Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
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.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
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.
Ascension Parish Government Tender
Environmental Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
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
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 23.8 Million (USD 407 K)
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 Three Million Eight Hundred Forty Thousand Pesos (php 23,840,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Package 1: Repair Of Protection Dike At Talisay Check Structure And Canalization Of Lateral A Extra West With Canal Structures Of Batutu Ris, New Bataan, Davao De Oro Under Lmc No. Ddo 2025-004. 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 January 01, 2025 - January 17, 2025, 5:00 Pm 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 17, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 09, 2025, 9:00 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 21, 2025, 8:00 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 21, 2025, 8:30 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 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Generator Set 1.00 Portable Welding Machine 1.00 Oxygen & Acetylene With Cutting Outfit 1.00 Edger 1.00 Self Propelled Compactor 1.00 Plate Compactor 1.00 Centrifugal Pump 1.00 Mixer (1 Bagger) 2.00 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
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Description this Is A Sources Sought Synopsis Only. This Is Not A Request For Offers Or Proposals. This Notice Does Not Represent A Commitment By The Government To Issue A Solicitation Or Award A Contract. Information Received Will Be Used To Determine The Availability Of Technically Capable And Otherwise Responsible Firms That Would Be Interested In Submiting Offers. the General Services Administration (gsa), Public Buildings Service (pbs), Region 10, Acquisition Management Division, Capital Construction Branch Is Conducting A Market Survey And Is Seeking Competent And Qualified Construction Firms To Provide Design-build (d-b) Services For The Modernization Of The Alcan Land Port Of Entry (lpoe) In Tok, Alaska. Gsa Is Seeking Highly Qualified Firms With D-b Experience In The Following; 1) Design And Construction Of Similar And Relevant Projects; And 2) Adequate Bonding Capacity. **see The Capability Statement Section Below For More Information Regarding Experience. the Magnitude Of Construction Is Estimated To Be More Than $350,000,000. general Scope Of Services history: The Alcan Lpoe Is The Only Year-round, Full Service, 24-hour Port Of Entry Serving Personal Vehicles And Commercial Truck Traffic Between The Yukon Territory, Canada, And Interior Alaska. The Lpoe Is Situated In A Remote Location Along The Alaska Highway; Most Of The Adjacent Area Is Undeveloped Forest, Wetlands, And Tundra. Built In 1972, The Facility Is Now Over 50 Years Old And In Need Of Replacement. The Alcan Lpoe Complex Is In A Remote Part Of The State And Subject To Extreme Sub-arctic Weather Conditions. The Project Includes Replacement Or Extensive Modernization Of The Existing Port Operational Facilities, Housing, And Community Complexes With Modern Facilities That Will Meet U.s. Customs And Border Protection (cbp), Canadian Border Services Agency (cbsa), And Gsa Operational Needs For Decades To Come. project: This Project Will Modernize The Alcan Lpoe Complex On The Current Site Of The Existing Lpoe In Tok, Alaska. The Project Is Currently Anticipated To Include A New Administration Building, Headhouse Along With Two Enclosed Pedestrian Processing Lanes, One Commercial Vehicle Lane And Inspection Area, Utility Building, New Housing Quarters, Community Health And Fitness Center, Community Support Building, Garages, And Indoor Firing Range. Project Objectives Are To Improve Port Efficiency And Operational Support Capability And Improve Quality Of Life Of Assigned Staff And Their Family Members. The Project Will Utilize Design-build Construction And A Phased Construction Approach While The Lpoe Remains, At All Times, Operational. procurement the Gsa Anticipates Executing This Requirement Using The Design-build (d-b) Delivery Method. an Award Is Anticipated During The Month Of March 2026 With Design Services Commencing Shortly After. Substantial Completion Is Anticipated In March 2031. Dates Are Estimates And Are Subject To Change. the North American Industry Classification System (naics) Code For This Procurement Will Be 236220 – Commercial And Institutional Building Construction. The Small Business Standard Size Is $39.5 Million. capability Statement respondents Capable Of Performing The Above Services Shall Provide A General Capabilities Statement No More Than 10 Pages In Length. Capabilities Statements Shall Include The Following Information: criteria 1: Provide Company Name, Duns Number, Company Address, Point Of Contact Name, Phone Number, And Email. criteria 2: Provide Company Business Size Based On Naics Code 236220 For Commercial And Institutional Building Construction. Also Provide The Business Type (i.e. Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Etc.), The Number Of Years In Business, Affiliate Information, Parent Company, Joint Venture Partners, And/or Potential Teaming Partners. criteria 3: A Positive Statement Of Your Intention To Propose As A Prime Contractor On Any Solicitation That May Be Released As Relating To The Subject-matter Of This Sources Sought Notice. criteria 4: Demonstration Of Successful Performance Of No More Than Two (2) D-b Projects Performed Within The Last Ten (10) Years That Are Of Comparable Size, Complexity, And Scope To The Alcan Land Port Of Entry Scope Described Above. To Demonstrate Comparable Size, Complexity And Scope, Interested Respondents Must Address All Of The Following In Each Of Its Two D-b Projects: project Name And Contract (or Reference) Number. project Owner. total Contract Dollar Value At Initial Contract Award. describe Experience With Design And Construction Of Facilities In Remote Locations, I.e. Construction Of Buildings At Locations Located At Least 100 Miles Away From A Densely Populated Area. describe Experience With Comprehensive Site Planning, Including But Not Limited To, Design And Construction Of Site Utilities, Storm Drainage, Grading, Commercial Buildings, Highways, Roads, Sidewalks, Parking, Lighting, Security, And Landscaping describe Specific Technical Skills And The Key Personnel Your Company Possess To Perform The Work Described Above provide A Statement Confirming The Contract Delivery Method Was D-b. provide A Statement Regarding Bonding Capabilities. similar And Relevant Locations Will Be Considered To Either Be Remote (isolated Islands, E.g.) Or Have Weather Conditions Like Tok, Alaska. Relevant Projects May Include Complete Construction Or Major Renovation Of Us Government Land Port Of Entries, Facilities That Are Open Year-round (365 Days Per Year, 24 Hours Per Day) With On-site Workers And Work Being Performed Full Time, As Well As Public Use Of The Facilities. Similar Facilities Could Include Prisons, Hospitals, Or Other Large Public Or Private Facilities. Similar Facilities Should Have Specialized Requirements Specific To The Client/ For That Project. (court Requirements, Hospital Requirements, Prison Requirements, Etc.). interested Firms Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Encouraged To Submit Responses Addressing Each Of The Criteria (1-4) As Stated Above. All Responses Shall Be Submitted To Maribeth.bonner@gsa.gov No Later Than 2:00 Pm, Pst, Friday, January 24, 2025 Please Reference “d-b Alcan Lpoe Modernization” In The Subject Field Of Any Email Response. ****this Sources Sought Notice Is For Informational And Planning Purposes Only. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. A Contracting Officer’s Decision Will Be Made To Set Any Projects Aside, Resulting From This Notice, For Small Or Disadvantaged Businesses From The Qualified Sources Submitted From This Request. Therefore, All Interested Firms Are Encouraged To Submit A Response. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Will Not Be Considered For Award, All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted After This Sources Sought Notice.
National Institutes Of Health Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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. 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), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments. purpose And Objectives: the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments: q Exactive Hf Model No. 0726041 Serial No. Sn05734l ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689 dionex Autosampler Model No. 5826.0020 Serial No. 8180055 orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536 vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482 faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311 accelerome Model No. C0960-01-00109 Serial No. 665140 contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians. anticipated Period Of Performance: the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods. place Of Performance: the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825. in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Services 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 A 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 And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov. the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard 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 Pre-solicitation 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).
