Equipment And Work Shall Be Warranted To The Equipment Manufacturer’s Warranty Standards But No Less Than 12 Months From The Date Of Acceptance Of The Work.
an Experienced Contractor With Resources And Expertise To Handle The Following Project Constraints Is Needed: The Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service Disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
the North American Industry Classification System (naics) Code For This Procurement Is 488390 – “other Support Activities For Water Transportation”. The Size Standard Is $47,000,000.
capabilities Statement
vendors Interested In The Potential Procurement Shall Submit A Brief Capabilities Statement No Longer Than Ten Pages. The Capabilities Statement Shall Include The Following:
1. Company Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code, And Uei Number.
2. Business Size In Relation To The Naics Code, Including Small Business Category As Applicable (e.g. Woman-owned Small Business, Service-disabled Veteran-owned Small Business, Etc.).
3. Information And Details Of Similar Projects To Include The Contract Values
4. Answers To The Questions Below:
are You Within The Interior Boundary Of The Chesapeake Bay And Its Tributaries.?
are You Experienced In Doing Shipyard Repairs?
are You Experienced In Fabricating And Welding?
what Is Your Minimum Cost For Maintenance?
where Is Your Maintenance Site Located?
do You Have References?
email Capabilities Statement To Angela Padua, Contract Specialist At Angela.s.padua@usace.army.mil And Sharon Alexander, Contracting Officer At Sharon.l.alexander@usace.army.mil No Later Than 2:00 Pm Eastern Time, January 31, 2025; Reference Sources Sought Number W912dr25x13z7. Submissions Will Be Shared With The Government Project Delivery Team, But Otherwise Will Be Held In Strict Confidence. No Feedback Or Evaluations Will Be Provided To Respondents Regarding Their Submissions. If You Have Any Questions, Contact Angela Padua By Email.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Sources Sought For Indefinite Delivery Indefinite Quantity (idiq) Cathodic Protection: Above/under Ground Storage Tanks Contract For Government Located At The Naval Submarine Base New London In Groton, Ct
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist.
the Naval Facilities Systems And Engineering Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Cathodic Protection Services For A Recurring/non-recurring Indefinite-delivery Indefinite-quantity (idiq) Cathodic Protection: Above/underground Storage Tanks Service Contract Located At The Naval Submarine Base New London In Groton, Ct.
all Small Business Concerns Are Encouraged To Respond. Upon Review Of Industry Responses To This Source Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government
to Solicit For Or Award A Contract. An Inventory List Has Been Attached For Convenience However, The Government Will Not Answer Any Questions Regarding The Inventory Provided In This Source Sought. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
the Total Contract Term Is Anticipated To Be Five Years; A Base Year With Four Option Years.
general Work Requirements:
this Is A Recurring/nonrecurring Indefinite Delivery, Indefinite Quantity (idiq) Contract For The Above Ground Storage Tanks (ast), Underground Storage Tanks (ust), And Cathodic Protection Contract. Work Is To Include Providing Routine Preventive Maintenance And Repairs To Seventy- Eight (78) Above Ground Fuel Tanks, Three (3) Water Storage Tanks, Ten (10) Below Ground Storage Tanks And Their Associated Systems For Both Ast And Ust To Include But Not Limited To The Fuel Level Monitoring And Leak Detection Systems. The Contract Also Provides The Survey, Inspection, Routine Maintenance And Repair Of Cathodic Protection Systems With And Without Rectifiers For 13 Piers/quay Wall As Well As Six (6) Asts/usts.
the Contractor Must Furnish All Labor, Materials, Equipment, Tools, Transportation, Supervision, Safety, Surveys, Layout Work, Quality Control, Traffic Control, And Management Necessary To Fulfill The Requirements Of Recurring Work And Any Task Orders Issued By The Contracting Officer Under This Contract.
the Anticipated Award Of This Contract Is June 2025.
the North American Industry Classification System (naics) Code For This Project Is 237120, Oil And Gas Pipeline And Related Structures Construction With A Small Business Size Standard Of $45,000,000.00
if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting.
interested Sources Are Invited To Respond To This Source Sought Announcement By Using The Form Provided Under Separate File Titled Sources Sought Contractor Information Form (form Attached) The Form Is Required.
if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status.
the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. Responses Are Due On 17 January 2025 By 2:00 P.m. Est. The Submission Package Shall Only Be Submitted Electronically To Rebecca Spaulding At Rebecca.j.spaulding.civ@us.navy.mil
questions Or Comments Regarding This Notice May Be Addressed By Email To Rebecca.j.spaulding.civ@us.navy.mil
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: ***february 6, 2024 Update ***
all Questions And Responses Shall Be Submitted Via E-mail To The Point Of Contact Listed Below, No Later Than The Closing Date Of This Notice.
notice: The Government Considers Information On Market Capabilities, Common Industry Standards, Commercial Terms And Conditions, Pricing, Possible Suppliers, And Sources To Be Helpful. All Feedback And Information Received May Be Used To Determine The Appropriate Acquisition Strategy For A Possible Future Acquisition. This Notice Is Issued Solely For Market Research And Planning Purposes And Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation To Bid, Nor Does Its Issuance In Any Way Restrict The Government To Its Ultimate Acquisition Approach. No Award Will Be Made From This Rfi, And The Government Will Not Pay For Any Effort Expended In Responding To This Notice. The Information In This Rfi Is Subject To Change And Is Not Binding On The Government.
