Survey Tenders
Survey Tenders
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
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.
INDIAN HEALTH SERVICE USA Tender
Solid Waste Management
United States
Closing Date14 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 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.
ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: city / State:washington, Dc delineated Area: North: Massachusetts Avenue, West: 23rd Street Nw, South: Constitution Avenue Nw Until The Intersection With 14thstreet, Nw; North On 14th Street, Nw Until The Intersection With Pennsylvania Avenue Nw; East On Pennsylvania Avenue Until The Intersection With 9thstreet; North On 9thstreet Until The Intersection With D Street, Nw, East On D Street, Nw, Which Turns Into D Street, Ne, Until The Intersection With 2nd Street Ne. East: 2nd Street, Ne minimum Sq. Ft. (aboa):61,114 maximum Sq. Ft. (aboa):62,176 space Type:office And Related Space parking Spaces (total):35 Reserved Spaces parking Spaces (reserved):35 Spaces For Official Government Vehicles, The Cost Of Which Is To Be Included In The Rental Consideration full Term:10 Years firm Term:10 Years option Term:one (1), Five (5) Year Renewal Option additional Requirements: the Offered Building Must Be Within 2,640 Walkable Linear Feet Of An Existing Metrorail Station. the Offered Building Must Have The Ability To Accommodate Isc Level Iv Security Requirements. The Government Requires The Right To Fully Control The Building Lobby, Including But Not Limited To Screening Of All Building Tenants And Visitors. lessor Must Allow Tenant Agency’s Armed Agents In The Building And Allow Storage Of Weapons And Ammunition In The Agency’s Leased Space. building Must Have A Loading Dock Or Service Elevator With Direct Access To The Floor Of The Offered Space. the Offered Building Must Accommodate A 1,150 Rsf Fitness Center Accessible From Common Corridor. the Offered Space Must Be Contiguous. approximately 840 Aboa Sf Requires An Increased Floor Load. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance (formerly Referred To As “100-year” Floodplain). subleases Will Not Be Considered. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. owners, Brokers Or Agents May Offer Space For Consideration. Any Properties Submitted By Brokers Or Agents Must Be Accompanied By Written Evidence That They Are Authorized By The Ownership To Exclusively Represent The Building Offered. the General Services Administration (gsa) Is Using A Tenant Broker To Represent The Government In This Transaction. In No Event Shall A Potential Offeror Enter Into Negotiations Or Discussions Concerning A Space To Be Leased With Representatives Of Any Federal Agency Other Than The Authorized Offices And Employees Of The Gsa Or Their Authorized Representative, Cbre, Inc. expressions Of Interest Should Include The Following Information At A Minimum: building Name, Address, And Age; location Of Space In The Building And Date Of Availability; rentable Square Feet (rsf) Offered And Rate Per Rsf; ansi/boma Office Area/usable Square Feet (usf) And Rental Rate Per Usf, Full Service Inclusive Of A Tenant Improvement Allowance (tia) Of $63.869/usf And A Building Specific Amortized Capital (bsac) Allowance Of $35.00/usf, Meeting Gsa’s Standard Building Shell Requirements; name, Address, Telephone Number, And Email Address Of Authorized Contact; scaled Floor Plans (as-built) Identifying Offered Space; information On Project And Building Ownership. expressions Of Interest Due:february 5, 2025 market Survey (estimated):april 2025 occupancy (estimated):june 2027 send Expressions Of Interest To: name/title:cbre, Inc. Attn: Sarah Pollack / Richard Downey 1900 N Street, Nw, Suite 700 Washington, Dc 20036 (202) 585-5663 / (202) 585-5664 email Address: Sarah.pollack@gsa.gov / Richard.downey@gsa.gov government Contact Information: lease Contracting Officer:jason Adams leasing Specialist:cheremie Frisby-spencer broker: Sarah Pollack / Richard Downey Cbre, Inc.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 18.4 Million (USD 317.1 K)
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
