Survey Tenders
Survey Tenders
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: Sources Sought Synopsis
for
f-16 Hydraulic Drive (hydrive) Unit Repair
for United States Air Force (usaf)
department Of The Air Force, Air Force Materiel Command, 409 Scms/gume
sources Sought Synopsis Number: Fa8251-25-f-16hydraulicdrive
notice Type: Sources Sought
synopsis:
1. Notice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. This Sources Sought Is Seeking Contractors Who Can Perform Repair Of The F-16 Hydraulic Drive (hydrive) Unit).
1.1. The Purpose Of This Sources Sought Synopsis Is To Conduct Market Research To Determine If Responsible Sources With The Capability To Repair The Part Listed Below And To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside.
the Proposed North American Industry Classification Systems (naics) Code Is 811210 Which Has A Corresponding Small Business Association Size Standard Of $34.0m For Electronic And Precision Equipment Repair And Maintenance Services. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Engineering Service. The Government Is Interested In All Small Businesses To Include 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns.
the Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners.
1.2 Responses To This Sources Sought Announcement Are Voluntary, And Therefore, The U.s. Government Is Not Liable To Pay Or Reimburse Any Contractors Which Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Are Solely The Responsibility Of The Responder. The Government Does Not Intend To Contract On The Basis Of This Request Or Otherwise Pay For Any Information Solicited Herein And The Government Reserves The Right To Reject, In Whole Or In Part, Any Contractor’s Input Resulting From This Sources Sought.
1.3 In Accordance With Federal Acquisition Regulation (far 15.201 (e), A Response To This Notice Is Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract, Responders Are Solely Responsible For All Expenses Associated With Their Response. Not Responding To This Inquiry Does Not Preclude Participation In Any Future Request For Proposal (rfp), If Issued. If A Solicitation Is Released, It Will Be Publicized In Accordance With The Requirements Of The Far.
2. Program Details:
national Stock Number
part Number
name
1005-01-061-8335
217f429
f-16 Hydraulic Drive (hydrive) Unit Repair
instruction:
1. Provide Relevant Experience To Include Performing Engineering, Manufacturing, Inspection, And Testing Of Similar Components To Those Listed Above In The Last 3 Years.
2. Company Profile Will Include The Following:
number Of Employees
office Location
cage Code
duns Number
small Business Designation/status Claimed
3. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. The Government Has No Technical Data To Provide To Potential Offerors. Offerors Must Possess Access To All Appropriate Data Required To Redesign These Items. Us Government Does Not Own Or Have The Rights To Use The Data Required To Redesign These Items. Interested Offerors Shall Respond To This Source Sought Synopsis No Later Than Friday January 10 2024 At 4:00pm Mst.
4. Interested Offerors Must Be Qualified To Repair These Items Within 3 Years Of The Closing Date Of This Sources Sought Synopsis In Order To Be Considered For This Requirement.
5. Questions Regarding This Market Survey Should Be Addressed To Mr. Darin Rector By Email At Darin.rector@us.af.mil.
Closing Date10 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:
michigan
city:
grand Rapids
delineated Area:
north: Trowbridge Street Ne
south: Fulton Street East.
east: Lafayette Ave.
west: Grand River
minimum Sq. Ft. (aboa):52,725.00
maximum Sq. Ft. (aboa):55,429.00
space Type:office
parking Spaces (total):35
parking Spaces (surface):8
parking Spaces (structured):27
full Term:15 Years
firm Term:10 Years Firm
additional Requirements:
expressions Of Interest Must Be Received In Writing No Later Than: January 21, 2025, At 4:00 Pm Cst,
and Must Include The Following Information At A Minimum:
building Name And Address
location Of Space In The Building And Date Of Availability
ansi/boma Office Area (aboa) Square Feet Offered And Rentable Square Feet (rsf) Offered
name, Address, Telephone Number, And Email Address Of Authorized Contact
all Interested Parties Must Either Submit Evidence Of Ownership And/or Written Authorization To Represent The Owner(s). Any Submission Received Without Documentation Of Ownership And Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received Which Also Must Be Submitted Prior To The Expression Of Interest Due Date.
fully Serviced Rental Rate (includes All Utilities, All Janitorial For Tenant's Space And Common Areas, Maintenance). The Quoted Rate Should Include Any Rent Steps, Free Rent, And Or Tenant Improvement Credit.
reference Project Number 2mi0297 In Response To This Ad.
action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As “100-year” Floodplain) Unless Requirement Is Identified By Agency As A Critical Action.
