Survey Tenders

Survey Tenders

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | User Experience (ux) And User Insight Platform

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform

Ordnance Survey Tender

Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: Document Type: Sources Sought Notice – Renovate B.1816 Warehouse For Kc-46a Base Supply, Mcguire Afb, Joint-base-mdl, New Jersey solicitation Number: W912ds25s0008 naics Title:236220 For Commercial & Institutional Building Construction (size Standard $45 Million) sic Code:1542 General Contractors-nonresidential Buildings, Other Than Industrial Buildings & Warehouses contracting Office Address: u.s. Army Engineer District, New York, Cenan-ct, 26 Federal Plaza, New York, N.y. 10278-0090 project Description: the U.s. Army Corps Of Engineers, New York District Is Issuing This Market Research Or Sources Sought Notice Is To Determine If There Is An Adequate Number Of Interested And Qualified Small Businesses Having The Capability And Bonding Capacity For The Following Effort. The Procurement Method For This Solicitation Will Be Competitive Sealed Bidding Also Known As An Invitation For Bids. this Market Research Is For The Construction/renovation Mcguire Afb Within Joint Base-mcguire-dix-lakehurst, New Jersey. The Project Magnitude Is Estimated Between $10- $25 Million. the Construction Includes Renovations, Alterations, Reconfigurations, And Some Addition To The Existing Facility. There Will Be Interior Concrete Floor Stab Thickening Required. Alteration Work Will Include Hvac Systems, Fire Suppression, Carpet/tile, Wall Finishes, Ceiling Material, Interior Electrical Systems, Office Entry Doors, Latrine Fixtures, Main Entrance Canopies & The Reconfiguration Of Interior Walls. A Loading Dock Area Will Be Added/installed Through The Modernization Of One Side Of The Facility To Meet Truck Delivery Needs Of The Facility. Two Water Tanks That Feed The Facility Will Be Identified To Be Demolished And Replaced. The Project Includes Utilities, Site Improvements, Pavements, Communications Infrastructure, And All Other Support Work Necessary To Make A Complete And Useable Facility. responses: responses To This Sources Sought Will Be Used By The Government For Market Research Analysis Only, As An Aid In Its Making Of The Appropriate Acquisition Decision(s); Such As; Use Of A Small Business Set Aside; Or A Small Business Set-aside Within A Specific Socio-economic Category Or Full And Open Competition. this Project Is Planned For Advertisement Starting In Late February 2025 With An Award Approximately By April 2025. The Contract Duration Will Be 540 Calendar Days. The North American Industry Classification System (naics) Code Is For General Construction; 236220 For Commercial & Institutional Facilities. all Interested Businesses Should Notify Brian.h.winters@usace.army.mil By E-mail And Provide A Response To The Questions Below – (1) Prior Construction Performance – Submit / Provide A Brief Description Of Two (2) Past Performed Projects, Completed In The Last Seven (7) Years (defined As Turned Over To The Customer By This Response Due Date), For A Same Or Similar Scope. A. Similar Scope Includes Commercial Or Institutional Construction Projects Requiring The Use & Management Of Multiple Trade-work. Indicate In The Description If The Project Was Completed On Time Or If Delays Were Incurred State Why; (2) Provide A Statement Verifying The Prime Contractor Is Capable And Will Perform Twenty Fifteen (20%) Of The Physical Work And Indicate The Type Of Work (trade) To Be Self-performed By The Prime Contractor. This Doesn’t Include Contract Supervision And Administration Duties; (3) Provide Identification And Verification Of The Company As Small Business For Naics Code 236220. Please Also Include If You Fall Within Any Socio-economic Categories; (4) Provide Cage Code And System For Award Management (sam) Unique Entity Identifier (uei); And (5) The Interested Contractor Must Indicate Their Capability Of Obtaining Performance And Payment Bonds For A Project In The Dollar Amount (price Or Range) Listed Previously, Above In The Description. all Interested Businesses Should Submit Their Responses In Writing By E-mail. The Due Date For Responses Is Approx. 14 Days From This Announcement. email Responses To: Brian.h.winters@usace.army.mil this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only. point Of Contact: e-mail Questions To Us Army Engineer District, New York At Brian.h.winters@usace.army.mil place Of Performance mcguire Afb At Jb-mdl, New Jersey

DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender

Education And Training Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Announcement contracting Office Address: department Of Defense Education Activity (dodea), Facilities Procurement Branch, The Mark Center, 4800 Mark Center Drive, Alexandria, Virginia 22350. introduction: the Department Of Defense Education Activity (dodea) Is Issuing This Request For Information (rfi) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For The Dodea Facilities Asset Management Program (fam). This Rfi Is An Opportunity For Industry To Assist In Further Refining Dodea’s Potential Contracting Approaches For Fam. The Intent Is For Industry To Share Their Experiences With Similar Efforts And To Provide Comments And Suggestions On The Candidate Concepts And Objectives In This Rfi. The Government Plans To Use The Information Provided By Industry To Develop A Comprehensive Procurement Strategy And A Fam Solicitation. Any Information Used Will Be On A Non-attribution Basis. This Will Be An 8(a) Competitive Award. dodea Operates A Diverse And Geographically Dispersed School District For 68,000 Military Connected Students In 7 States And 11 Countries And Territories. Dodea’s Goal Is To Provide An Exemplary Education That Inspires And Prepares All Students For Success In A Dynamic, Global Environment. One Of The Prerequisites For Meeting This Goal Is To Ensure That All Schools Meet The Dodea Standard For Providing Safe, Secure, And Well-managed Environments That Focus On Student Achievement. Dodea Supports Its Field Facility Organizations By Providing Standardized Tools And Consistent Performance Metrics To Assist Them In Their Management Of Facility Assets. requirement Description: maintenance Services Are Required To Maintain A Safe, Healthy, And Sanitary School Environment For All Faculty And Students Within Dodea. The Government Seeks To Provide A Full-service Contract To Support All Operational, Management, And Preventative Maintenance To Ensure That Dodea School Assets Are Managed In Accordance With The Objectives And Standards Outlined Within This Performance Work Statement (pws). Therefore, This Requirement Calls For Continuous Effort On The Part Of The Contractor To Ensure That The Safety And Functionality Of All Dodea Facilities Are Maintained Throughout The Life Of The Contract. scope Of Work. The Contractor Shall Provide All Management, Personnel, Labor, Equipment, Tools, Vehicles, Materials, Supervision, Subcontracts, Transportation, Other Items/services Necessary To Perform All Operations, Inspections, Technical Support, And Facility Management Support Tasks And Functions For All Dodea Facilities As Defined In The Pws. The Contractor Shall Conduct Building And Facility Surveys, Condition Assessments, Data Collection, Reporting, And Database Management (planning, Documenting, Tracking, And Reporting Data/findings). Work Shall Be Performed And Documentation Shall Be Maintained To The Standards Set Forth In This Contract, The Asbestos Hazard Emergency Response (ahera), And All Other Applicable Codes And Regulations To Ensure Full Compliance With Applicable Codes And Standards. The Contractor Will Be Required To Provide And Manage A Full-service Fam Program For All Dodea Installations. The Major Elements Of The Services Required Include: 1. Asbestos Hazard Emergency Response (ahera) Inspections And Reports 2. Facility Condition Assessment (fca) Reports (no Remediation Services) 3. Facility Utilization Survey (fus) Drawings And Database Monitoring/updates 4. Real Property Inventory (rpi) Reports, Reconciliation, Tech Support/database Management, Mitigation And Tracking. 5. Database Management, Maintain A Database For All Data Collected Under This Contract. 