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Title: Missile Munitions Distribution Facility And Rail Classification Yard At Letterkenny Army Depot In Chambersburg, Pennsylvania solicitation No. W912dr25x125n this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small Business Construction Contractors Interested In Performing Work On The Potential Letterkenny Army Depot Missile Munitions Distribution Facility And Rail Classification Yard In Chambersburg, Pennsylvania. by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. The Proposed Project Will Be A Competitive, Firm-fixed-price, Contract Procured In Accordance With Far Part 15, Contracting By Negotiation, Under A Lowest Price Technically Acceptable Process. in Accordance With Dfars 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Is Between $25,000,000.00 And $100,000,000.00. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000. responders Should Address All Of The Following In Their Submittal. prior Government Contract Work Is Not Required For Submitting A Response To This Source Sought Notice. project Labor Agreement (pla) Market Survey: the U.s. Army Corps Of Engineers, Baltimore District, Is Soliciting Comments From The Construction Community Addressing The Potential Use Of A Project Labor Agreement (pla) For This Large-scale Construction Project (exceeding $35,000,000.00). pla Background Information: a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). federal Acquisitions Regulation (far) 22.503, Policy States: Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreements Will (1) Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement, Clause: Far 52.222-34 Project Labor Agreement. the Construction Community Is Invited To Comment On The Use Of Pla’s By Responding To The Following Questions: do You Have Knowledge That A Pla Has Been Used In The Local Areas On Projects Of This Kind? If So, Please Provide Supporting Documentation. are You Aware Of Skilled Labor Shortage In The Areas For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. 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. identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. project Description: the Work Is In Franklin County, Pennsylvania At The Letterkenny Army Depot Within The Letterkenny Munitions Center. The Project Includes The Abatement And Demolition Of Building 1456 And Building 2365. also Included Is The New Construction Of A 57,955 Sf Missile Munitions Distribution Facility (mmdf) Warehouse (including A 4,614 Sf Canopy On The Inbound Dock Side) And Associated Administrative Support Functions. Adjacent To The Mmdf Is A 568 Sf Vehicle Storage Building (vsb) That Is Used To Charge And Store Forklifts That Support The Mission. Associated Site Development Including But Not Limited To Earthwork, Best Management Practices (bmps), Fencing, Roadways And Hardstand Areas That Support The Loading And Unloading Of Munitions Are Also Included. the Project Further Includes New Construction Of A Rail Classification Yard (rcy) Consisting Of Approximately 8,000 Lf Of Rail Siding And A Suspect Track For Monitoring And Inspection Of Compromised Rail Cars. adjacent To The Rcy Is A 327 Sf Munitions Operations Management Building (momb) That Is Used By Mission Personnel To Complete Administrative Duties Associated With The Classification Yard. Associated Site Development Including But Not Limited To Earthwork, Culvert Extensions, And Unpaved Roadways And Rail Beds Are Also Required And Incidental Related Work. the Information Gathered In This Exercise Should Include The Following Information On Projects Completed In The Last Seven (7) Years: project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project was A Pla Used? were There Any Challenges Experienced During The Project? the Following Criteria Must Be Considered To Ensure The Ability To Perform The Proposed Work: firm’s Experience In Successfully Completing Design-bid-build Projects Of Similar Size And Scope, And Dollar Value Range Of $25,000,000.00 To $100,000,000.00. Similar Scope Is Defined As New Construction Of A Shipping/receiving Building, Vehicle Storage Building, And Rcy With Similar Components And Functions. Similar Size Considers Both The Square Footage Of The Work Area And/or Dollar Value Of The Project. To Demonstrate Similar Projects, Provide At Least Three (3) Projects Completed In The Last Seven (7) Years To Include: provide A Letter From The Surety Regarding The Maximum Bonding Capability For A Single Contract Action And Total Aggregate Bonding Capacity. rail Subject Matter Expert Required For Rail Yard Classification Work Tasks. (this Is An Optional Item. If You Do Not Have Any Projects That Required A Rail Subject Matter Expert, Please Explain How You Are Able To Obtain One). experience Working At The Letterkenny Army Depot. (this Is An Optional Item. If You Do Not Have Any Experience Working At The Letterkenny Army Depot, Please Explain How You Would Manage Large Scale Material Transports, Subcontractors, Etc. For A Project Of This Size. responses Must Include The Offeror’s Name, Company Address, Cage Code, Poc Phone Number, Poc Email, And Sam Information. narratives Shall Be No Longer Than Fifteen (15) Pages. Double Sided Pages Will Count As Two (2) Separate Pages. submission Instructions: this Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Notice Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 A.m. Edt On 31 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Lauren.n.elamenuel@usace.army.mil And Tamara.c.bonomolo@usace.army.mil And Referencing The Sources Sought Notice Number, W912dr25x125n. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Synopsis To Determine The Availability Of Potential Sources Capable Of Providing System Sustainment Support Services For The Digital Receivers (ddrx) For The Relocatable Over-the-horizon Radar (rothr) System In Texas. The Rothr System Is A Relocatable, Land Based, High Frequency (hf) Radar, Which Provides Wide Area Surveillance In Support Of Tactical Forces Afloat Through The Early Detection And Tracking Of Targets Of Interest, Such As Aircraft And Ships. The Rothr System Is Tasked To Provide Detection And Monitoring Of Drug Smuggling Aircraft And Ships To Support The Office Of The Department Of Defense Coordinator For Drug Enforcement Policy And Support Counterdrug Operations, Providing Long Range Detection Of Narcotic Trafficking Ships And Aircraft As Well As Filling Gaps In The Radar Coverage Provided By Fixed And Mobile Platforms. The U.s. Navy Forces Surveillance Support Center (fssc) Operates, Maintains, And Sustains Three Rothr Systems In Virginia, Texas And Puerto Rico. The Digital Receiver System Delivers Significant Technological Advantages When Compared To Traditional Analog Receivers Utilized In Hf Systems To Include Larger Frequency Band Of Operation, Larger Channel Bandwidths, Higher Repetition Frequencies, Longer Coherent Processing Times, Ability To Process Different Waveforms And The Ability To Simultaneously Execute Air, Maritime And Other Missions Concurrently By Utilizing Different Digitized Channels For Each Mission. the Digital Receivers Were Fielded By Bae Australia At The Rothr Texas Location Under The Dia Issued Contract Hhm402-15-c-0059. this Contract Is Now Complete As Final Delivery Was Made In November Of 2024. The Government Currently Has A Contract With Bae Australia Limited, N00189-22-c-z021, For Additional Receivers For The Puerto Rico And Virginia Rothr Locations, Which Was Awarded On A Sole Source Basis In September Of 2022. This Contract Is Ongoing As The Final Delivery Under Contract N00189-22-c-z021 Is Scheduled For 10 June 2027. The Instant Requirement Is For Repair And Engineering Support Services For The Ddrx System In Rothr Texas Location. The Contractor Will Provide Maintenance, Technical Support, Software Support, Risk Management Framework (rmf) Support And Asset Retrograde Repair And Return Process. bae’s Digital Receiver Technology Is Proprietary To Bae Australia And Cannot Be Repaired By Any Other Company. Per Memorandums Of Understanding (mous) Between The Dod Of The U.s. And The Dod Of Australia Signed On 5 August 2020 And 28 September 2020, The U.s. Government Will Not Sell, Transfer Title To, Disclose, Or Transfer Possession Of Any Australian Origin Defense Article And Defense Services That Have Been Provided By The Australian Dod Under The Mou To Any Third Party. This Mou Prevents Any Other Contractor From Performing The Required Sustainment Services On The Australian Designed And Produced Digital Receivers. the Anticipated Period Of Performance Of This Firm Fixed Priced Procurement Is Twelve Months From The Date Of Award. The North American Industry Classification (naics) Code Is 811210. the Product Service Code Is J059. Interested Vendors Possessing The Requisite Experience, Skills, Resources, And Capabilities Necessary To Perform The Stated Requirement Are Invited To Respond To This Market Research Survey/sources Sought Synopsis By Providing Their Capability Information Via The Submission Of An Executive Summary, No More Than Two (2) Pages In Length. The Submission Shall Include The Following Information: (1) Company Name, Address, Point Of Contact With Corresponding Phone Number And Email Address; And Business Size; And (2) Relevant Corporate Experience Information. Relevant Corporate Experience Information Is Defined As Experience That Is Of The Same Or Similar Scope, Magnitude, And Complexity To That Which Is Described Herein. this Relevant Corporate Experience Information Should Identify A Customer Point Of Contact With Corresponding Telephone Number And Email Address; And (3) Address How Your Firm Is Capable Of Overcoming The Challenges Discussed Above (providing Sustainment Support To Digital Receivers That Are Proprietary To Bae Systems Australia And Would Vacate Mous Between The U.s. And Australian Governments). All Submissions Are Required To Be Submitted Via Email To Lauren.a.lauver.civ@us.navy.mil No Later Than 10:00am (local Time/philadelphia, Pa) On 13 January 2025. Please Direct Any Questions Concerning This Sources Sought Synopsis To Lauren Lauver At Lauren.a.lauver.civ@us.navy.mil.
