Survey Tenders
Survey Tenders
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.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Description: this Is A Sources Sought Notice, Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. by Way Of This Market Survey/sources Sought Notice, The Usace-buffalo District Intends To Determine The Extent Of Firms That Are Engaged In Providing The Services Described Hereunder For Fairport Harbor Dredged Sediment Placement Site, Fairport, Oh. this Sources Sought Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only And Does Not Commit The Government To Any Further Contract Actions, I.e., Solicitation And/or Contract. Respondents Are Advised That The United States Government Will Not Pay For Any Information Or Administrative Cost Incurred In Responding To This Sources Sought Notice. Not Responding To This Sources Sought Notice Does Not Preclude Participation In Any Future Request For Proposals (if Any) That May Be Issued. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. This Is Not A Solicitation Announcement; This Is A Request For Information (rfi) Only. this Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issue Of An Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. at This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Notice. Responses To This Notice Will Not Be Returned. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. government Requirements: the Purpose Of This Project Is To Provide A Facility To Accept Sediment Dredged From The Authorized Federal Channel In Fairport Harbor, Oh. Routine Maintenance Dredging Is Performed In The Harbor On An Annual Or Bi-annual Schedule (dependent On Federal Funding And Harbor Needs). The Facility Will Need To Accept Dredge Sediment At A Rate And With Sufficient Capacity To Accommodate Anticipated Dredging Needs: in-situ Dredge Quantities Typically Range Between 50,000 Cy And 250,000 Cy Each Year That Dredging Is Performed. If The Dredged Material Is Subsequently Unloaded Hydraulically (i.e., Pumped Into The Facility), The Overall Volume, Including Added Water, Can Be Expected To Be At Least 3 Times The In-situ Volume. The Most Recent Sediment Assessment (analytical And Physical Properties) Is Provided As An Attachment To This Notice. dredging And Sediment Placement Is Typically Conducted 24-hours Per Day And 7-days Per Week Within The Environmental Window For The Harbor Which Runs Between July 1st And September 14th Each Year. Waivers Are Sometimes Granted To Allow The Dredging To Start Or Extend 2-weeks Outside The Environmental Window. a Dredge Rate Of Approximately 3,500 Cy Per Day Is Expected Though Quantities Could Be As High As 6,000 Cy Per Day. Lesser Amounts May Also Be Anticipated Due To Weather/lake Condition Impacts, Equipment Limitations/breakdowns Etc. contract Duration Is Estimated At 3 Years. requested Information: this Agency Requests That Interested Contractors Complete The Following Questions To Assist The Government In Its Efforts. provide Firm’s Name, Address, Phone Number, Email, And Point Of Contact. , narrative Of Proposed Dredged Sediment Placement Site - Interested Firms Must Provide Detailed Information On The Proposed Facility’s Location, Size And Ability To Meet Each Of The Government Requirements (anticipated Dredging Needs) Noted Above. The Narrative Should Also Include: current Use Of The Proposed Dredged Placement Site. anticipated Long Term Use Of Dredged Sediment That Will Be Accepted (e.g., Site Fill, Beneficial Reuse, Agriculture, Etc.). site-specific Access Requirements And Proximity To The Federal Channel In Fairport Harbor, Oh. anticipated Requirements Or Provisions That The Facility Would Require For Sediment Delivery (i.e., Items That Would Be Required Of Others). maximum Dredged Sediment Capacity Per Year And Total Lifetime Sediment Capacity Of Facility (in Cubic Yards). duration Or Timeline From The Date Of A Contract Award Until The Required Permits Would Be In Place And The Facility Ready To Accept Dredged Sediment. note: Total Submittal Package Shall Be No Longer Than 5 Pages. Please Only Include A Narrative Of The Requested Information And A Map Or Drawing Of The Facility’s Location And Features If Available.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 18.9 Million (USD 324.7 K)