6. Transition-in/out. period Of Performance: base Year Plus Four (4) One (1) Year Option Periods. place Of Performance: dodea Has Approximately 700 Buildings That Accounts For Approximately 20m Gross Square Feet In The Continental United States And Outside The Continental United States. Dodea Requires Field Assessments On A Region Per Year Which Is About One Third Of The Portfolio Inventory. sources Sought: the Anticipated North American Industry Classification System Code (naics) For This Requirement Is 541620 – Environmental Consulting Services, With The Corresponding Size Standard Of $19.0 M. This Sources Sought Synopsis Is Requesting Responses To The Following Criteria From All Sources That Can Provide The Required Services Under The Naics Code. If An Alternative Naics Code Is More Appropriate, Please Provide Recommended Codes With Description And Rationale In Your Response. the Responder Is To Provide Answers To The Following Questions: • Do You Have An Accounting System? Date Of Last Audit? Who Performed? Determined Adequate/inadequate? • Are You Interested In: Prime Contract? Teaming To Include Joint Venture? Subcontractor Opportunities? • Please Provide A Listing Of All Active Government-wide Ordering Contracts Currently Held By Your Company That May Accommodate The Scope Of This Requirement. Provide The Contract Number, The Name Of The Contractor, And The Current Period Of Performance Of The Contract. • Include Additional Details That Are Not Already Requested Based On The Constraints Of The Information Request. • Provide Relevant Details Of The Same Or Similar Service Offered Or Made To The Government Entities In The Last Three (3) Years. Relevant Details To Dodea’s Proposed Acquisition Should Include, But Not Be Limited To: o Information Regarding The Size And Length Of The Effort; o Ability To Perform As A Prime Or Subcontractor; o Customary Practices (warranty, Financing, Discounts, Contract Types, Etc.) Under Which The Sale Of The Service(s) Is Made; o Any Security Details; the Responder Is Invited To Provide Information And Recommendations For Fashioning This Proposed Acquisition. Recommendation Areas May Include: • Information Regarding Performance Requirements - What To Evaluate, How To Evaluate, And The Performance Standards With Acceptable Quality Levels That Are Similar To Those Utilized In Similar Efforts. • What Is A Recommended Type Of Contract For This Type Of Service Broken Out By Clin (e.g. Ffp, Fpif Cpif)? • Anticipated Contract Terms & Conditions, Incentives, Variations In Delivery Schedule, Price And/or Cost Proposal Support • Evaluation Criteria submission Details: interested Parties Are Directed To Respond To This Rfi With A White Paper In Microsoft Word For Office Or Compatible Format And Shall Not Exceed 25 Pages. Pages Shall Have A One (1) Inch Margin On All Sides. Font Type Shall Be Times New Roman 12 Point And Include The Following: 1) Company Information (name, Physical/mailing Address, Unique Entity It, Cage Code, Phone No., Website Address); 2) Company Point Of Contact (name Of Primary/alternate Pocs, Title, E-mail, Phone No.); 3) Description Of Principle Business Activity; 4) Naics Recommendation For This Procurement; 5) Business Size And Status; 6) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Address The Administrative And Management Structure Of Such Arrangements And Response To The Questions Above. vendors Who Wish To Respond To This Sources Sought Should Send Responses Via Email Nlt 1:00 Pm Eastern Standard Time (est) January 13, 2025 To Ms. Emani Gray At Emani.gray@dodea.edu. Interested Vendors Should Submit A Response That Demonstrates The Ability To Meet The Requirement As Listed In The Requirement Description Paragraph Above. disclaimer: this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.all Government And Contractor Personal Reviewing Responses Will Have Signed Non- Disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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.

