Survey Tenders

Survey Tenders

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

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

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 

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
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.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Description: Sources Sought Notice sources Sought Notice page 5 Of 5 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 5 this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Obtain Information From Qualified Sources With Special Interest Relative To The North American Industry Classification Code (naics) 333310, Commercial And Service Industry Machinery Manufacturing. the Government Will Not Pay For Information Received In Response To This Sources Sought, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided. This Sources Sought Does Not Constitute A Commitment By The Government. Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Contractor Participation Is Not A Promise Of Future Business With The Government. requirement the Va Great Lakes Health Care System, Veterans Integrated Services Network (visn) 12, Edward Hines Jr. Va Medical Center, Hines, Il 60141 Is Seeking Original Equipment Manufacturers (oem) Of Kitchen Equipment. The Vamc Is Seeking Oems Who Produce/manufacture Brand Name Or Equal To The Following Equipment Of Any Size Standard Under Naics 333310 And Product Service Code (psc) Of 7320. The Government Is Seeking Manufacturer S And Not Authorized Distributors/resellers Capable Of Providing A Brand Name Or Equal Product To The Following Equipment. This Source Sought Is Restricted To Domestic End Products. In Order To Qualify As A Small Business Seller Your Company Must Meet The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii). The Brand Name And Salient Characteristics Are Listed Below. soiled Dishtable Eagle Group Model No. Specfab 190"wx 30"d X 43-1/2"h Overall, 14/304 Stainless Steel Top, 20" X 20" X 9" Pre-rinse Sink 14/304 Stainless Steel Top 8"h Backsplash right End Splash raised Rolled Rims On Front & Sides, splash Mount Faucet Hole For Pre-rinse, accommodates (2) 24" (front-to-back) Undercounter Dishwasher partial Undershelf On Left, stainless Steel Legs And Cross Rails With Adjustable Metal Feet nsf *with Pre-rinse e108 Field Joint, Bolted Or Ready For Field Welding undercounter Dishmachine Hobart Model No. Lxnh-5lxn Dishwasher high Temperature Sanitizing Undercounter With 17 Door Opening Height, 208-240v/60/3ph, accommodates Optional Two-level Racking Accessory, 32 Racks/hour (48 Racks /hour With Second Level Rack), freshwater Rinse, .62 Gal/rack, delime Notification With Cycle, auto Chemical Priming, detergent & Rinse Aid Pump, smart Touchscreen Controls With smartconnect App, service Diagnostics, 23-15/16"w X 25-9/16"dx 33-1/4"h, culus, nsf, energy Starâ® cord-pwrkit-3plx Power Cord Kit - Lxe, 208-240/60/3, Nema 15-30p, Plug Included 2 Ea Standard Warranty - 1-year Parts, Labor And Travel Time During Normal Working Hours two-level Racking Capability Up To 48 Racks Per Hour energy Star advanced Diagnostics And Service Connection stainless Steel work Table Eagle T3072se-bs spec-masterâ® Series Work Table, 72"w X 30"d, 4-1/2"h Backsplash, 14/300 Series Stainless Steel Top, rolled Front Edge, adjustable 18/300 Series Stainless Steel Undershelf With Marine Edge, uni-lokâ® Gusset System, (4) Stainless Steel Legs & Adjustable Bullet Feet, nsf 1 St Ca4-sb-x Table Casters, Set Of (4), 4" Diameter, (2) Swivel & (2) Swivel/brake, 115 Lbs. Capacity Per Caster, Zinc With Resilient Tread, reach-in Refrigerator Traulsen Aht132wut-fhs spec-line Refrigerator, Reach-in, One-section, 24.2 Cu. Ft., Self-contained Refrigeration, stayclear Condenser, variable Speed Compressor, automatic Non-electric Condensate Evaporator stainless Steel Exterior, aluminum Interior, standard Depth, Wide Full-height Door Or Doors With Ez-clean Gaskets, (3) Adjustable Wire Shelves Per Section, microprocessor Controls, 6" Adjustable Stainless-steel Legs, r-290 Hydrocarbon Refrigerant, 1/2hp, cetlus, etl-sanitation, energy Starâ® 2 Ea 6-year Parts & Labor And 7 Year Compressor, Standard stainless Steel Exterior/anodized Aluminum Interior stainless Steel Breaker Caps guaranteed For Life Cam-lift Hinges guaranteed For Life Flow Door Handles ez Clean Gaskets 6-year Parts & Labor And 7-year Compressor 115v/60/1-ph, 7.0 Amps, Cord With Nema 5-15p, Standard 2 Ea Full Height Solid Door, Standard 2 Ea Door Hinged On Right, Standard 2 Ea Additional Coated Shelf On Pins (max 9) coffee Cabinet/table Eagle Specfab spec-masterâ® Series Work Table, cabinet Base With Hinged Doors, 60"w X 30"d, 4-1/2"h Backsplash, 14/304 Stainless Steel Top, rolled Front Edge, (2) Hinged Doors, uni-lokâ® Gusset System, stainless Steel Cabinet Body, (4) Legs, & Adjustable Bullet Feet, Nsf it Is The Responsibility Of The Interested Source To Demonstrate To The Government The Interested Party Is An Original Equipment Manufacturer Of An Or Equal Product To The