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.
************************************************************************************************
action Required:
use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary.
action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page.
do Not Use For Full And Open Procurements.
note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable.
consideration Of “non-productive Agency Downtime” In A Cba Should Be Rare.
the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Grand Rapids, Michigan, 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 21, 2025
market Survey (estimated):
april 15, 2025
lease Award (estimated):
october 1, 2025
send Expressions Of Interest To:
name/title:
dave Rauen
leasing Contracting Officer
(312) 720-5149
email Address:
david.rauen@gsa.gov
Closing Date21 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Others
United States
Details: ******************************************************************************
this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
******************************************************************************
project Title: Bpa For Subsistence And Non-subsistence Food Supplies
tracking Number: Ss-gsu-25-0004
the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301 Is Seeking Capable Sources For A Blanket Purchase Agreement (bpa) For The Delivery Of Subsistence And Non-subsistence Food Supplies.
the Anticipated Period Of Performance Is 6/1/2025-5/30/2026 With Up To Four Option Periods.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is311999- All Other Miscellaneous Food Manufacturing With A Small Business Size Standard Of 700 Employees.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 1/22/2025 At 10:00am (mst).
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 311999- All Other Miscellaneous Food Manufacturing
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside.
point Of Contact:
rodney Brown, Contract Specialist
email: Rodney.brown@ihs.gov
place Of Performance:
gallup Indian Medical Center
516 E. Nizhoni Blvd
gallup, Nm 87301
this Is Not A Solicitation.
Closing Date22 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Energy, Oil and Gas
United States
Details: Sources Sought Notice Template
******************************************************************************
this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
******************************************************************************
project Title: Replace The Generator Fuel Jockey Pumps
tracking Number: Ihs1504488
the Indian Health Service (ihs), Four Corners Regional Healthcare Center, Located In/at Red Mesa, Arizona 86514 Is Seeking Capable Sources For Services To Replace The Generator Fuel Pumps.
the Anticipated Period Of Performance 02/01/2025 To 01/31/2026.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is333613 – Mechanical Power Transmission Equipment Manufacturing With A Small Business Size Standard Of 750 Employees.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 01/21/2025.
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 333613 – Mechanical Power Transmission Equipment Manufacturing.
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside.
point Of Contact:
tilda Nez, Contract Specialist, Office Telephone Number: 928-674-7474, Email Address: Tilda.nez@ihs.gov.
place Of Performance:
four Corners Regional Healthcare Center - Indian Health Service Located On Junction U.s. Hwy 160 & Navajo Route 35 - Red Mesa, Arizona 86514
this Is Not A Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Is A Sources Sought Announcement And Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project With A Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Ownedsmall Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To The Naics Code 237990, Fsc Code Y1pz. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Www.sam.gov. Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement.
project Details:
the Work Is Located On The Grays Harbor North Jetty, Washington. This Major Maintenance Action Seeks To Repair Sections Of The North Jetty Which Have Sustained The Most Damage Including Areas Where Wave Overtopping Has Reduced The Crest Width And Crest Height Of The Jetty. All Work (transport And Placement) Must Be Performed Using Land-based Equipment. New Armor Stone Will Require A Minimum Density Of 167 Pounds Per Cubic Foot. Two Classes Of Armor Stone Will Be Required For The Outer And Inner Reaches Of Jetty; Armor Stones Are Anticipated To Range Between 10-35 Tons. Procurement And Staging Of Jetty Armor Stone Will Begin Prior To Jetty Repair Activities. Work Is Anticipated To Begin In Late 2025.