Department Of Energy Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: The U.s. Department Of Energy (doe), National Energy Technology Laboratory (netl), Is Conducting Market Research To Identify Contractors Capable Of Providing Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production. The Requirements/specifications Of This Simulation Software Are 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 Providing Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production 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 Part Of This Mission, Netl Has A Need For Simulation Software That Can Perform Reservoir Modeling That Integrates Well-bore Modeling Capabilities To Handle The Complexities Associated With The Multi-phase Elements Of Gas Hydrate Production. 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.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: W912dw-25-r-0018: Lake Washington Ship Canal Small Lock Emergency Closure System this Is A Sources Sought Announcement And Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To Thissources Sought Announcement Or Any Follow-up Information. the North American Industry Classification (naics) Code For This Project Is 237990,other Heavy And Civil Engineering Construction/ Lock And Waterway Construction. The Product Service Code (psc) Is Y1pz,construction Of Other Non-building Facilities. The Associatedsmall Business Size Standard: $45 Million. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Women Owned Small Business, Service-disabled Veteran Owned Small Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To The Naics Code 237990, Psc Code Y1pz, And Small Business Size Standard $45 Million. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Other Than Small Businesses. After Review Of The Responses To This Announcement And, If The Government Still Plans To Proceed With This Project, A Separate Solicitation Announcement Will Be Published On Sam.gov. Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. project Details: lake Washington Ship Canal Small Lock Emergency Closure System the Purpose Of This Project Is To Install A New Emergency Closure System At The Hiram M. Chittenden Locks, Lake Washington Ship Canal, Seattle, Wa. An Emergency Closure Structure Is Any Device Designed To Be Placed In Rapidly Flowing Water Under Differential Head To Prevent The Loss Of Pool If The Lock Miter Gates Are Damaged And Can No Longer Function To Control The Pool. An Emergency Closure System Consists Of A Closure Structure And All The Associated Equipment Necessary To Install The Closure Structure In Flowing Water. The Existing System Is Inadequate Because Deploying The Stoplogs Requires Divers To Disconnect The Stoplogs From The Crane. This Poses An Unacceptable Risk To The Divers During An Emergency Situation Where The Stoplogs Must Be Placed In Free Flow Conditions. the Project Can Be Broken Down Into Several Key Components, Crane, Full Height Bulkhead, And Bulkhead Storage Frame.the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary As Defined In The Sow And Specifications. The Contractor Shall Perform To The Standards In This Contract, Including Environmental Standards. pursuant To Far 36.204, The Estimated Magnitude Of Construction Is Expected To Be Between $1 Million And $5 Million. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address (mailing And Url), Point Of Contract, Phone Number, And Email Address. 2. Cage Code And Uei. 3. Firm's Interest In Bidding On The Solicitation, If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Women Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), Or 8(a) Program. 5. Firm's Joint Venture Information (if Applicable). all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit To: submission Shall Be Sent Via Email To Mckenna T. Rain, Contract Specialist, At Mckenna.t.rain@usace.army.mil. Responses Should Be Sent As Soon As Possible But No Later Than 12:00 Pm Eastern Time, January 3, 2025. Please Use The Following Subject Line For The Email: "w912dw-25-r-0018:lake Washington Ship Canal Small Lock Emergency Closure System". all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) And Maintain An Active Registration For The Duration Of The Contract To Be Eligible For Award Of Government Contracts. seattle District Small Business Programs Poc: enshane Nomoto enshane.nomoto@usace.army.mil https://www.nws.usace.army.mil/business-with-us/small-business/