Brand Name Listed Above. Please Include Descriptive Literature For Equal Products. in Addition To Confirming Status As An Oem You Must Include The Following Information: company Name, Address, Point Of Contact, Sam.gov Ueid And Email Address. size Status And Representation/s Of The Company (i.e., Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.). Any Sdvob Or Vosb But Be Certified. is The Company Considered A Small Business Under The Naics Code 333310? does The Company Manufacturer The Product Being Offered And Can Provide Details Of Its Product For Review? (provide Emailed Literature, At No Cost, Of The Item/s Considered An Or Equal Product With Your Response) does The Company Alter; Assemble; Modify; The Products Being Offered Any Way? if The Company Has A Current Federal Contract, Are The Products Being Offered Available On The Contract? questions Should Be Sent To Rebecca Picchi At Rebecca.picchi@va.gov. responses To This Source Sought Must Be Received No Later Than January 20, 2025, At 3:00pm. as A Reminder, This Is A Sources Sought Announcement Only. There Is No Guarantee, Expressed Or Implicit, That The Market Research For This Acquisition Will Result In A Particular Set-aside Or Sole Source Award, Or Any Other Guarantee Of Award Strategy. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. interested Vendors Are Reminded That In Accordance With Far 4.1102(a) Offerors And Quoters Are Required To Be Registered In Sam At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Registration Is Available At Www.sam.gov.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Solid Waste Management
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: Regulated Medical Waste Collection And Disposal tracking Number: Ss-naihs-25-1002 the Indian Health Service (ihs), Shiprock – Northern Navajo Medical Center, Located In Shiprock, New Mexico Is Seeking Capable Sources For Biohazard Regulated Medical Waste (rmw) Collection, Removal, And Disposal Services. the Anticipated Period Of Performance Is 04/01/2025 To 03/31/2030. Please See Below Complete Service Schedule: base Year: 04/01/2025 To 03/31/2026 option Year One (1): 04/01/2026 To 03/31/2027 option Year Two (2): 04/01/2027 To 03/31/2028 option Year Three (3): 04/01/2028 To 03/31/2029 option Year Four (4): 04/01/2029 To 03/31/2030 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 562211 - Hazardous Waste Treatment And Disposal With A Small Business Size Standard Of $47.0 Million. 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 10am Mst (1000 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: 562211 - Hazardous Waste Treatment And Disposal 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: Dallas Begay, Purchasing Agent, Dallas.begay@ihs.gov place Of Performance: Shiprock – Northern Navajo Medical Center Highway 491 North, Shiprock, Nm 87420 this Is Not A Solicitation.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

Others
United States
Details: Please Note That This Is Not A Request For Quotes Or Proposals. no Solicitation Exists At This Time. this Synopsis Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The U.s. Government, Nor Will The U.s. Government Pay For Information Solicited the U.s. Department Of Agriculture, Animal Plant Health Inspection Services, National Veterinary Services , Facility Located In Kansas City, Mo , Is Conducting A Market Survey To Determine The Availability And Technical Capability Of Qualified Commercial And Nonprofit Businesses Capable Of Providing Corrugated Materials To Transport Blood Samples. boxes Will Consist Of Three Parts: item 1 6 3/8"l X 2 1/2"w X 3 7/8"h Plain Chipboard Caliber .048 2-piece Partial Telescope Setup Box With Kraft Overwrap Caliber .004 item 2 6 5/16 L X 2 7/16 W X 3 1/2 H Partition Fits In 2-piece Box item 3 6 7/8 X 3 1/2 X 4 9/16 Corrugated Fiberboard, Domestic Single Wall Grade 200.tongue & Slot Closure 1piece Folding Construction see Attachment_2 Pictures And Specifications the Inner Partitions And Outer Shipping Containers Are Used To Collect Blood Samples To Send To The Usda/aphis/nvsl Lab To Be Analyzed For Cattle /swine Disease. The Inserts Hold The Tubes Of Blood In Position To Prevent Spillage/leakage Of Blood. The Outer Box Is The Master Container That Is Used To Secure The Blood Box W/lid And Inserts W/blood Collection While Being Transported To The Laboratory. interested Parties Are Encouraged To Complete And Return Attachment 1 To The Contracting Office. Telephonic Inquiries Will Not Be Honored. Please Email All Questions Regarding Subject Item(s) Prior To Sources Sought Closing Date To Carol.dingess@usda.gov. This Is Not A Request For Competitive Quotes Or Proposals, But Instead A Market Research Method To Determine Interested Sources. A Determination By The Government Not To Compete This Requirement Based On Responses To This Notice Is Solely Within The Discretion Of The Government. No Requests For Capability Briefings Will Be Honored As A Result Of This Notice. Interested Sources Who Submit Data Are Responsible For Appropriately