- Project Restrictions:in-water Work Window Will Be 16 July Through 14 February In Any Given Year.
per Far 36.204 (h) The Magnitude Of Construction Is Expected To Be Above $10,000,000.00
requirements:
interested Firms Should Submit A Capabilities Package, To Include The Following:
firm's Name, Address, Point Of Contact, Phone Number, And Email Address.
cage Code.
firm's Interest In Bidding On The Solicitation If Issued.
business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Other Than Small Business (large Business).
firm's Joint Venture Information (if Applicable).
bonding Information:
single Bond
aggregate
point Of Contact For The Bonding Company
all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement.
submit Responses To: Hien Ho, Contract Specialist, Via Email Athien.ho@usace.army.mil. Responses Should Be Sent As Soon As Possible, But No Later Than 3:00 Pm Pt, 23 January 2025.
sba Representative:
name: Enshane Hill-nomoto
email Address: Enshane.nomoto@usace.army.mil
all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts.
Closing Date23 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Textile, Apparel and Footwear...+1Aerospace and Defence
United States
Details: Sources Sought Announcement For Naval Security Forces (nsf) Tactical Vest (ntv)
this Sources Sought Notice Is To Satisfy The Defense Federal Acquisition Regulation Supplement 206.302-1(d) Posting Requirement. The Naval Surface Warfare Center Panama City Division (nswc Pcd) Is Seeking Sources For Manufacturing The Naval Security Forces Tactical Vest – Type I (maritime) And Type Ii (law Enforcement) Variants As Well As Validate The Government Provided Patterns. For The Purposes Of This Announcement, The Ntv Type I And Ntv Type Ii Will Simply Be Referred To As Ntv Where Guidance Applies To Both. The Ntv Is A Critical Safety Item. The Ntv Is A Modular Unisex Body Armor System Providing Multiple Levels Of Ballistic Protection Depending On The System Configuration.the Ntv Provides Protection From Conventional Fragmenting Munitions And Up To .44 Magnum Handgun. Ntv Protection Is Increased To Protect Vital Organs From Multiple Hits Against Small Arm Rifles And Indirect Fire Flechette When Front And Back Small Arms Protective Inserts Are Worn.
the Purpose Of This Sources Sought Announcement, A Market Survey For Written Information Only, Is To Identify Sources Capable Of Providing Support And Expertise, With Intentions Of Proposing On This Effort. The Anticipated Naics Code Is 314999 – All Other Miscellaneous Textile Product Mills With A Size Standard Of 550 Employees.
this Notice Of Intent Is Not A Request For Competitive Proposals; However, The Government Will Consider All Responses Received To This Notice. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit Or Award A Contract. The Government Is Not Obligated And Will Not Pay For Preparation Of Responses To This Notice.
submission Content: Written Responses Are Requested To Be No More Than 10 Single-spaced, 8.5 X 11 Inch Pages Using 12-point Times New Roman Font Minimum. If The Material Provided Contains Proprietary Information, Please Mark Accordingly And Provide Disposition Instructions (submitted Data Will Not Be Returned). Classified Material Shall Not Be Submitted. The Response Should Include, But Is Not Limited To, The Following:
a) A One-page Company Profile To Include Company Name, Address, Point Of Contact (including Telephone Number And Email Address), Small Business Administration (sba) Business Size Classification (i.e. Large, Small, Small Disadvantaged, Service Disabled, Veteran Owned, Hub Zone, Etc.), Number Of Employees, Cage Code, Duns Number, Naics Code, Major Products, Primary Customer Base And Represent Ownership Including Country Of Ownership. If Partnering With Another Company, Describe The Capability Of Performance Of Partner Company Or Business Attributes Desired To Ensure The Partner Company Is Capable Of Performance.
b) Nswc Pcd Requests That Companies Respond By Submitting (1) A Summary Outline And Capabilities Statement Showing How Requirements (summarized Above) For Ntv Will Be Met; (2) Contract Numbers And Descriptions For Similar Type Work And Products As Evidence Of Capabilities; (3) A Description Of Your Company's Past Experience And Performance Of Similar Contracts, Including Whether Any Of These Have Cpars Ratings. This Description Shall Address And Demonstrate, Through Prior And/or Current Experience, An Understanding Of This Requirement; (4) Any Other Information Your Company Deems Necessary To Aid The Government In Refining Its Acquisition Strategy And Assessing Your Company's Capability.
all Capability Statements Should Be Emailed To Contracting Officer, Frances J. Negrón, Contract Specialist, Via E-mail Frances.j.negron.civ@us.navy.mil No Later Than 06 December 2024, 04:00 Pm Cdt.
this Sources Sought Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement, Or Any Follow-up Information Requests. Respondents Will Not Be Notified Of The Results Of The Government’s Capability Assessment.
this Sources Sought Closes On 15 January 2025, 04:00 Pm Cdt/cst.
