Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Details: The U.s. Army Corps Of Engineers, Detroit District Intends To Issue An Invitation For Bid (ifb) To Award A Single Firm Fixed-price Construction Contract To Perform Dredging Of The Arcadia Harbor, Mi. The Task Requires The Contractor To Mobilize To Arcadia, Mi And Dredge Between The Upstream And Downstream Limits As Shown On The Plans. Dredging May Be Completed Either Mechanically Or Hydraulically. Place Material In The Confined Disposal Facility (cdf) Or Dredged Material Disposal Facilities (dmdf). Demobilize When Dredging Work Is Completed., Site Work, Surveys, Environmental Compliance, And Other Associated Work May Be Required As Indicated In The Task Order Plans Specifications. The Contractor Will Be Responsible For All Labor, Equipment, And Materials Associated With Respective Task.
the Following Information Is Provided:
in Accordance With Far 36.204 The Magnitude Of Construction Is Between $1 Million And $5 Million.
the Project Will Be Solicited As Unrestricted North American Industrial Classification System (naics) Is 237990 Other Heavy And Civil Engineering Construction, Which Has A Small Business Size Standard Of $37 Million.
solicitation Will Be Posted Approximately On Or About January 2025.
the Government Intends To Make A Single Award To Qualifying Offeror. A Qualifying Offeror Is An Offeror Determined To Be Responsible Source, Submits A Technically Acceptable Bidwhich Conforms To The Requirements Of The Solicitation, And The Contracting Officer Has No Reason To Believe Would Be Likely To Offer Other Than Fair And Reasonable Pricing. In Accordance With Far15.304(c)(1)(ii)(b).
the Invitation For Bid (ifb) Is Intended To Be Issued As A 100% Set-aside For Small Businesses And The Government Intends To Award To All Qualifying Offerors.
the Solicitation Package Materials, Documents, Drawings, Specifications, And Attachments Will Be Available Only Electronically Via Https://piee.eb.mil/xhtml/unauth/home/login.xhtml And Www.sam.gov.
hard Copy Documents Will Not Be Supplied By The Government To Any Interested Parties As A Result Of This Solicitation. Please Note That The Government Will Not Be Maintaining A Bidders List During The Solicitation Period. However, Vendors Are Strongly Encouraged To Review The “interested Vendors List” Tab Found On Sam.gov For This Solicitation.
in Order For Interested Contractors To Conduct Business With The Federal Government, Contractors Must Be Registered In The System For Award Management (sam) Prior To Submission Of Bid. Contractors Can Access Sam For Free At Www.sam.gov.
Closing Date10 Jan 2025
Tender AmountRefer Documents
City Of Bayawan Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Item No. Qty Unit Articles Brand Unit Price Total 1 1 Lot Bayawan City Groundwater Potential Study, Deliverables & Specifications: * Comprehensive Report Covering The Results Of Hydrogeological Field Surveys And Related Activities Specifications: A4-sized Printed Report At 300 Dpi; Hard-bound ● Geomorphological And Hydrogeological Investigation Of Bayawan Floodplain Area; Geo-resistivity Cross-sectional Profiles Along The Geo-resistivity Traverse Lines" Specifications: 2gb Flash-drive With Soft Copy Of Final Report And Raw Field Data To Cover At Least 4 Traverse Lines: Line 1: Pagatban To Villareal (national Highway) Line 2: Tinago To Nangka Line 3: Poblacion To Maninihon Triangle Line 4: Villareal To Lower Maninihon Mode Of Payment: One-time Full Payment Upon 100% Completion Of Deliverables *** Nothing Follows *** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents December 19, 2024 To January 8, 2025@ 5:00 P.m. Pre-bid Conference December 26, 2024@ 9:00 Am Deadline/opening Of Bids January 9, 2025@ 9:00 Am Post Qualification January 16, 2025@ 9:00 Am Awarding Of Bids January 23, 2025@ 9:00 Am Approved: Virginia D. Sadiasa City Civil Registrar Bac Chairman
Closing Date9 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)
INDIAN HEALTH SERVICE USA Tender
Laboratory Equipment and Services...+1Chemical Products
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: Miscellaneous Laboratory Reagents, Quality Control Range, Patient Range Supplies Which Require Ice Packaging
tracking Number: Dzhc-ss-25-010
the Indian Health Service (ihs), Shiprock Service Unit, Dzilth-na-o-dith-hle Health Center (dzhc), Located Near Bloomfield, Nm, 87413, Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy This Blanket Purchase Agreement (bpa) Requirement For Miscellaneous Reagents, Quality Control Range, Patient Range Supplies Which Require Ice Packaging.
