Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: The U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state: Washington
city: Tukwila
delineated Area:
north: Southcenter Blvd
south: S 180th St.
east: Oaksdale Ave. Sw
west: Military Rd. S.
gross Square Feet (aboa): 7,016-9,233
space Type: Retail
gov Parking Spaces (total): 25
full Term: 60 Months
option Term: None
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0900 To 1700 (excluding Weekends And Federal Holidays).
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Term Of The Lease. A Fully Serviced Leased Is Required. Offered Space Shall Not Be In The 1-percent-annual Change Floodplain (formerly Referred To As “100-year” Floodplain). The Government Reserved The Right To Conduct A Cost Benefit Analysis Included Move And Replication Costs.
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.
expressions Of Interest Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
name Of Owner;
age Of Building;
total Existing Gross Square Feet;
site Plan Depicting The Building And Parking;
floor Plan And Gross Square Footage Of The Proposed Space;
identification Of On-site Parking;
address Or Described Location Of Building;
location On Map Demonstrating The Building Lies Within The Delineated Area;
a Narrative And Map Describing Proximity Of The Building To The Nearest Bus And/or Train Stop, And Major Transportation Routes;
evidence Of Ownership If Building Submitted By Owner. Non-owners (e.g. Brokers) Must Provide Evidence Of Authority Granted By Property Owner To Submit The Property;
any Information Related To Title Issues, Easements, Or Restrictions On The Use Of The Building; And
provide Expected Rental Rate Per Rentable Square Foot.
expressions Of Interest Due: January 31, 2025
market Survey (estimated): January 31, 2025
occupancy (estimated): November 30, 2025
send Expressions Of Interest To:
realty Specialist Name: Jessica Butko
email Address: Cenwsre-rfp@usace.army.mil
phone Number: 206-920-9874
government Contact Information:
real Estate Contracting Officer: Thomas Seymour
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: Collar,pin-rivet; End Item: Helicopter, Black Hawk (spe4a625r0172)
the Defense Logistics Agency Is Issuing A Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 5320-012731677, Collar,pin-rivet. The Approved Sources Of Supply:
sps Technologies, Llc 06725 P/n Hl1087atw6
howmet Global Fastening Systems Inc 06950 P/n Hl1087atw6
huck International, Inc 17446 P/n Hl1087atw6
sps Technologies, Llc 56878 P/n Hl1087atw6
west Coast Aerospace, Inc. 60516 P/n Hl1087atw6
hi-shear Corporation 73197 P/n Hl1087atw6
howmet Global Fastening Systems Inc. 5m902 P/n Hl1087atw6
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332510.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Drawings Are Not Available.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 02/07/2025. All Responses Under This Sources Sought Notice Must Be Emailed Ive.allen@dla.mil. If You Have Any Questions Concerning This Opportunity, Please Contact: Ive Allen.
technical Orders And Qualification Requirements Are Not Available.
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
the Specific Requirement For This Effort Is Below:
part Number: Hl1087atw6
nomenclature: Collar,pin-rivet
nsn: 5320-012731677
estimated Requirement: 100,631 Each
if Your Company Desires To Be Reviewed And Qualified As An "approved Source" For This Item, Submit An Application Package Through The Source Approval Request (sar) Program As Outlined In The Attached Jacg Sam Hb Document. A Sar Package Contains All Of The Technical Data Needed To Demonstrate That The Prospective Contractor Can Competently Manufacture The Product To The Same Level Of Quality, Or Better, Than The Required Item. The Onus Is On The Contractor To Document And Demonstrate Their Product Is Equal To, Or Better, Than The Currently Approved Item, Which Dla Aviation Is Procuring.
dla-aviation Can Only Receive Source Approval Requests (sar) Through Dodsafe Link Due To Internet/web Safety Concerns. To Submit Your Sar Please Send An Email To: Dlaavnsmallbus@dla.mil, Subject Line "request A Sar Drop Off". Include Cage Code, The Nsn And The Email Address Where You Want To Receive The Dodsafe Link. After Your Email Is Received, A Dodsafe Drop Off Will Be Returned, Where You Can Download Your Sar File.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Details: Sources Sought (ht005019f0002): Defense Health Agency (dha) – Acquisition Support Services (aqss)
the Dha Is Issuing This Sources Sought As A Means Of Conducting Market Research To Identify Resources And Capability To Provide Contract Support Services For The Dha.
this Is A Sources Sought Only. It Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Dha Will Contract For These Services Contained In This Sources Sought. This Sources Sought Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Sources Sought Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Sources Sought. Responses To This Sources Sought Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Posted On Sam.gov At A Later Date And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Sources Sought Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Information, Or Costs Incurred. All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued.