Closing Date15 Jan 2025
Tender AmountRefer Documents
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Bulalacao Invitation To Bid For Improvement Of Bulalacao Bay Park And Greening Project Reference No. 11636222 December 27, 2024 1. The Municipality Of Bulalacao, Through The 20% Development Fund 2024 (realignment) Intends To Apply The Sum Of Seven Million, One Hundred Thirty Three Thousand, Six Hundred Fifty Seven Pesos And Eighty Six Centavos (7,133,657.86) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Bulalacao Bay Park And Greening Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Bulalacao, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required By Ninety Calendar Days (90). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Improvement Of Bulalacao Bay Park And Greening Project Item No. Scope Of Work Quantity Unit B.4(1) Construction Survey & Staking 0.80 Km B.5 Project Billboard 1.00 Ea B.7(1) Occupational Safety And Health Program 1.00 Month B.9 Mobilization & Demobilization 1.00 L.s 105(1) Subgrade Preparation (common Materials) 4,000.0 Sq.m 200 Aggregate Subbase Course 800.0 Cu.m 311(1)a.3 Pcc Pavement (plain) - Conventional Method, 230mm Thk 2,400.0 Sq.m 741(2) Articulated Pavement Blocks 1,600.0 Sq.m 624(8) Solar Led Streetlights 31.0 Each 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Bulalacao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 2, 2025 From The Given Address And Upon Payment Of Non-refundable Fee Of Php 10,000.00. The Municipality Of Bulalacao Shall Allow The Bidder To Present Its Proof Of Payment Through Official Receipt. 6. The Municipality Of Bulalacao, Will Hold A Pre-bid Conference On January 10, 2025 At 9:00 Am At The Municipal Conference Hall, Bulalacao, Oriental Mindoro, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 24, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 24, 2025 During Office Hour Before 9:30 Am At Municipal Conference Hall, Bulalacao, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Bulalacao, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bernadette M. Sapungan Bac Secretariat Municipal Building Salas St. Poblacion, Bulalacao,oriental Mindoro 5214 Bernadethsapungan@yahoo.com 09504683190 Sgd. Engr. Diana C. De Gusman Bac Chairman/municipal Engineer
Closing Date24 Jan 2025
Tender AmountPHP 7.1 Million (USD 121.8 K)
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:louisiana
city:alexandria
delineated Area:
north: Red River To Hwy 1;
east: Willow Glen River Road To I-49;
south: Hwy 71 To Hwy 165;
west: Hwy 165.
minimum Sq. Ft. (aboa):17,905 Aboa Sf
maximum Sq. Ft. (aboa):18,800 Aboa Sf
space Type:office & Related
parking Spaces (total):37
parking Spaces (surface/secured):37 (parking Spaces Must Be Fenced-in)
parking Spaces (reserved):37
full Term:10 Years
firm Term:5 Years
option Term:n/a
additional Requirements:
space Must Be Contiguous.
site Must Include 14,300 Sf Of Wareyard Space.
building Must Be Able To Accommodate Employee Parking Within 0.1 Miles.
all Offered Spaces Are Subject To A Security Assessment.
other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expression Of Interest Submission Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
1. Name Of Owner;
2. Property Authorization Letter From The Owner;
3. Address Or Locational Description Of The Building;
4. Age Of Building;
5. Total Gross Square Feet; And Gross Square Feet Per Floor;
6. Site Plan Depicting The Building And Parking;
7. Floor Plan And Gross Square Footage Of The Proposed Space;
8. Identification Of On-site Parking;
9. A Map Demonstrating The Building Is Within The Delineated Area;
10. A Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property;
11. A Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property;
12. Building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development;
13. Any Information Related To Title Issues, Easements And Restrictions On The Use Of The Building;
14. A Description Of Any Planned Land Development Or Construction Which Will Affect The Building Including Neighboring Projects And Road/ Utility Line Construction.
