Survey Tenders

Survey Tenders

National Institutes Of Health Tender

Machinery and Tools
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition; And (4) Availability Of Domestic Sources Manufactured In The United States In Sufficient And Reasonably Available Commercial Quantities And Of A Satisfactory Quality. for Equipment/supply Requirements, Responses Must Include The Place Of Manufacturing (i.e. Address If Supply/equipment Is A Domestic End Product And Include Country Of Manufacture). For Equipment/supply Requirements, Small Businesses Must Also Address The Size Status Of The Manufacturer Under The Applicable Naics Code (i.e. Address Non-manufacturer Rule). your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia), Laboratory Of Neurogenetics (lng) Requires The Acquisition Of An Automated Cell Dissociation Apparatus For Single Nuclei Isolation From Human And Mouse Brain Tissues. purpose And Objectives: The National Institute On Aging, Laboratory Of Neurogenetics’ Objective Is To Elucidate The Pathological Basis Of Neurodegenerative Diseases, Specifically Amyotrophic Lateral Sclerosis (als), Parkinson's Disease, And Alzheimer's Disease. The Purpose Of Obtaining An Automated Cell Dissociation Apparatus Is For Single Nuclei Isolation From Frozen Human And Mouse Brain Tissue With The Goal Of Future Single Cell Snrna Sequencing. project Requirements: Please See Purchase Description Attached To This Posting. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Products Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov. the Response Must Be Received On Or Before January 17th, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Amc/amsc: 1g 1 Suitable For Competitive Acquisition. (see Notes 1 And 2) g The Government Has Unlimited Rights To The Technical Rights To The Technical Data, And The Data Package Is Complete. Valid Amcs: 1 And 2. drawings – item Name: Circuit Card Assembly rp001: Dla Packaging Requirements For Procurement rd002, Covered Defense Information Applies ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq009: Inspection And Acceptance At Origin rq011: Removal Of Government Identification From Non-accepted Supplies rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers rt001: Measuring And Test Equipment part Name Assigned By Controlling Agency: Circuit Card Assembly, Phase shifter Driver Electro-static Sensitive Device mil-std-130n(1) Dated 16 Nov 2012. identification Marking Of U.s. Military Property mercury Or Mercury Containing Compounds Shall not Be Intentionally Added To<(>,<)> Or Come In Direct contact With<(>,<)> Any Hardware Or Supplies Furnished under This Contract. Exception: Functional Mercury used In Batteries, Fluorescent Lights, Required instruments; Sensors Or Controls; Weapon Systems; and Chemical Analysis Reagents Specified By Navsea. portable Fluorescent Lamps And Portable Instruments containing Mercury Shall Be Shock Proof And Contain a Second Boundary Of Containment Of The Mercury Or mercury Compound. (iaw Navsea 5100-003d). reference Control Part Number 7624570 Cage 53711 sampling: the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise specified By The Contract. If The Applicable Drawing, Specification, standard, Or Quality Assurance Provision (qap) Specifies Critical, Major and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified attributes Shall Be Considered As Major Unless Sampling Plans Are specified In Applicable Documents. For Mil-std-1916, The Manufacturer may Use The Attribute Or Variable Inspection Method At Their Option Or per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot size, But Acceptance Would Be Zero Non-conformances In The Sample Lot unless Otherwise Specified In The Contract. overall Length: 5.740 Inches Nominal Overall Width: 1.619 Inches Nominal major Components: Connector Assy, Electrical (7624566-2/53711) 1; printed Wiring Board, Phase Shifter Driver, 1; No Keying Pins Special features: No Keying Pin; Model With Keying Pin Is 7624570-1. End Item identification: As-4108/spy Phased Array Antenna critical Application Item iaw Basic Drawing Nr 53711 7624570 revision Nr D Dtd 06/21/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624570 revision Nr F Dtd 02/06/2009 part Piece Number: iaw Reference Drawing Nr 10001 2900594 revision Nr Ae Dtd 12/01/2014 part Piece Number: iaw Reference Drawing Nr 10001 3256939 revision Nr P Dtd 02/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624560 revision Nr A Dtd 06/19/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624561 revision Nr B Dtd 01/30/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624562 revision Nr C Dtd 05/08/2019 part Piece Number: iaw Reference Drawing Nr 53711 7624563 revision Nr L Dtd 03/10/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624565 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 7624566 revision Nr G Dtd 02/21/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624567 revision Nr A Dtd 01/15/2007 part Piece Number: iaw Reference Drawing Nr 53711 7624569 revision Nr C Dtd 08/19/2009 part Piece Number: iaw Reference Drawing Nr 53711 7624573 revision Nr D Dtd 10/17/2023 part Piece Number: iaw Reference Drawing Nr 53711 7624574 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624575 revision Nr C Dtd 06/25/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624576 revision Nr D Dtd 11/07/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624578 revision Nr A Dtd 05/15/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624581 revision Nr Dtd 05/13/2004 part Piece Number: iaw Reference Drawing Nr 53711 7624583 revision Nr A Dtd 07/11/2016 part Piece Number: iaw Reference Drawing Nr 53711 7624590 revision Nr A Dtd 02/13/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624591 revision Nr B Dtd 05/23/2017 part Piece Number: iaw Reference Drawing Nr 53711 7624592 revision Nr A Dtd 06/30/2008 part Piece Number: iaw Reference Drawing Nr 53711 7624593 revision Nr C Dtd 05/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624596 revision Nr B Dtd 06/28/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624597 revision Nr A Dtd 06/13/2006 part Piece Number: iaw Reference Drawing Nr 53711 7624598 revision Nr C Dtd 05/14/2020 part Piece Number: iaw Reference Drawing Nr 53711 7624599 revision Nr B Dtd 09/07/2011 part Piece Number: iaw Reference Drawing Nr 53711 7624600 revision Nr C Dtd 01/10/2018 part Piece Number: iaw Reference Drawing Nr 53711 7624602 revision Nr C Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624603 revision Nr C Dtd 07/01/2010 part Piece Number: iaw Reference Drawing Nr 53711 7624604 revision Nr A Dtd 01/10/2013 part Piece Number: iaw Reference Drawing Nr 53711 7624605 revision Nr Dtd 09/22/2005 part Piece Number: iaw Reference Drawing Nr 53711 8306492 revision Nr B Dtd 08/21/2020 part Piece Number: iaw Reference Drawing Nr 10001 Ws10288 revision Nr Ab Dtd 04/05/2001 part Piece Number: iaw Reference Drawing Nr 10001 Ws10298 revision Nr Dtd 06/29/1983 part Piece Number: please Review The Nsn Listed Above And Provide Any Sources That May Be Able To Manufacture These Items. The Approved Sources For This Nsn Are Currently Listed Above. All Information May Be Submitted Directly To The Contract Specialist Listed Above. This Information Must Be Provided By The Response Date Indicated Above. in Order To Be Considered An Interested Party, Vendors Must Complete And Return The Attached Market Survey To The Contract Specialist Listed Above By The Required Response Date. note: This Project Contains Drawings/specifications. You May Access The Tdp Directly From Cfolders And Searching For The Above Cited Solicitation Number. you May Access Them Only Through The Following Link: Https://pcf1.bsm.dla.mil/cfolders. the Drawings Cannot Be Accessed Through Dibbs. thank You In Advance For Your Assistance.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Ascension Parish Government Tender