the Anticipated Period Of Performance Is One Year From The Date Of Award.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is325413 – In-vitro Diagnostic Substance Manufacturing With A Small Business Size Standard Of 1250.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 14, 2025, At 10:00 Am Mt.
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: 325413 – In-vitro Diagnostic Substance 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:
michael Austin, Contract Specialist
phone: (505) 960-7848
email: Michael.austin@ihs.gov
place Of Performance:
dzilth-na-o-dith-hle Health Center (dzhc)
6 Road 7586
bloomfield, Nm, 87413
this Is Not A Solicitation.
Closing Date14 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+2Construction Material, Machinery and Tools
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: Blanket Purchase Agreements (bpa) For Building And Maintenance Supplies.
tracking Number: Ihs1503593
the Indian Health Service (ihs), Four Corners Regional Health Care Located In/at Teec Nos Pos, Arizona, Is Seeking Capable Sources For A Vendor To Provide An Assortment Of Building Supplies, Including Masonry Materials, Hardware, Various Types Of Filters, Painting Supplies, And Interior And Exterior Door Lock Systems. Additionally, The Facility Requires Drywall Supplies, Plumbing, Electrical, Heating And Cooling Supplies, Safety Equipment (ppe) And Janitorial And Cleaning 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 332510 Hardware 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 (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 16, 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: 332510 Hardware 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 Date16 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: 1680 - Seat,aircraft, 'aircraft, Galaxy C-5
solicitation Number: Spe4a725r0326
_________________________________________________________________________________
notice Details
solicitation #
spe4a725r0326
procurement Type:
sources Sought
title:
1680-01-661-7669 - Seat,aircraft
classification Code:
1680 – Miscellaneous Aircraft Accessories And Components
naics Code:
336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing
is This A Recovery And Reinvestment Act Action?:
no
primary Point Of Contact:
calvin Peterson
acquisition Specialist
calvin.peterson@dla.mil
phone: (804) 659-8838
secondary Point Of Contact:
claudette Atkins
contracting Officer
claudette.atkins@dla.mil
description:
the Defense Logistics Agency Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn: 1680-01-661-7669, Seat,aircraft. This Item Is Currently Identified As Part Number Khb2016001-30. Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Estimated Annual Quantity Is 68 Each. The Unit Prices Will Be Established At The Time Of A Contract Award. 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 336413.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
based On The Responses To This Sources Sought Notice/market Research, This
requirement May Be Set-aside For Small Businesses Or Procured Through Full And
open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By January 28th , 2025 1:00 Pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Calvin Peterson (calvin.peterson@dla.mil).
if You Have Any Questions Concerning This Opportunity Please Contact: Calvin Peterson Via Email (calvin.peterson@dla.mil).
place Of Contract Performance:
6002 Strathmore Rd
richmond, Virginia 23234
united States
archiving Policy:
manual Archive
allow Vendors To Add/remove From Interested Vendors:
yes
allow Vendors To View Interested Vendors List:
yes
Closing Date28 Jan 2025
Tender AmountRefer Documents
U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender
Education And Training Services
United States
Details: Combatant Craft Assault (cca) Systems & Engineering Training
contracting Office Address
naval Special Warfare Command
2000 Trident Way, Bldg. 624
san Diego Ca 92115-5599
description
naval Special Warfare Command Has A Requirement For To Conduct Courses Of Instruction (cois) That Familiarize Students With The Design, Function, Repair, Calibrating, Emergency Procedures, And Trouble-shooting Of The United States Marine, Inc. (usmi), Cage: 0nnz7 Combatant Craft Assault (cca) Electrical And Propulsion Systems Onboard Nsw Cca Craft. These Cois Will Be Targeted At The Operator And Technical/maintainer Level. The Government Intends To Utilize The Procedures At Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Information Received From This Sources Sought Notification Will Be Used To Confirm The Acquisition Strategy Is Appropriate. The Government’s Intent Is To Award A 5 Year Plus Five One-year Optional Ordering Periods Indefinite Delivery/indefinite Quantity (idiq) Type Of Contract Issuing Firm Fixed Price (ffp) Task Orders To Usmi.