USTRANSCOM USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Note: This Is The Primary Arcex 2025 Requirement; The Requirement Under Rfq Htc711-25-q-cc03 Is In Addition To This Requirement. contract For Air Charter Services Will Be Contingent Upon Air Operator’s Approval From The Dod Commercial Airlift Review Board (carb). The Aircraft Will Conduct Operations From Deadhorse Airport (iata: Scc/icao: Pasc) And Support Flights To Ice Floes Approximately 100 Nautical Miles (nm) To 225 Nm From The Airport In The Northern Direction (i.e. This Is One-way Distance From Deadhorse Airport And There Is No Fuel Available En Route Or At The Target Ice Floe). The Aircraft Must Be Equipped With Gps, Navigation, And Communication Equipment. Air Operators Are Expected To Procure Fuel For Their Aircraft. contractor Shall Conduct Charter Aircraft Service To Cover A Pioneering Landing. The Pioneering Landing Flight Is The Aircraft That Conducts The Initial Landing On The Sea-ice; There Is No Person On The Ice At This Time, The Snow/ice Is Not Groomed For A Runway Or Skiway, And No Measured Ice Thickness Is Available (although Predicted Ice Thickness May Be Available). The Plane May Use Wheels, Skis, Or A Combination And Have Endurance Minimum Of Five Hours To Travel To Various Ice Floes, Which Have Been Selected By The Navy Through Satellite Imagery Analysis, Approximately 100 Nm To 225 Nm From Deadhorse Airport (scc) In Prudhoe Bay, Alaska. The Aircraft Must Be Able To Operate Without A Groomed Runway. The Aircraft Operator And Pilots Must Have Experience With Pioneering Landings. The Aircraft Must Be Able To Take Off And Land On The Sea-ice In Under 2,000 Feet But A Distance Of 1,000 Feet Or Less Is Highly Preferred. the Aircraft Shall Accommodate At Least Four Passengers, Although The Capability To Accommodate More Passengers Is Preferred. The Experienced Pilot Will Select A Suitable Landing Site On The Ice With The Guidance And Concurrence From The Navy’s Representative (which May Be A Dod Employee Or Contractor With Pioneering Experience). The Aircraft Must Provide Payload Capacity For At Least 2,000 Lbs. To Accommodate Personnel And Equipment. Navy Representatives May Bring Ice Augers, Scientific Equipment, Communications Equipment, Emergency Survival Gear, Electrical Generators, And Shelters. The Navy Representative Will Provide Survival Gear (e.g. Survival Tent, Insulated Air Pads, Sleeping Bags, Iridium Phones With Gps) To Accommodate Passengers. it Is Expected That The Aircraft Will Remain On The Sea-ice For Approximately 1 – 2 Hours During Pioneering Flights To Conduct Ice Surveys. period Of Performance Is 21 Through 26 February 2025. Maximum Of 30 Hours. Minimum Of 24 Hours.
3921-3930 of 4723 archived Tenders