Details: Description The National Irrigation Administration-sultan Kudarat Irrigation Management Office, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Eighteen Million Nine Hundred Eighty-five Thousand Seven Hundred Eighty-eight Pesos And 49/100 (p18,985,788.49) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 2 (contract No. Nia12-infra-skimo-2025-03) Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Now Invites Bids For Construction Of Canal Lining At Kulasi Lateral A From Sta. 0+000 - 0+460, L=460.00m And Terminal Facilities 1-unit, Lateral B From Sta.0+000 - 0+577, L=577.00m, 1-unit Canal Structure And 1-unit Terminal Facilities. Completion Of The Works Is Required Three Hundred (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. 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. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And 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 Only P 25,000.00. 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. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 @ 9:00 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 4, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 @ 10:15 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Small B, License Category C&d Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) B. Key Personnel With Corresponding Work Experience: 1 - Project Manager Completed At Least One (1) Similar Project 1- Project Engineer Completed At Least One (1) Similar Project 1 - Office Engineer (civil Engineer) With At Least One (1) Year Experience 1 - Material Engineer Duly Accredited By Department Of Public Works And Highways 1 - Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 - Surveyor Completed At Least One (1) Similar Project 1 - Construction Foreman Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units - 4-6 Cu.m Dumptruck 1 Unit - 8-10 Tons Cargo Truck 1 Unit - 0.80 Cu.m./139hp Bucket Capacity Backhoe, Crawler Type 1 Unit - 0.16 Cu.m. Bagger Mixer 1 Unit - 5 Hp Concrete Vibrator 1 Unit - 8 Tons, 125 Hp Vibratory Compactor 2 Units - Bar Cutter 1 Unit - 4"ɸ Water Pump 2 Units - Slump Cone 6 Units - Concrete Cylindrical Moulds 1 Unit - Survey Instrument (auto Level) The National Irrigation Administration-sultan Kudarat 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.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Worcester delineated Area: Within The City Limits Of Worcester, Ma minimum Sq. Ft. (aboa): 10,613 Aboa Sf maximum Sq. Ft. (aboa): 11,143 Aboa Sf space Type: Office parking Spaces (total): 40 Reserved Parking Spaces parking Spaces (reserved): 40 Reserved Parking Spaces full Term: 8 Years firm Term: 4 Years option Term: N/a additional Requirements: subleases Are Not Acceptable all Services, Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week. space Must Be Contiguous On One And Or Two Floors. offered Space Cannot Be Located Near Agencies Providing Probation And/or Parole Services, Halfway Houses, Drug Abuse Counseling/rehabilitation Programs, And Similar Social Service Agencies And Welfare Type Programs, As Well As Private Law Firms Representing Drug Offenders. building Entrances/exits Cannot Be Co-located With Or Located 1,000 Feet Minimum, Line Of Sight Or Within The Vicinity Of The Following: Drug-free Zone; Residential/hotels/shopping Center And Areas Where Drug Activities Are Prevalent; And/or Where Easy Surveillance Of Facilities Or Operations Is Possible. secure On-site Or Adjacent Parking Is Required Either In The Form Of An Enclosed Garage With Reserved Spaces Or An Adjacent Surface Lot With Direct Access To A Building Entrance. Interior Parking Must Have A 12' Height Clearance And Exterior Parking Must Be Able To Be Secured With Fencing And Access Control Devices. a Fully Serviced Lease Is Required. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission please Reference Project Number 2ma0216 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. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Worcester, Ma, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Must Be Received In Writing No Later Than The Due Date Stated In This Notice, And Should Include The Following Information At A Minimum: building Name And Address And Location Of The Available Space Within The Building. The Building Site/lot Plans, Interior Building Layout Drawings/pictures (with Dimensions Shown Preferably) Reflecting The Space That Is Being Offered. identification Of Public Transit Routes/stops Near The Property Offered. rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced. ansi/boma Office Area (aboa) Square Feet To Be Offered, And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount, If Any. date Of Space Availability. building Ownership Information. amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking (if Any). energy Efficiency And Renewable Energy Features Existing Within The Building. list Of Building Services Provided. expressions Of Interest Due: February 7, 2025, 5:00 Pm Edt market Survey (estimated): February 2025 occupancy (estimated): June 29, 2025 send Expressions Of Interest To: name: John Burweger address: Federal Real Estate Services, Inc.,36 Valley View Lane, Pawling, Ny 12564 office: 845-855-4733 email Address: Jburweger@fresinc.com government Contact: lease Contracting Officer: Danielle Piantedosi broker Contractor: Matt Bartlett, Transaction Management Director, Cbre, Inc.