Environmental Service
Corrigendum : Closing Date Modified
United States
Details: Request For Qualifications Request For Qualifications Will Be Received By The Ascension Parish Government At The Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, La 70737 Until January 2, 2025, At 3:00 P.m. (cst) For The Following: Wetland And Delineation Services Statement Of Work Ascension Parish Government/east Ascension Consolidated Gravity Drainage District #1 (parish) Hereby Issues A Request For Qualifications (rfq) From Consulting Firms (consultant) To Provide Wetland Permitting And Delineation Services. The Parish Is Soliciting Statement Of Qualifications (soq) For Professional Services In The Project Environmental Field. The Slected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare United State Army Corps Of Engineers Peritting Applications, Wetland Delineations, Louisiana Department Of Energy And Natural Resources Permitting Applications And Wetland Mitigation Services. Other Tasks As Identified Under Services To Be Provided Selected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare Usace Wetland Delineations And Permit Applications As Well As Other Tasks As Identified. The Services To Be Provided Will Include, But Not Be Limited To: Serve As The Owner’s Rep When Needed On Environmental Issues Or Meetings Preparing And Submission Of Wetland Delineations Preparing And Submission Of Wetland And Environmental Permitting Preparing Permit Renewals For Expiring Permits Assist In Ensuring The Parish Complies With Environmental Regulations Agency Coordination With The United States Army Corps Of Engineers (usace) And The Louisiana Department Of Energy Natural Resources (ldenr) Respond To Comments From The Commenting Agencies On Permits Threatened And Endangered Species Surveys And Agency Consultation Participating In And Providing Input For Any Environmental Concerns And Coastal Plans Providing Input Regarding Current And Future Permit Applications Providing Mitigation Consultation And Services As Needed National Environmental Policy Act (nepa) Reviews And Documentation Phase I Environmental Site Assessments Conduct Site Investigations Gis Mapping And Remote Sensing All Questions Regarding The Rfq Shall Be Submitted To The Purchasing Department Via Email At Purchasing@apgov.us By 3:00 P.m. Local Time (cst) On December 17, 2024. Responses Will Be Coordinated With The Project Coordinator And Posted On The Www.centralauctionhouse.com By 3:00 P.m. Local Time (cst) No Later Than December 23, 2024. Firms/individuals Who Are Interested In Providing Services Requested Under This Rfq Must Submit Six (6) Copies (one Stamped “original”) Of The Information Specified In This Section. The Information Shall Be Received In Hard Copy (printed) Version By: Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, La 70737 On Or Before 3:00 P.m. Central Standard Time On The Date Specified In The Schedule Of Events. Electronic Submittals Are Permitted Via Http://www.centralauctionhouse.com; However (6) Hard Copies Must Still Be Submitted Within 24 Business Hours Of The Proposal Submission Deadline (i.e. The Monday Following The Submission Deadline Since Parish Buildings Are Closed On Fridays). The Parish Reserves The Right To Disqualify Any Bid, Request For Quotes, Response To A Request For Qualifications, Or Request For Proposals If It Is Determined That The Submitting Business Entity Is Not In Good Standing With The Louisiana Secretary Of State Or Is Not Authorized To Do Business In The State Of Louisiana. Ascension Parish Government Reserves The Right To Reject All Proposals For Just Cause. Donaldsonville Chief Please Publish 12/5/2024, 12/12/2024, 12/19/2024 Gonzales Weekly Please Publish 12/5/2024, 12/12/2024, 12/19/2024
Closing Date9 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Repost: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication. original Posting: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Survey And Land Records Department Tender