description: The Government Is Contemplating Extending The Current Task Order Against A Gsa Schedule Contract To Perform In Accordance With The Existing Performance Work Statement (pws). Aqss Provides Deputy Assistant Director For Acquisition (dad-a)(j-4), Dha And Its Two Major Functions Comprised Of The Component Acquisition Executive (cae) And Head Of The Contracting Activity (hca) That Include Program Management Office, Career Management, Acquisition, Planning Support Office, Systems Engineering, Agreements, Manager's Internal Control Program, Acquisition Policy, Test And Evaluation, Cost Estimating, Data Analytics And Metrics, Business Process Improvement, Business Operations Division, Procurement Policy, Acquisition Systems, Government Purchase Card, Quality Management, And Administrative Support Services Within The Dha. The Contractor Will Provide Qualified Personnel, Transportation, And Services To Complete The Tasks As Outlined Within The Pws.
instruction For Submission Of Response: Full Performance Is To Begin On 15 February 2025, And We Anticipate It Will Have A Base Period Of Performance Of 6 Months With No Options. The Government Anticipates This To Be A Short-term Extension So That Services Can Be Maintained Until The Follow-on Contract Can Be Awarded. This Requirement Has Been Solicited Under Ht001524r0010. The Due Date For Proposals Was 19 September 2024. The Government Is Currently Evaluating Offers And Expects Award In Response To Ht001524r0010 In The First Half Of 2025. The Period Of Performance For Any Work In Response To This Sources Sought Will Be Only Until Performance Begins Under The Award Made In Response To Solicitation Ht001524r0010.
submit Questions To This Sources Sought By 3 January 2024 At 10:00 Am Central Time. All Responses And Any Questions Under This Sources Sought Must Be Emailed To Ms. Pam Bryerton, E-mail: Pamela.j.bryerton.civ@health.mil And Stephani Preusser, Email: Stephani.n.preusser.civ@health.mil.
the Subject Line Of The Email Must Read “(type Here Business Name) – Response To Sources Sought Ht005019f0002
note: In Accordance With Far 10.001(b), Potential Sources Are Not To Submit More Than The Minimum Information Necessary. In Accordance With Far 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Potential Set-aside For This Requirement Will Be Based On The Responses To This Sources Sought And Additional Market Research. Maximum Participation By Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small, Disadvantaged Business, And Women-owned Small Business Concerns Is Encouraged. At This Time, The Dha Does Not Guarantee Any Future Contracts; And Responses To This Sources Sought Do Not Bind Dha To Any Agreement With The Responder, Be It Explicit Or Implied.
no Solicitation Or Marketing Materials Shall Be Submitted. Any Response Submitted For This Sources Sought Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Associated Support Contractors Who Are Regulated. No Information Will Be Disclosed Outside Dha. Dha Will Not Provide Feedback To Any Information Submitted.
submissions To This Sources Sought Is Deemed To Be Dha Property Which Shall Not Be Returned To Sender. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Department Of Energy Tender
Metals and Non-Metals
United States
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting. The Requirements/specifications Of The Electron Beam Melting Furnace Is Outlined In Attachment A To This Sources Sought. This Is Not A Request For Proposal. This Is A Sources Sought Notice Onlythis Is A Sources Sought Notice That Is Open To All Companies And Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Sources Sought Notice Is Released Pursuant To Far Part 10 Market Research And Is Issued For The Purpose Of Identifying Available Sources (interested Entities) Capable Of Performing The Requirement. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. The Information Gathered From This Sources Sought Notice Will Be Utilized In The Government's Determination For The Business Type Utilized In The Rfq. Purpose: The Purpose Of This Sources Sought Notice Is To Solicit Input And Gauge Interest Among Those Parties Capable Of Manufacturing An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting In Accordance With The Requirements/specifications Outlined In Attachment A To This Source Sought. Description: The National Energy Technology Laboratory (netl) Is Part Of The U.s. Department Of Energy (doe) National Laboratory System And Is Owned And Operated By The Doe. Netl Supports The Doe Mission To Advance The Energy Security Of The United States. As Such, It Has Advanced Alloy Manufacturing Laboratories Focusing On Improving Manufacturing And Materials Performance In An Array Of Challenging Environments. As Part Of This Mission, Netl Has A Need For An Electron Beam Melting Furnace That Can Produce Alloy Ingots Of Refractory Nb Metal-based And Similar Alloys By