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: texas city: fort Worth delineated Area: north: West On Silver Creek Road At Loop 820 N; South On Bomber Road; West On Clifford Street; South On S Grant Street/lockheed Boulevard; North On Alta Mere Drive/westworth Boulevard/river Oaks Boulevard; Northwest On Jacksboro Highway; Northwest On Loop 820 N; North On Marine Creek Parkway; West On W Mcleroy Boulevard/ E Mcleroy Boulevard; North On N Blue Mound Road; West On Western Center Boulevard/watuga Road/mid Cities Boulevard. east: South On Precinct Line Road; Southeast On Randol Mill Road; South On Eastchase Parkway; East On I-30; South On 360 (toll Road). south: Northwest On Business 287 (main Street); West On Rendon Bloodworth Road (1187)/e Rendon Crowley Road/crowley Plover Road. west: North On Chisholm Trail Parkway; West On Altamesa Boulevard/lakeside Drive; West On Winscott Road; West On 377; North On Chaplin School Road (2871)/longvue Avenue; East On I-30; North On Loop 820 N. total Minimum Sq. Ft. (aboa): 45,647 total Maximum Sq. Ft. (aboa): 47,929 space Type: office And Laboratory Space total Parking Spaces: 73 parking Spaces (surface) 73 full Term: 17-years firm Term: 15-years option Term: n/a additional Requirements in Addition To The 73 Surface Parking Spaces, Aminimum Of 173 Additional Parking Spaces Open For Public Use Must Be Located Within 1,320 Walkable Feet Of The Primary Entrance Of The Building, As Determined By The Lco. requirement For Adjacent Or Exterior Perimeter Area With Concrete Pad Suitable For Placement Of Emergency Generator, With Fuel Tank, Fill Access, And Accompanying Automatic Transfer Switch, Break Panels, Ups Background System, And Utility Hook Up. requirement For An Exterior Field Training Space Of A Minimum Of One-half Acre (0.5) To A Maximum Of Two-acres (2) Comprised Primarily Of A Grassed Area And Incorporating A Compacted Earth Fill Pad And A Paved Area. The Area Should Be In A Relatively Quiet Area Away From Freeways Or Airports To Allow Communication Between Instructors And Trainees. Exterior Field Training Space Must Be Located Within Approximately 1,000 Walkable Feet Of The Building. offered Space Must Have A Loading Dock To Accommodate Deliveries From 18-wheeler Freights. north American Standard Dock Sizes Of 24”-52” To Accommodate Freight Trucks, Panel Vans, Pick-up, And Trailer Deliveries Should Be Accounted For. Dock Levelers And Other Apparatus May Be Utilized To Meet These Requirements. approximately 400 Sf Of The Requirement Is To Have A Secured Separate Entrance From The Remainder Of The Facility. approximately 12,000 Sf Of The Requirement Is For Laboratory Space With Exterior Venting And Floor Drainage. if Space Is Offered Above Ground Level, Building Must Be Capable Of Providing A Freight Elevator. site Must Be Able To Provide Access To Fiber Optic Networks the Following Space Configurations Will Not Be Considered: Extremely Long Or Narrow Runs Of Space, Irregularly Shaped Space Configurations, Or Other Unusual Building Features Adversely Affecting Usage. offers For New Construction Will Not Be Considered. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package. 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 Floodplain (formerly Referred To As “100-year” Floodplain). 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 Due: 5:00pm Ct, 1/9/2025 market Survey (estimated): 1/2024 occupancy (estimated): 5/2026 send Expressions Of Interest To: name/title: edward “teddy” Seifert address: 2445 M Street Nw, Suite 510 Washington, Dc 20037 phone: 315-825-1875 email Address: edward.seifert@gsa.gov government Contact Information lease Contracting Officer michael Sianan leasing Specialist me’chaela Buford broker teddy Seifert

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only the Purpose Of This Sources Sought Is To Conduct Market Research To Purchase Impella Pumps And Accessories Or Equal For The San Francisco Va Health Care System. this Notice Serves To Survey The Market To Ascertain Whether-or-not Sources Are Capable Of Providing The Requested Supply/services. 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 Is 339112 – 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 To Naics 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 A Impella Pumps And Accessories Or Equal For The San Francisco Va Health Care System. The Vendors Must Demonstrate The Ability To Meet All Requirements For This Notice. required Items: part Number: 0048-0003 Or Equal description: Impella Cp With Smart Assist Heart Pump Kit To Include: (1) Purge Cassette, (1) 14fr Introducer Sheath, 13cm (1) 14fr Introducer, Sheath 25cm, (1) Placement Guidewire .035'' X 150cm, (1) Placement Guidewire, .018'' X 260cm. estimated Quantity: 9 Kits/year contract Vehicle / Period Of Performance: five (5) Year Idiq Beginning Aro. 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 By Monday, January 20th, 2025 At 11:00am Pacific. Please Submit E-mail Responses To Leah Smith, Contract Specialist, At Email Address: Leah.smith@va.gov. Please Place “impella Pumps 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.
4141-4150 of 4939 archived Tenders