15. If Submitting A Land Site, Offerors Are Required To Provide The Following Information In Addition To What Has Been Requested:
accurate Street Address And/or Cross Streets;
aeriel Overview Of The Site With Clearly Marked Property Boundaries;
site Pictures And Those Of Surrounding Area;
expressions Of Interest Due:january 29, 2025
market Survey (estimated):late February/early March 2025
occupancy (estimated):summer 2026
send Expressions Of Interest To:
name/title:brad Seifert, Broker
address:2445 M Street, Nw,suite 510,washington, Dc 20037
office:(202) 652-4192
email Address:bradford.seifert@gsa.gov
and To:
name/title:hunter Powell, Broker
address:2445 M Street, Nw,suite 510,washington, Dc 20037
office:(504) 301-7139
email Address:hunter.powell@gsa.gov
government Contact Information
lease Contracting Officer:meredith Whitley
project Manager:nick Porter
broker:public Properties
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Is A Presolicitation Notice Only; This Is Not A Solicitation.
this Pre-solicitation Notice Is For An Indefinite Delivery Indefinite Quantity (id/iq) Multiple Award Task Order Contract (matoc), For Real Property Maintenance, Alterations, And Repair Of Minor Construction At The Installation Level For Natick Soldier Systems Center, 10 General Greene Ave, Natick, Ma 01760. The Army Contracting Command-aberdeen Proving Ground, Natick Division, Intends To Award No More Than Ten (10) Id/iq Contracts On Solicitation W911qy25r0003.
this Procurement Is Being Synopsized As A 100% Small Business Set Aside. To Be Eligible For Award, The Prospective Offeror Must Have A Current And Active Registration In The System For Award Management (sam) Website, Https://www.sam.gov And Not Show Any Active Exclusions Or Have Any Debt Subject To Offset. Potential Small Business Concerns Should Be Able To Provide Various Types Of General Construction-related Work, Including New Construction, Alterations, Renovations And Repairs, And Design-build Architectural, Engineering And Construction. Orders Will Primarily Include Construction, Repair And Maintenance Projects But May Also Include Projects Involving A Variety Of Trades Or Design-build Construction Services. Typical Work Includes, But Is Not Limited To: Interior And Exterior Renovations, Heating And Air-conditioning, Hvac Controls, Plumbing, Fire Suppression, Interior And Exterior Electrical And Lighting, Fire And Intrusion Alarms, Communications, Limited Utilities, Site-work, Landscaping, Fencing, Masonry, Roofing, Concrete, Asphalt Paving, Storm Drainage, Limited Environmental Remediation, Construction Of New Facilities, Surveys, Studies, Design-build And Other Related Work.
estimated Magnitude Is Between $25,000,000 And $100,000,000. Naics Is 236220, Commercial And Institutional Building Construction.
this Pre-solicitation Notice Is Not A Request For Competitive Proposals.solicitation W911qy25r0003 Is Anticipated To Be Issued In February 2025. The Contract Period Of Performance Will Consist Of An Active Ordering Period For Five (5) Years From The Date Of Award. Point Of Contact Is Alex Ponusky, Contract Specialist, E-mail Alexander.m.ponusky.civ@mail.mil.
Closing Date3 Feb 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice
******************************************************************************
this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
******************************************************************************
project Title: Blanket Purchase Agreements (bpa) For Medical And Rehabilitation Supplies.
tracking Number: Ihs1503360
the Indian Health Service (ihs), Four Corners Regional Health Care Located In/at Teec Nos Pos, Arizona 86514, Is Seeking Capable Sources For A Vendor To Provide An Assortment Of Miscellaneous Medical And Rehabilitation Supplies On An As-needed Basis.
the Anticipated Period Of Performance Is February 1, 2025 Through January 31, 2026.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing With A Small Business Size Standard Of 800 Employees.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 (deviation 2019-01) Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 21, 2025 At 10:00am Mst
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 339113 Surgical Appliance And Supplies Manufacturing
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
fill Out The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties. If Adequate Interest Is Not Received From Buy-indian Concerns, The Solicitation May Be Issued As Another Type Of Set Aside Or Unrestricted Without Further Notice.
point Of Contact:
thomasina Willie, Thomasina.willie@ihs.gov
place Of Performance:
four Corners Regional Health Care, Jct Us Highway 160 & Navajo Route 35, Teec Nos Pos, Az 86514
this Is Not A Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents
3891-3900 of 4728 archived Tenders