Survey Tenders

Survey Tenders

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Ca city: Varies delineated Area: north - Cathedral Oaks Rd At Hollister Ave To Highway 192 To Rincon Rd (hwy 150). east - Rincon Rd (hwy 150) Across To The Pacific Ocean Shoreline At Carpinteria Ave. south - The Pacific Ocean Shoreline At Rincon Rd To The Pacific Ocean Shoreline At Cathedral Oaks Rd. west - The Pacific Ocean Shoreline At Cathedral Oaks Rd Across To Cathedral Oaks Rd At Hollister Ave. minimum Sq. Ft. (aboa): 16,219 maximum Sq. Ft. (aboa): 17,030 space Type: Office & Courtrooms parking Spaces (total): 3 Surface Or Structured parking Spaces (surface): 3 parking Spaces (structured): 3 parking Spaces (reserved): 3 full Term: 20 Years firm Term: 15 Years option Term: 3 Years additional Requirements: space Must Be Able To Accommodate The Following: facility Security Level Iii Measures. provide Full Separation Of Staff And Visitor Sections Of The Building, Including Private Entrance From Secure Parking Area To Staff Side Of Building. secure Parking Area. minimum Of Two Public Elevators (if Offered Space Is Not On The First Floor). screening Space For Visitors. 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: February 4, 2025 market Survey (estimated): February 20, 2025 occupancy (estimated): Fall, 2026 send Expressions Of Interest To: ami Rouse, Broker Contractor - Carpenter/robbins Commercial Real Estate, Inc, 2000 Crow Canyon Place, Suite 130 san Ramon, Ca 94583 email Address: Amity.rouse@gsa.gov government Contact Information william Fletcher - Lease Contracting Officer ami Rouse, Broker Contractor - Carpenter/robbins Commercial Real Estate, Inc,

INDIAN HEALTH SERVICE USA Tender

Telecommunication Services
United States
Closing Date18 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, An 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: 561421 – Telephone Answering Services a. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2. Description: The Request Will Be For A Nurse Triage Phone Line To Be Utilized At The Acoma-cañoncito-laguna Indian Health Center. The Estimated Call Volume Is A Minimum Of 50 Calls/month And A Maximum Of 600 Calls/month. The Phone Line Will Need To Be Available 24 Hours/day, 7 Days/week, Including Weekends And Federal Holidays. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ 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); 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 Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 17th, 2025 By 5:30 Pm (mountain Daylight Savings Time). automated Responses Or Other Responses That Do Not Provide The Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Road Construction
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
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

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
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 .

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Real Estate Service
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
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).

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Energy, Oil and Gas
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents 
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.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date4 Jan 2025
Tender AmountRefer Documents 
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

DEPT OF THE NAVY USA Tender

Energy, Oil and Gas
United States
Closing Date2 Jan 2025
Tender AmountRefer Documents 
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.
3721-3730 of 4730 archived Tenders