Goods
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Purchaser Name: Survey And Land Records Department | CATEGORY: Laptop - Notebook (Q2)
Closing Date3 Jan 2025
Tender AmountINR 1.6 Million (USD 19.4 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: This Was Previously Posted As N0016424snb66 n00164-25-s-nb20 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Psc: J059, Naics 811210 issue Date: 4 December 2024 Closing Date: 6 January 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 6 January 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-25-s-nb20 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-25-s-nb20 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: la city: baton Rouge delineated Area: starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy. minimum Sq. Ft. (aboa): 27,000 maximum Sq. Ft. (aboa): 29,700 space Type: office, Lab, And Storage parking Spaces (total): 25 Parking Spaces parking Spaces (surface): 25 Parking Spaces full Term: 17 Years firm Term: 15 Years additional Requirements: general Building/space Condition a Single Tenant Facility Is The Most Suitable For This Unique Requirement noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided. space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences. space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements. aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code. normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7. gsa Requires A Loading Area With Protection From Weather. not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease. 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. a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries: expression Of Interest Submission 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; property Authorization Letter From The Owner; address Or Locational Description Of The Building; age Of Building; total Gross Square Feet; And Gross Square Feet Per Floor; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; a Map Demonstrating The Building Is Within The Delineated Area; a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; expressions Of Interest Due: january 20, 2025 market Survey (estimated): tbd occupancy (estimated): october 2026 send Expressions Of Interest To: name/title: ed Brennan, Gsa Broker Contractor sam Dyson, Gsa Broker Contractor 202-652-4194 / 571-289-3915 email Address: edward.brennan@gsa.gov samuel.dyson@gsa.gov government Contact Information lease Contracting Officer kristine Deltorto project Manager aaron Laboon broker ed Brennan
Closing Date20 Jan 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. 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. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Brand Name Or Equal Applied Medical Laparoscopy Supplies To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1502771-pimc. requirement: Mfg: Applied Medical Laparoscopy Supplies no. Item # Description U/m 1 Cfr03 Trocar, 5mm X 100mm, Balloon Optical Port First Entry, Kii Fios 6/bx 2 Cfr01 Trocar, 5mm X150mm Balloon, Kii Optical Access System 6/bx 3 Cfr71 Trocar, 12mm X150mm Balloon ,kii Optical Access System 6/bx 4 Cfr73 Trocar, 12mm X100mm Kii Optical Ballon Access System 6/bx 5 Ca500 Clip Appliers 6 Cd001 Retrieval Bag 7 C2201 Insufflation Needle 13g X 120 8 C2202 Insufflation Needle 13g X 150 delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Or Department, Phoenix, Az 85016 the Applicable Naics Code To This Procurement Is 339112 – Surgical And Medical Instrument Manufacturing And Size Standards Is 1,000 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A: ___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees. definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:  The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;  The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And  The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award 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 Supplies Are Invited To Submit A Response To This Sources Sought Notice By January 6, 2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1502771-pimc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name. 2. Point Of Contact (name/title/telephone Number/e-mail Address). 3. Fss / Sewp Contract Number, If Applicable. 4. Duns Number Or Sam Unique Entity Identifier Number. 5. Tax Id Number. 6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies. 7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above. 9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer. additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1. to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:  Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,  Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status. interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact: donovan Conley contract Specialist phoenix Area Office, Acquisition Department 40 North Central Ave 602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
Closing Date6 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Twenty Million Four Hundred Eighty Thousand Pesos (php 20,480,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Canalization Of Lateral C West, Lateral C-1 West And Lateral A West With Canal Structures And Road Surfacing Of Batutu Ris, Compostela, Davao De Oro Under Lmc No. Ddo 2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 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 – Irrigation Management Office Davao De Oro 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 30, 2024 - January 15, 2025, 5pm 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 Twenty Five Thousand Pesos (php 25,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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 5:00 Pm On January 15, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 07, 2025, 10:00 Am At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), 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 Or Before January 20, 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 20, 2025, 9:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Medium A - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Grader 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Mixer (1 Bagger) 3.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 27, 2024 Alex A. Merlin Bac Chairman
Closing Date20 Jan 2025
Tender AmountPHP 20.4 Million (USD 349.6 K)
4531-4540 of 4728 archived Tenders