Marking Information If It Is Proprietary In Nature. Please Provide Sam Id Number, And Point Of Contact Information. The Government Will Not Award A Contract Based On The Information Received, Nor Reimburse Participants For Information Or Samples They Provide. Information Or Materials Provided Is Strictly Voluntary. please Email (only) Attachment 1 To Carol Dingess At Carol.dingess@usda.gov. please Be Sure To Include Notice # Ss25q0044 On Subject Line. Telephonic Inquiries Will Not Be Honored. Closing Date For Submissions Of Statements Of Capability Is January 31, 2025 At 4:00pm Est. anyone Wishing To Do Business With The Usda Must Be Registered In The Government’s System For Award Management Registrar Now Known As Sam. You May Register On Line With Http://sam.gov a Prospective Awardee Shall Be Registered In The Sam Database Prior To Award, During Performance And Through Final Payment Of Any Contract Resulting From A Solicitation. Vendors May Obtain Information On Registration And Annual Confirmation Requirements Via The Sam Database Accessed Through Http://sam.gov Or By Calling Central Contractors Registration @ 1-866-606-8220 the Associated North American Industrial Classification System (naics) Code For This Requirement Is 322211 -corrugated And Solid Fiber Box Manufacturing. the Small Business Size Category Is 1,250 Employees. the Usda Buying Activity In Minneapolis, Mn Is Committed To Participation Of Small Businesses (sb) Small Disadvantaged Businesses (sdb), 8(a) Small Businesses, Woman-owned Small Businesses (wosb), Veteran Owned Small Businesses (vosb), Service-disabled Veteran-owned Small Businesses (sdvosb), And Historically Under-utilized Business Zone (hubzone) Small Businesses. the Government Intends To Provide All Information Regarding This Notice Via This Web Site. The Federal Government Is Not Responsible For Notifications To Offerors Regarding Notices, Solicitations Or Amendments. It Is The Vendor’s Responsibility To Check This Web Site Www.sam.gov Periodically For Updates.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Ditay Irrigation System Cy 2025 (construction Of Slope Protection, Canalization, Canal Structures And Desilting) Diplahan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Eighteen Million Four Hundred Six Thousand Eight Hundred Seventy-three Pesos And 58/100 Only (php 18,406,873.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-repair-niscy2025-996 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Protection Works 3 1. Diversion And Care Of River W/ Dewatering 1.00 L.s 3.2. Structure Excavation (mechanized) 76.40 Cu.m 3.3 Structure Backfill (mechanized) 74.70 Cu.m 3.4 Steel Sheet File 0.40m X 6m 948.00 In.m 3.5 Boulder Riprap (10cm-30cmø) 359.70 Cu.m 3.6 Embankment Construction And Compaction A. Side Borrow 12.00 Cu.m 3.7. Filter Drain 9.00 Cu.m 3.8. Concrete A. Class A Concrete (3000 Psi ) - Plain 123.00 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 3,999.50 Kgs. Iv. Canalization 4.1 Common Excavation (manual) 216.30 Cu.m 4.2 Common Backfill (manual) 216.30 Cu.m 4.3 Concrete Demolition 32.20 Cu.m 4.4 Embankment Construction And Compaction A. Haul Borrow 706.50 Cu.m 4.5 Gravel Blanket (gravel Bedding) 101.70 Cu.m 4.6 Concrete A. Class B Concrete (2400 Psi) - Plain 192.70 Cu.m B. Reinforcing Steel Bars (grade 40) - 10mm 8,073.70 Kgs. V. Canal Structures 5.1 Structure Excavation (manual) 34.30 Cu.m 5.2 Structure Backfill (manual) 21.00 Cu.m 5.3 Embankment Construction And Compaction A. Side Borrow 13.70 Cu.m 5.4 Gravel Blanket (gravel Bedding) 4.60 Cu.m 5.5 Rcp (610mm) 7.00 In.m 5.6 Concrete A. Class A Concrete (3000 Psi) - Plain 20.10 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 1,740.60 Kgs. Vi. Desilting 6.1 Common Excavation (manual) 64.00 Cu.m Total 18,406,873.58 The Above Procurement Project. Completion Of The Works Is Required 180 Calendar Days. 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). 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. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. 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 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Excavator Crawler Type 1 Unit 1.0 Cu.m Bucket Excavator With Vibro Hammer, Crawler Type 1 Unit Bagger Mixer 2 Units 1 Bagger Survey Instrument 1 Set Testing Cylinder (3 Cylinder Per Set) 1 Set Concrete Vibrator 2 Units Dumptruck (6-wheeler) 2 Units 5-6 Cu.m Generator Set 1 Set 10-20 Kva Acetylene With Cutting Outfit 1 Set Waterpump 4" 2 Units Welding Machine 1 Set 300 Amp Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Materials Engineer 1 Office Engineer 1 Safety Officer 1 Survey Team 1 Construction Foreman 2 Heavy Equipment Operators 8 Skilled Workers 2 Drivers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office 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. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 18.4 Million (USD 317.1 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement To Remove Two (2) Existing Aircraft Shelters (b1044 And B1045), The Maintenance Shed (b1046), Existing Utility (b1006) And Jet Blast Deflectors, Along With The Design And Construct Of A New Multi-domain Operations Complex (mdoc) At Beale Air Force Base In California (ca). ***the Slabs, Subsoils, And Building Material At The Buildings Are Anticipated To Be Pfas-impacted Due To The Historic Use Of Afff Fire Suppressant Systems. Contractor Shall Implement All Necessary Precautionary Measures To Prevent The Spread Of Pfas During Demolition Activities. The Project Scope Includes Characterization, Profiling And Disposal Of Pfas-impacted Materials As Well As Measures To Prevent Spread Of Pfas Laden Dust And Water, In Accordance With Local, State, And Federal Regulations. Handling, Transportation And Disposal Of Pfas Impacted Materials Must Be Accounted For In All Pavements Testing And Geotechnical Investigations. Refer To The Part Titled Demolition In Section 01 10 10.01 Design Requirements - General For More Information Pertaining To Characterization, Profiling And Disposal Requirements For Pfas-impacted Concrete And Soil.*** the Mdoc Is Anticipated To Consist Of Two (2) Aircraft Hangar Bays And Central Squadron Operations Facility Between The Hangars In A T-shape And In Harmony With The Adjacent Dock 11 Building, With Matching Heights And Facades. The Project Is Anticipated To Include All Utilities, Site Improvements, New Apron, Pavements, Detection And Protection Features, Security Enhancements, Secure Compartmented Information Facility (scif), And Other Supporting Work Necessary To Make A Complete And Useable Facility. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately March 2025. If Solicited, The Government Intends To Award The Anticipated Requirement By Approximately December 2025. the Government Estimates That Design Of The Anticipated Requirement Can Be Completed Within Two-hundred-forty-six (246) Calendar Days. It Is Estimated That Construction Of The Anticipated Requirement Can Be Completed Within Nine-hundred-fifteen (915) Calendar Days. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice. in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(iii), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is Between $100,000,000 And $250,000,000 the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1bz Construction Of Other Airfield Structures. if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Federal Acquisition Regulation (far) 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Fifteen Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor. contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements. capability Statement: responses Must Be Limited To Twelve (12) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10. please Provide The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers. 2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, Whether A Project Labor Agreement (pla) Was Used (see The Pla Survey Section Below), And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.). 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). 4) Bonding Capability (in The Form Of A Surety Letter). .5) Pla Survey. A Pla Is A Pre-hire Collective Bargaining Agreement With Labor Organization(s) That Establishes The Terms And Conditions Of Employment For A Specific Construction Project. Pursuant To Executive Order 14063, Use Of Project Labor Agreements For Federal Construction Projects, Agencies Are Mandated To Use Plas For Large-scale Construction Projects (defined As Projects Where The Total Cost To The Government Of The Project Is Estimated To Be At Least $35,000,000.00) Unless Exempted By The Agency Senior Procurement Executive. a) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. b) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. c) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. d) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. e) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement. f) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. g) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. please Also Provide The Following Information On Projects Completed In The Last 2-5 Years: a) Project Name And Location b) Detailed Project Description c) Initial Cost Estimate Vs. Actual Final Cost d) Was The Project Completed On Time? e) Number Of Craft Trades Present On The Project f) Was A Pla Used? g) Were There Any Challenges Experienced During The Project? please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. If Your Company Has Already Responded To The Previous Sources Sought (w9123824s0031), You Can Revalidate Your Information By Sending An Email To The Contract Specialist Below Confirming The Previous Submission Of Your Capabilities Statement. please Provide Responses And/or Questions By E-mail To The Contract Specialist, Melanie A. Dewing, At (melanie.a.dewing@usace.army.mil) By 10:00 A.m. (pdt) Monday, 13 January 2025. please Include The Sources Sought Notice Number, ‘w9123825s0008’ In The E-mail Subject Line.
Closing Date13 Jan 2025
Tender AmountRefer Documents 
3921-3930 of 4726 archived Tenders