this Sources Sought Does Not Constitute A Request For Quotes; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred; And It Shall Not Be Construed As Any Commitment By The Government To Execute This Requirement.
if Your Company Has The Potential Capability To Satisfy This Requirement, Please Provide The Following Information:
1) Company Name
2) Cage Code
3) Duns Number
4) Address
5) Point Of Contact
6) E-mail Address
7) Web Site Address
8) Telephone Number
9) Type Of Ownership (sb, Large Corp., Etc.) For The Company Under Naics Code 611519.
10) Tailored Capability Statement Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of 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 Total Number Of Pages Shall Not Exceed 5.
the Government Will Evaluate Responses To This Sources Sought To Ascertain Potential Market Capability.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. The Government Is Not Obligated To Notify Respondents Of The Results Of This Announcement And It Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Announcement.
note: Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.
interested Vendors Should Provide Information To Determine If The Company:
(a) Has Adequate Financial Resources To Perform The Contract, Or The Ability To Obtain Them (see 9.104-3(a) And Subpart 52.219-14(a));
(b) Has A Satisfactory Performance Record (see 9.104-3(b) And Subpart 42.15);
(c) Has A Satisfactory Record Of Integrity And Business Ethics (for Example, See Subpart 42.15);
(d) Has The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures, And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Subcontractors). (see 9.104-3 (a));
(e) Has The Necessary Production Capacity, Construction, And Technical Equipment And Facilities, Or The Ability To Obtain Them (see 9.104-3(a)); And
(f) Is Otherwise Qualified And Eligible To Receive An Award Under Applicable Laws And Regulations (see Also Inverted Domestic Corporation Prohibition At Far 9.108).
submission Instructions: Interested Parties Who Consider Themselves Qualified To Fulfill The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice No Later Than 3 January 2025 12:00 Pm Est Via E-mail To Jack Gabriel At Jackson.t.gabriel.civ@socom.mil And Kelly Mcneill At Kelly.mcneill@socom.mil.
Closing Date3 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Software and IT Solutions
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: Dell Poweredge R450 Servers With 5 Year Extended Pro Support With Configurable Options And Accessories
tracking Number: Dzhc-ss-25-012
the Indian Health Service (ihs), Shiprock Service Unit, Dzilth-na-o-dith-hle Health Center (dzhc) Located Near Bloomfield, Nm, 87413 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Dell Poweredge R450 Servers With 5 Year Extended Pro Support With Configurable Options And Accessories.
the Anticipated Delivery Date Is December 31, 2025.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is334111 Electronic Computer Manufacturing With A Small Business Size Standard Of 1,250.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 14, 2025 At 03:30 Pm Mt.
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: 334111 Electronic Computer 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:
michael Austin, Contract Specialist
email: Michael.austin@ihs.gov
place Of Performance:
dzilth-na-o-dith-hle Health Center (dzhc)
6 Road 7586
bloomfield, Nm, 87413
this Is Not A Solicitation.
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: There Is No Solicitation At This Time. This Request Is For Information Only And Does Not Constitute A Request For Proposal (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred Associated To This Request For Capability Information.
the Department Of Veterans Affairs Seeks To Lease Approximately 19900 Ansi/boma Office Area (aboa) To A Maximum Of 20,900 Aboa Square Feet Of Space And A Minimum Of 130 On-site Parking Spaces, 10 Shall Be Reserved. This Space Shall Be Used As A Community Based Outpatient Clinic In Grayson County, Kentucky.
the Department Of Veterans Affairs Will Consider Space Located In An Existing Building As Well As Land For New Construction For Build To Suit. The Louisville Va Medical Center Requires A Fully Serviced, Turnkey Lease With Rent That Covers All Lessor Costs, Including All Shell Upgrades, Operating Costs, Real Estate Taxes, And Security Upgrades. The Lessor Shall Be Required To Design And Build Tenant Improvements (ti).