Electron Beam Melting.the Information Being Solicited Includes, But Is Not Limited To, The Following:1. a Cover Page (no Longer Than One Page) Which Provides The Following Information: The Entities Name, Address, Phone Number, Email Address For The Point Of Contact, Unique Entity Identifier (uei) Number, Cage Code (if Applicable), And Business Size. Specify The Small Business Classification: Small Business, Small-disadvantaged Business, Woman Owned, Veteran Owned, Disabled Veteran Owned, 8(a) Or Hub Zone. The Cover Page Should Also Include The Country In Which The Furnace Would Be Manufactured In. 2. a Brief Statement Of Capabilities Detailing How Your Company Meets The Requirements Outlined In Attachment A – Technical Specifications.submission Date And Time:all Interested Parties Responding To This Sources Sought Notice Must Submit Their Responses No Later Than 4:00 Pm Eastern Standard Time On January 3, 2025 Through The Fedconnect Portal Or To David.lahey@netl.doe.gov. For Consistency Purposes, Responses Are To Be Submitted Electronically In Either Ms Word (.doc Or .docx) Or Adobe Acrobat (.pdf) Format Using A Minimum Of 11-point Font And Allowing For 1-inch Margins No More Than 20 Pages In Length, Inclusive Of The Cover Page. Sources Sought Responses May Be Attached To A Notification In The Message Center Portion Of Fedconnect. Information Regarding How To Submit Information Via Fedconnect Can Be Found At Https://www.fedconnect.net. Doe Personnel May Contact Firms Responding To This Announcement To Clarify A Responder’s Capabilities Or Obtain Other Information As Part Of This Market Research Process. Please Note That Fedconnect Is Owned And Operated By Compusearch Software Systems, Inc., Not By The Department Of Energy And Therefore The Government Does Not Provide Help Desk Assistance For Fedconnect. For Assistance With Fedconnect, Please Contact The Fedconnect Helpdesk Directly:by Email: Support@fedconnect.net. By Phone: 1-800-899-6665 (8:00 A.m. To 8:00 P.m. Eastern Daylighttime, Except Federal Holidays).you Are Strongly Encouraged To Submit Your Capability Statement In Response To This Sources Sought Notice At Least 24 Hours Before The Specified Due Date In Order To Have Time To Resolve Any Transmission Problems. As Previously Indicated, This Is Not A Solicitation; Therefore, No Cost Or Pricing Information Should Be Provided. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. This Is A Market Survey To Identify Potential Sources Capable Of Performing The Effort Required. Responses Should Be Limited To The Entity’s Cover Page And Capabilities Statement (as Identified Above) Along With Their Respective Business Size Based Upon The List Provided. It Is Not Mandatory For An Offeror To Respond To This Sources Sought Notice In Order To Be Eligible For Proposing On A Subsequent Rfq When/if Issued.
Closing Date3 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 9,215,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Banga Ris Banga Area: Construction Of 56 Meters Span Elevated Flume Structure (replace To Existing Siphon-flume-bridge), 3meters Inlet Transition & 4.3m Outlet Transition At Main Canal Station 7+380 - 7+443.3 With 31m Protection Works On The 8m-height Column And Temporary Project Facility. (nia12 -scsimo -infra -2025-011). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 110 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. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025-january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 2 Units – Concrete Mixer (1 Bagger), 7.5hp 2 Units – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind) 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani 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.
Closing Date28 Jan 2025
Tender AmountPHP 9.2 Million (USD 157.1 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Sources Sought Synopsis Issued In Support Of Navair Pma 202 And Its Mission To Develop, Integrate, And Support Aircrew Systems For The Navy And Marine Corps By Supporting The Following Programs: Aircrew Endurance (ae), Improved Joint Helmet-mounted Cuing System (ijhmcs), Night Vision Cueing And Display (nvcd), Hearing Protection Helmet. This Posting Will Determine The Interest In This Requirement And Determine If That Interest Warrants A Full And Open Competition.
description
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 Navy (usn) 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 Usn Is Conducting Market Research To Seek Sources That Have The Capability To Manufacture The Following Item (the Usn Is Seeking Manufacturers Only):
description:
product Description:
communication Head Set With The Following Functionality:
omni-directional Microphones And High Fidelity Speakers That Are Optimized For Clear And Accurate Sound Replication
boom Microphone Providing 18db Of Noise Cancellation Measured At 10mm Distance, Normalized For 0db At 1khz.
