Survey Tenders

Survey Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
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

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Education And Training Services
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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.

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
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.

INDIAN HEALTH SERVICE USA Tender

Software and IT Solutions
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
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.

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
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.

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Synopsis Only And Does Not Constitute A Solicitation Announcement. This Is Not A Request For Proposals Or A Quote And In No Way Obligates The Government To Award Any Contract. This Sources Sought 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 Quotes/proposals And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Has Been Issued To Survey The Market And Assist The United States Coast Guard (uscg) In Determining Possible Sources For Consideration. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request To Be Considered For A Contract Award. the Original Equipment Manufacturer (oem) For The Enhanced Digital Electronic Control Units Is Triumph, Cage Code 11599.the Uscg Is Conducting Market Research To Seek Sources That Have The Capability To Repair And Upgrade The Items Below. All Repair And Upgrade Facilities Must Be Authorized By The Oem. nsn: 2995-01-572-1860 repaired And Upgraded Nsn: 2995-01-680-3143 part Number: 116007-05a5-14; 4155t12p07 repaired And Upgraded Part Number: 116007-05c5-17; 4155t12p09 description: Enhanced Dig Eng Cn (edecu) nsn: 2995-01-641-8045 repaired And Upgraded Nsn: 2995-01-680-3143 part Number: 116007-05a5-17; 4155t12p08 repaired And Upgraded Part Number: 11607-05c5-17; 4155t12p09 description: Enhanced Digital El (edecu) nsn: 2995-01-680-3143 part Number: 11607-05c5-17; 4155t12p09 description: Edecu Repair nsn: 2995-01-680-3143 repaired And Upgraded Nsn: 2995-01-718-3932 part Number: 11607-05c5-17; 4155t12p09 repaired And Upgraded Part Number: 11607-05c5-18; 4155t12p10 description: Enhanced Digital (edecu) nsn: 2995-01-718-3932 part Number: 11607-05c5-18; 4155t12p10 description: Edecu Repair responses responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Please Respond To The Following Questions: is Your Business A Large Or Small Business And How Many Employees? what North American Industry Classification System (naics) Code Does Your Company Use For This Type Of Service? if Small, Does Your Firm Qualify As A Small, Emergent Business, Or A Small, Disadvantaged Business? if Disadvantaged, Specify Under Which Disadvantaged Group And Is Your Firm Certified Under Section 8(a) Of The Small Business Act? is Your Firm A Certified Hub Zone Firm? is Your Firm A Woman-owned Or Operated Business? is Your Firm A Certified Service-disabled Veteran-owned? is Your Product Listed On A General Services Administration (gsa) Schedule? do You Have Other Government Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers? if Possible, Provide Pocs For Civilian Users For General Usage Of Product Questions. after The Review Of The Responses To This Sources Sought Announcement, And If The Uscg Still Plans To Proceed With The Acquisition, A Solicitation Announcement Will Be Published On The Sam.gov Website. Responses To This Sources Sought Synopsis Are Not Adequate Responses To Any Future Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation In Addition To Responding To This Sources Sought Synopsis. Responses To This Sources Sought Synopsis Are Not A Request To Be Added To A Prospective Offerors List Or To Receive A Copy Of The Solicitation. closing Date And Time For Receipt Of Response Is 06 February 2025 @ 2:00pm Est. E-mail Responses Are Preferred And May Be Sent To Mrr-procurement@uscg.mil, Attention Cariss.t.perry2@uscg.mil. Please Indicate 70z03825ij0000020 In The Subject Line.

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Food Products
Corrigendum : Closing Date Modified
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 784.8 K (USD 13.5 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024 Goods-np2024-020 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “procurement Of Food Supplies For The Supplementary Feeding Program Cycle 14 Sy 2024” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Seven Hundred Eighty-four Thousand Eight Hundred Pesos Only (php 784,800.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 09, 2025, Before 2:00 P.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 09, 2025, Before 2:00 P.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Egg Pcs 19,300 Chicken Kilo 320 Onion Kilo 75 Garlic Kilo 75 Ginger Kilo 43 Carrots Kilo 250 Squash Kilo 400 Potato Kilo 210 Sweet Potato Kilo 264 Banana Kilo 264 Papaya Kilo 264 Lumpia Wrapper Pcs 4,630 Munggo Beans Kilo 279 Missua Pack 500 Sotanghon Pack 1,771 All Purpose Flour Kilo 211 Cornstarch Kilo 231 Cooking Oil Liter 1,761 Corned Beef 150g Can 940 Evaporated Milk,140ml Can 940 Condense Milk,160ml Can 475 Instant Oatmeal 33g Pack 4,630 Spaghetti Pasta 200g Pack 211 Spaghetti Sauce 250g Pouch 211 Macaroni Pasta Elbow 200g Pack 211 Brown Sugar Kilo 100 Rice Well Milled Kilo 300

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
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: Ophthalmic Instruments Full-service Preventative Maintenance Inspection On Specific Instruments tracking Number: Dzhc-ss-25-009 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 Ophthalmic Instrument Full-service Preventative Maintenance To Include Cleaning Instruments, Necessary Lubrication, Calibration, Alignment, Optical Cleaning, Minor Repairs And Adjustments, Travel Expenses, And Warranty On Minor Repairs And Adjustments. the Anticipated Period Of Performance Is One Year From Date Of Award With The Possibility Of Base Period Plus 4 Option Periods. The Base Period And Option Periods Are One Year Each. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811219 Other Electronic And Precision Equipment Repair And Maintenance With A Small Business Size Standard Of $22.00. 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) January 15, 2025 At 04:30 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: 811219 Other Electronic And Precision Equipment Repair And Maintenance 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.

INDIAN HEALTH SERVICE USA Tender

Chemical Products
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
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: Bpa Housekeeping Cleaning Supplies tracking Number: Dzhc-ss-25-006 the Indian Health Service (ihs), Shiprock Service Unit, Northern Navajo Medical Center (nnmc), Located In Shiprock, Nm, 87420 Is Seeking Capable Sources For Native American Owned Small Business Or Indian Economic Enterprise Small Business Sources For Satisfy The Requirement For Bpa For Housekeeping Cleaning Supplies. the Anticipated Period Of Performance Is For 1 Year From The Date Of Award. There Is A Possibility Of Base Year Plus 4 Option Years the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 325612 Polish And Other Sanitation Good Manufacturing With A Small Business Size Standard Of 900 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) January 17, 2025 At 04:00 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: 325612 Polish And Other Sanitation Good 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: northern Navajo Medical Center p.o. Box 160, Hwy 491 North shiprock, Nm, 87420 this Is Not A Solicitation
3911-3920 of 4726 archived Tenders