space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum, Or Other Permanent Materials In Good Condition And Acceptable To The Va. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Complete By Occupancy, Modernization, Or Adaptive Reuse For The Space With Modern Conveniences.
a Fully Serviced Lease Term Up To 20 Years (10 Years Firm, 10 Years Non-firm) Will Be Considered.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within Grayson County, Ky And Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Us-62
east: Ky-224
south: Western Kentucky Parkway / Ky-1214 / Sulphur Well Rd / Grant Rd / Bloomington Rd / Anneta Rd / Western Kentucky Parkway
west: Ky-79
naics: 531120, Small Business Size Standard $34.0m
psc: X1aa
expressions Of Interest Must Be Emailed To The Contracting Officer Angela Bailey By 3:00 Pm Central Time, January 24, 2025, And Must Include The Following Information:
1. Building Name, Address, And Location Of The Available Space
2. Amount Of Offered Space In Aboa And Rental Square Feet (rsf) Along With The Conversion Rate (caf)
3. Building Ownership Information, Brokers Or Legal Representatives Must Show Written Acknowledgement And Permission To Represent The Property
4. Amount Of Parking Available On-site And Type (surface And/or Structured)
5. Also Include The Following Information:
- Owner Duns/unique Entity Id (uei)
- Contact Information: Name, Phone, Email Address, Relationship To Property Owner
- Business Size Per Naics 531120 (small, 8a, Hubzone, Vosb, Sdvosb, Etc.)
submit The Above Information And Supporting Information As One Pdf File By Email To:
angela Bailey
email: Angela.bailey5@va.gov
no Phones Calls Will Be Accepted In Response To This Request For Information.
the Government Is Limited By Law (40 Usc 278a, As Amended 10-1-81) To Pay No More Than The Appraised Fair Rental Value For Space. Please Note: This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. A Solicitation For Offers May Be Issued By The Department Of Veterans Affairs Later. The Department Of Veterans Affairs Will Not Pay Any Brokers Fees.
disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
Closing Date24 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Software and IT Solutions
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: Chinle Facility Management Needs Replacement Of Obsolete, Failed Network Automation Engine With A New Smart Network Engine Supervisory Controller
tracking Number: Ihs1505983
the Indian Health Service (ihs), Chinle Service Unit, Chinle Comprehensive Health Care Facility, Facility Management, Chinle Arizona 86503 Is Seeking Capable Sources For Services To Replace Obsolete Failed Network Automation Engine With A New Smart Network Engine Supervisory Controller.
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 Is561210 – Facilities Support Services With A Small Business Size Standard Of $30,000,000.00.
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: 561210 – Facilities Support Services.
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:
chinle Comprehensive Health Care Facility, Po Drawer Ph, Hiway 191 And Hospital Drive, Chinle, Arizona 86503
this Is Not A Solicitation.
Closing Date21 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: This Is A Sources Sought Notice For Information Only; This Is Not A Request For Quotes/proposals Or An Invitations 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: Non-personal Service Contract
tracking Number: Ss-gsu-25-008
the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301, Is Seeking Capable Sources For Non-personal Service Contract For The Following Specialties:
emergency Department Physician
emergency Department Physician Assistant
the Anticipated Period Of Performance Is A Based Plus Four (4) Option Years Contract. See Below For Full Service Performance:
base Period: Date Of Award Through 12 Months
1st Option Period: 12 Months
2nd Option Period: 12 Months
3rd Option Period: 12 Months
4th Option Period: 12 Months
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621111 Office Of Physicians (except Mental Health Specialists) With A Small Business Size Standard Of $14.0 Million.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Service 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) May 20, 2023 At 8:00 A.m. Mst.
as A Minimum, The Following Information Is Required:
confirm The Buy-indian Set Aside Status You Qualify For Under Following Naics Code: 621111.
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 Uei Number And Cage Code.
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:
melissa Lake, Contract Specialist
(505) 930-1975, Melissa.lake@ihs.gov
place Of Performance:
gallup Indian Medical Center
1808 W. Aztec Ave
gallup, Nm 87301
country: Usa
this Is Not A Solicitation.
Closing Date29 Jan 2025
Tender AmountRefer Documents
3911-3920 of 4730 archived Tenders