the United States Air Force Sustainment Center (afsc) Is requesting Feedback From Industry On The Attached Draft Performance Work Statement (pws) For Strategic Commercial Common Repairable Support Services For The Kc-46a Aircraft.
interested Vendors Are Encouraged To Submit Information For The Questions Below. This Rfi Is Prepared For Planning Purposes Only. Sources Are Discouraged From Submitting Any Information Deemed Competition-sensitive Or Proprietary. However, If Sources Elect To Submit Competition-sensitive Or Proprietary Information, Sources Bear Sole Responsibility For Marking Said Information As Such To Ensure Appropriate Safeguarding By The Government. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified. All Submission Become Government Property And Will Not Be Returned.
interested Vendors Should Respond To The Following:
comments On Whether Sufficient Detail Is Provided For The Required Tasks To Allow For A Clear Understanding Of The Requirement.
suggested Revisions To Clarify And Further Define The Performance Work Statement Requirements. Suggestions May Be Provided Via Track Changes/comments Within The Draft Pws.
questions Related To The Content Of The Draft Pws.
it Is Afsc’s Understanding That Commercial Industry Does Not Use Iuid (item Unique Identification).
per Https://dodprocurementtoolbox.com/site-pages/unique-id The Dod Recognizes Six Commercially Used Unique Identifiers As Iuid Equivalents: The Vehicle Identification Number, Or Vin; The Cellular Mobile Telephone Identifier (cmti); The Mobile Equipment Identifier (meid) ; The Electronic Serial Number (esn); The Global Individual Asset Identifier (giai); And The Global Returnable Asset Identifier (grai). These Iuid Equivalents May Be Used In Lieu Of Assigning A New Uii.
would Any These Equivalents Be Used In Fulfilling The Requirements Of This Pws?
does The Pws Make It Clear That The Government Does Not Require The Same Item(s) To Be Returned And Is Willing To Accept An Exchange?
for Example, Usaf Sends An Unserviceable Item To The Vendor For Inspection/repair. The Contract Stipulates That This Item Has A 30 day Repair Turn Around Time (rtat). After Inspection, The Vendor Realizes That They Cannot Meet The 30 Day Rtat But They Have The Same Exact Item In Their Inventory That Is Ready To Ship. The Government Will Accept The Ready To Ship Item (with 8130-3/coc) And The Unserviceable Item Becomes Part Of The Vendor’s Inventory And Is Not Required To Be Returned To The Government.
how Does The Commercial Market Provide Pricing For Repair And Return And/or Exchange Of An Item?
the Government Is Considering A Multiple Award, Indefinite Delivery, Indefinite Quantity (idiq) Approach. Are There Any Aspects We Need To Consider Before Soliciting This Requirement In Such A Manner?
please List Any Challenges Or Roadblocks Related To Fulfilling The Draft Pws.
the Proposed Naics For This Effort Is 336413: Other Aircraft Parts And Auxiliary Equipment Manufacturing. The Proposed Product Service Code Is J016: Maintenance/repair/rebuild Of Equipment - Aircraft Components An Accessories. Please Comment On This Naics And Psc. Provide Any Suggestions For Alternative Codes With Supporting Rationale.
attachments:
draft Pws
nsn Listing
***end Of Feb 6 2024 Update ***
***october 3, 2022 Update ***
this Sss Has Been Reopened As Of October 3, 2022. An Updated Attachment (kc 46 Commercial Common Sources Sought Synopsis 03 Oct 22) Is Attached To This Notice. The Only Change Between The 03 Oct 22 Attachment And The Previously Attached 05 Aug 22 Attachment Is The Point Of Contact Information At Section 4 Of The Instructions.
if You Have Already Submited A Response To This Sss, No Futher Action Is Required.
******************************
this Sources Sought Synopsis (sss) Is Being Conducted To Identify Potential Sources That May Possess The Expertise, Capabilities, And Experience To Meet The Requirements Of The Kc-46 Commercial Common Repairable Support Effort.
the 424th Supply Chain Management Squadron Requires Support For The Commercial Common National Stock Numbers For The Kc-46. The Kc-46 Aircraft Provides Worldwide, Day And Night, And Adverse Weather Aerial Refueling To Receiver-capable Us, Allied, And Coalition Military Aircraft, Including Unoccupied Aircraft. The Kc-46 Tanker Is Based On Commercial Far Part 12, Federal Aviation Administration (faa) Or Equivalent, Certified 767-2c Aircraft, Which Is Finished To Meet The Unique Kc-46 Tanker Requirements. To Uphold This Certification For An Accepted Kc-46a, The Sustainment Requirements Will Ensure Compliance With Amended, Supplemental, And Military Type Certifications (atc/stc/mtc).
attached Is A Description Of The Kc-46 Strategic Commercial Common Repairable Support Effort, And A Contractor Capability Survey, Which Allows You To Provide Your Company’s Capability.
if, After Reviewing These Documents, You Desire To Participate In The Market Research, You Should Provide Documentation That Supports Your Company’s Capability In Meeting These Requirements By Answering The Each Question In Part Ii Of The Survey.
Closing Date10 Jan 2025
Tender AmountRefer Documents
3721-3730 of 4726 archived Tenders