4 Pin U-174 Plug And Will Connect Directly Into Your Existing Push-to-talk Radio Adapters
shielding Within The Cables And Around The Circuitry To Reduce The Effects Of Radio Frequency (rf) And Electromagnetic Interference (emi)
push-to-talk Radio Adapter
swivel, Molle Clip
connection To Military 6-pin Radio ( 6-pin Mil-c-55116) Or Motorola Apx Series Radios
push To Talk Must Be Designed To Fit The Size And Shape Of Either Hand And Be Used With A Gloved Hand
headset Connection Serves As A Break-away Connector For Removal In Emergency Situations
hearing Protection
noise Reduction Rating (nrr) 20-23db • Tested In Accordance To Ansi S3.19-1974
impulse Noise Protection Tested To 168db Peak Spl In Accordance With Ansi S12.42-2010
must Meet The Single Hearing Protection Requirement Listed In Da Pam 40-501 Army Hearing Conservation Program 2015 For Both Steady-state And Impulse Noise
electro Magnetic Interference Must Be Tested In Accordance To Mil Std 461e/f
integrated Respiratory & Communications
must Allow For A Connection To Oxygen Systems (haho/halo Operations) And The First Responder Respirator (frr). When Used With The Frr, The Operator Will Not Need To Remove The Boom But Plug The Respirator Microphone Cable Into The Back Of The Headset.
must Offer A Communication Cable Option For The Joint Service General Purpose Mask Allowing The Operator To Plug The Headset Into Their Ptt And Provides A Mic Line That Connects To The Respirator’s Internal Mask Microphone.
communications Interface
downleads Terminate In A Standard U/174 Nato Wired “quick Disconnect” Plug.
must Offer A Single Downlead Headset With A 5-pin Connector To Support Connection To Dual And Multi Comm Communication Control Units (ccus)
responses
responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Responses Should Include Approximate Lead-time For Delivery Of Product. Please Respond To The Following Questions:
is Your Business Considered A Manufacturer, Distributor Or Reseller?
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 Dod Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers? For Agencies Using This Product, How Many Units Have Been Delivered In The Past 90 Days
after The Review Of The Responses To This Sources Sought Announcement, The Usn Will Determine Whether Or Not To Proceed With A Solicitation Announcement. 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 Date6 Jan 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Callawa Cis 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,383,647.23 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Callawa Cis, Ddn Lmc 2025-11. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Canalization At Main Canal (hdpe Pipes) Along Damaged Portion - Callawa Cis,completion Of The Work Required 300 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. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 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 Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 – January 22, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On January 6, 2025 , Monday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 22, 2025, Wednesday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 22, 2025, Wednesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Stake Truck (6-8 Cu.m.) 1 Backhoe 1 Dump Truck (9 Cu.m.) 2 Concrete Cylinder Molds 3 Walk Behid Compactor 1 Ton 1 Concrete Vibrator 1 Survey Instruments (level) 1 One Bagger Mixer 2 Low Bed 1 Pick Up 1 9. The National Irrigation Administration-davao Del Norte Imo, 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 By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
Closing Date22 Jan 2025
Tender AmountPHP 9.3 Million (USD 160.2 K)
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 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: Nurse Advice/nurse Triage Telephone Services
tracking Number: Ss-gsu-25-0005
the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301;crownpoint Health Care Facility,hwy Junction 57, Rt9, Crownpoint, Nm 87313; Andkayenta Health Center, Hwy 160 S Mile Post 394.3,kayenta, Az 86033 Is Seeking Capable Sources For Nurse Advice/nurse Triage Telephone Services
the Anticipated Period Of Performance Is 06/01/2025 Through 05/31/2030. See Below For Full Service Performance:
base Period: 06/01/2025 - 05/31/2026
1st Option Period: 06/01/2026 - 05/31/2027
2nd Option Period: 06/01/2027 - 05/31/2028
3rd Option Period: 06/01/2028 – 05/31/2029
4th Option Period: 06/01/2029 - 05/31/2030
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621399 With A Small Business Size Standard Of $10.0 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 17, 2024; 10:00 A.m. (mdt).
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: 621399 With A Small Business Size Standard Of $10.0 Million
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:
Adrian Segay, Contract Specialist
Adrian.segay@ihs.gov
place Of Performance:
Gallup Indian Medical Center
516 E. Nizhoni Blvd
Gallup, Nm 87301
Crownpoint Health Care Facility
Hwy Junction 57, Rt9
Crownpoint, Nm 87313
Kayenta Health Center
Hwy 160 S Mile Post 394.3
Kayenta, Az 86033
this Is Not A Solicitation.