Kemi Tornionlaakson Koulutuskuntayhtym Lappia Municipality Education And Training Consortium Lappia Tender
Others
Finland
Closing Date29 Jan 2025
Tender AmountEUR 55 K (USD 57.2 K)
Details: Title: Living Lab - Containers For Wild Food Preprocessing, Work Packages 1-4
description: The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia Is Implementing The Project: Investments - Sustainable Growth From Local Raw Materials Funded By The Regional Council Of Lapland (project Code J11053). The Regional Council Of Lapland Has Approved The Project For Funding And Granted Support For The Implementation Of The Project From The Just Transition Fund (jtf) Under The Act On The Financing Of Regional Development And European Union Regional And Structural Policy Projects (757/2021). In Accordance With The Project Plan, The Target Of The Procurement Is Preprocessing Container Purchases And Equipment, The Estimated Total Value Of The Procurements Is 270,000€. The Aim Of The Project Is To Implement Mobile Processing Environments For Preprocessing Of Local Raw Materials. The Preprocessing Environment For Local Raw Materials Is Divided Into Work Packages 1-4. Work Package 2 (part 1 And Part 2) Will Be The First To Start Tendering Competition Of This Procurement Entity. Work Package 2. Part 1. Container For Preprocessing Wild Food (berry Separator) Including Part 2. Berry Separator Machine For Preprocessing (for Separating Frozen Sea Buckthorn Berries From The Branches By Shaking As Well As Other Suitable Frozen Wild Berries). Working Inside The Container Must Be Possible. The Estimated Value Of The Work Package Is 41.000€-55.000€. Tendering Period 7.1.-29.1.2025 Work Package 1. Dryer Container (with Freezer And Infrared Dryer) For Wild Food Preprocessing By Drying Of Natural Products. The Processes Demand That Working Inside The Container Is Possible. The Estimated Value Of The Work Package Is 95.000€. Tendering Period January-february 2025. Work Package 3. One Dryer Container And One Freezer Container, Both Must Be Trailer-transportable. The Estimated Value Of The Work Package 3. Is 55.000€. Work Package 4. Preprocessing Container With Express Freezer (shock Freezer). The Estimated Value Of The Work Package 4 Is 65.000 €. In The First Phase, The Kemi-torniolaakson Koulutuskuntayhtymä Lappia/municipal Education And Training Consortium Lappia And Lappia Vocational College Will Request Your Offer For The Work Package 2, Part 1. Container For Separating Berries And Part 2. A Berry Separator Machine To Be Placed Inside The Container. Offers For Either Part 1. Container Or Part 2. Berry Separator Machine Are Accepted And Can Be Offered Either Container Or Separator Or Both Parts. Work Package 2 Part 1 - Container (for Separating Berries Inside The Container) Is 2.2-2.4 M High (six-foot Container) Temperature-controlled Freezer Container Or A Ready-made Freezing Container Solution. The Working Container Must Be New Or As Good As New, The Previous Purpose Of Use Must Be Stated In The Tender, As Well As The Insulation Materials. The Container Must Not Have Any Indoor Air Problems. The Container Must Be Prepared For Two People To Work Inside With The Berry Separator Machine At The Same Time. Therefore The Requirements Are Set For Ventilation, Food Handling And Occupational Safety, Which Must Be Taken Into Account When Building The Working Container. With Regard To Container Materials, Such As Structures, Insulation, Sound Insulation And Surface Materials, The Use Of A Berry Separator Machine Inside The Container Causes Resonance And Vibration, Which Must Also Be Taken Into Account When Preparing Container. The Container Must Meet The Material And Hygiene Requirements Set By The Finnish Health Authority For The Food Handling Environment. The Estimated Value Of The Container Is In The Price Range Of 26.000-35.000€. The Transport Of The Container Delivered At Place Or Delivered At Place Unloaded (kätkävaarantie 69, Loue, Tervola) Must Be Included. All Costs Must Be Included, Also Possible Transportation, Customs, Transport/freight Insurance Fees Must Be Included In The Total Offer Price. Work Package 2 Part 2 - Berry Separator Machine The Object Of The Procurement Is A Mobile Berry Separator Machine, Which Is Placed Inside The Working Container. Based On The Market Survey Carried Out, The Berry Separators Currently On The Market Are Large Separators Intended For Industrial Use. A Mobile Berry Separator Machine Placed Inside The Container Should Be Compact, Innovative And Transportable. The Berry Separator Is Attached Inside The Container During Transportion And Use Of The Machine, So Both The Container And The Berry Shaker Supplier Must Take Into Account The Mandatory Requirements For Compatibility. The Estimated Value Of The Berry Separator Machine Is Estimated To Be Around 15.000-20.000€. The Cost Of Moving And Transporting The Berry Separator To The Container Supplier (installation And Integration)must Be Included In The Total Price. The Transport Of The Berry Separator Container (kätkävaarantie 69, Loue, Tervola) Must Be Included. Cooperation Between The Container Supplier And The Supplier Of Berry Separator Machine Is Essential.
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
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.
4151-4160 of 4938 archived Tenders