Closing Date18 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Sources Sought Notice Only
the Purpose Of This Sources Sought Is To Conduct Market Research To Purchase Riley Containers With Micropak Bases, Lids, And Mats By Aspen Surgical Products, Inc., Or Equal For The Sacramento Va Medical Center.
this Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Supplies. This Notice Allows Potential Contractors/vendors To Submit A Non-binding Statement Of Interest And Documentation Demonstrating Their Capability. Network Contracting Office (nco 21) Is Requesting Responses From Qualified Business Concerns; The Qualifying Naics Code For This Effort Is339112 – Surgical And Medical Instrument Manufacturing.
this Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classifications (service Disabled/veteran Owned Small Business (sdvosb/vosb), Hub Zone, 8(a), Small, Small Disadvantaged, Woman Owned Small Business, Or Large Business) Relative Tonaics 339112 And Size Standard Of 1,000 Employees. Responses To This Notice, Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Notice, A Solicitation Announcement May Be Published. Responses To This Notice Are Not Considered Adequate Responses To Any Corresponding Solicitation Announcement. All Interested Offerors Are Requested To Respond To This Notice But Are Required To Respond To The Official Solicitation Announcement In Order To Be Awarded The Contract.
background:the Department Of Veterans Affairs Is Seeking Vendors Who Can Provide Riley Containers With Micropak Bases, Lids, And Mats By Aspen Surgical Products, Inc., Or Equal For The Sacramento Va Medical Center. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice.
required Items:
part Number: 1025rl Or Equal
manufacturer: Aspen Surgical Products, Inc.
description: Riley Container; Micropak, Base, Lid&mat,6x10x1.5,in
estimated Quantity: 472 Each
part Number: 2025 Or Equal
manufacturer: Aspen Surgical Products, Inc.
description: Riley Container; Micropak, Base,lid&mat,10x15x1.5,in
estimated Quantity: 120 Each
salient Characteristics:
see Attached Draft Salient Characteristics Documentation.
instructions:
responses Must Include The Following Information:
company Name, Address, Point Of Contact (poc) Name, Email Address, And Phone Number
business Size With Economic Status, And Unique Entity Id No.
(a) Indicate Whether Your Business Is Large Or Small (b) If Small, Indicate If Your Firm Qualifies As A Small, Emerging Business, Or Small Disadvantages Business (c) If Disadvantages, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act (d) Indicate If Your Firm Is A Certified Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) (e) State Whether Your Firm Is Registered With The Sba Vetcert Certification Site At Https://veterans.certify.sba.gov/.
capabilities Statement
please Indicate Whether You Hold A Gsa Federal-supply-schedule Contract That Covers This Type Of Request. If So, Please Provide The Schedule Contract Number.
authorized Distributorship Letter Issued From The Manufacturer (if Not The Original Equipment Manufacturer)
limitations On Subcontracting.
if You Are Responding As An Sdvosb Or Vosb, Confirm Your Ability To Conform To The Non-manufacturer Rule By Completing And Signing The Vaar Clause At 852.219-76 Va Notice Of Limitations On Subcontracting.
the Draft Salient Characteristics Document Is A Draft And Is Subject To Change Prior To Potential Solicitation. If Any Portions Of The Salient Characteristics Or This Sources Sought Notice Are Unclear, Prohibited, And/or You Are Unsure About The Draft Description Of The Requirement Please List Your Comments And/or Concerns In Your Response So They Can Be Addressed.
response Is Due Bywednesday, January 29th, 2025 At 3:00pm Pacific. Please Submit E-mail Responses To Victoria Torres, Contract Specialist, At Email Address: Victoria.torres@va.gov. Please Place “riley Container Micropaks Or Equal” In The Subject Line Of Your Email. This Notice Is To Assist The Va In Determining Sources Only.
notes:issuance Of This Notice Does Not Constitute Any Obligation Whatsoever On The Part Of The Government To Procure These Supplies And/or Services, Or To Issue A Solicitation, Nor To Notify Respondents Of The Results Of This Notice. No Solicitation Documents Exists At This Time; However, In The Event The Acquisition Strategy Demonstrates That Gsa Is A Viable Option For Procuring A Solution, The Rfq Shall Be Posted To Gsa Ebuy Where Only Those Firms Who Currently Hold A Gsa Schedule With The Applicable Sin Will Be Able To Respond. The Department Of Veterans Affairs Is Neither Seeking Quotes Nor Accepting Unsolicited Quotes, And Responses To This Notice Cannot Be Accepted As Offers. Any Information The Vendor Considers Proprietary Should Be Clearly Marked As Such. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sources Sought Notice.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Municipal Corporation Tender
Works
Civil And Construction...+2Civil Works Others, Building Construction
India
Details: Maintenance work of the best public accessible toilet located at Dr. Ambedkar Chowk in ward number 15 Ambedkar Nagar area for cleanliness survey (ODF) under the corporation item. (Zone number 02)
Closing Date1 Jan 2025
Tender AmountINR 300 K (USD 3.5 K)
4141-4150 of 4926 archived Tenders