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r). the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support. additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well. the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page: company Name/division, Address, Telephone Number, Website Url. point-of-contact Name, Title, Telephone Number, And E-mail Address. unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov). business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business). the Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address: experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems. experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems. provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below. ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 658.9 K (USD 11.2 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “security Services For The Year 2025 At Relc-neap Malvar, Batangas On March 1, 2025 To December 31, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Fifty-eight Thousand Nine Hundred Ninety-six Pesos And 27/100 (php658,996.27). Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Security Services March 1, 2025 To December 31, 2025 Php658,996.27 2 Guards Specifications (from End-user): Statement Of Compliance “comply Or Not Comply” (reminder: The Bidder Shall Only State “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter.) 2 Security Guards To Safeguard The Relc-neap Malvar, Batangas Premises For The Period Of March 1, 2025 To December 31, 2025. 12-hour Duty Inclusive Of The 13th Month And Overtime Pay A. Scope Of Work Or Services To Be Rendered: The Security Agency Shall Provide The Following Specific Services: 1. Submit The Security Plan To The Procurement Entity. 2. Protect The General Interest Of The Procuring Entity (pe). 3. Guard And Secure All Property Of The Pe Or Its Officers/employees Within Its Area Of Responsibility. 4. Strictly Implement Standing Rules, Regulations, Guidelines, And Policies Prescribed By The Pe. 5. Prohibit The Commission Of Any Unlawful Or Illegal Acts Within The Assigned Pe’s Premises Or Its Area Of Responsibility. 6. Report And Provide Assistance In Cases Of Any Sign Of Disorder, Riots, Strikes Or Any Serious Violation Of The Law. 7. Protect Pe Or Government Property From Theft, Pilferage Or Damage. 8. Report And Provide Assistance In Cases Of Any Emergency Situations, Such As Fire, Typhoon, Or Natural Calamities. 9. Shall Provide A Roving Guard Supervisor That Will Monitor The Detailed Security Guards On A Regular Basis (per Shift) 10. Perform Their Tasks In Accordance With The Eleven General Orders, Code Of Ethics And Code Of Conduct Of Security Guards As Stated In Ra 5487 (act Governing The Organization 13 And Management Of Private Security Agencies). B. Manpower Qualifications The Security Guards (sg) Shall Have The Following Qualifications: A. At Least High School Graduate B. Of Good Moral Character And Reputation, Courteous, Alert And Without Criminal Or Police Record; C. Physically And Mentally Fit; D. At Least Five Feet Two Inches (5’2”) In Height; E. Duly Licensed And Properly Screened And Cleared By The Philippine National Police (pnp), National Bureau Of Investigation (nbi), And Other Government Offices Issuing Clearances For Employment; F. In Proper Uniform And With Other Security Paraphernalia Such As Flashlight, Handheld Radio, Nightstick, Whistle, Metal Detector And Other Essential Security Paraphernalia; G. Armed With Appropriate And Functional Rifle, Shotgun, Pistol Or Revolver, With Sufficient Ammunition At All Times During Hours Of Duty; H. Must Have Passed The Pneuro-psychiatric Exam; And I. In Possession Of Such Other Qualifications Required By Republic Act (ra) No. 5487, As Amended. C. Obligations And Responsibility Of The Security Agency The Security Agency Shall Comply With The Following Obligations And Responsibilities: 1. Assume All Losses In Their Areas Of Responsibility Due To Negligence/pilferages And Negligence Of Their Security Guards After A Thorough Investigation; 2. Assume Full Responsibility For The Acts Of Its Sgs During The Performance Of Their Duties; 3. Cooperate With The Pe’s Official Investigation Of Any Suspected Criminal Activity Or In Case Of Theft Or Similar Incidents In Their Assigned Area; 4. Be Responsible For The Safety Of Their Sgs In The Performance Of Their Duties In Providing Security Services To The Pe; 5. Provide The Total Number Of Guards Required In The Assigned Area Every Shift Per Section Iii Hereof; 6. Provide Each Sg On Posts With A Firearm, Handheld Radio, And Metal Detector At All Times And Ensure That Said Equipment Conforms To The Applicable Standards And Is Covered With Appropriate And Valid Licenses And Documents; 7. Shall Conduct A Physical Security Survey And Inspection Prior To The Posting Of The Guards To Define The Areas, Buildings, And Other Structures Considered Critical And Vulnerable; 8. The Security Agency Shall Not Change Or Replace The Sg Without Prior Notice At Least Three (3) Working Days, And Approved By The Pe; 9. Have The Sg Changed Or Replaced At Any Time Upon Request Of The Pe For Justifiable Reasons; And 10. Must Provide Their Security Guards With Contact Numbers Of The Pnp, Bfp, And Hospitals For Ready Reference During Emergency Cases. D. Equipment Requirements To Be Installed At/near The Guard’s Posts. 1. Handheld 2-way Radio – 2 Units 2. Rechargeable Heavy-duty Led Flashlights – 2 Units 3. Rain Boots (for Each Security Guard) 4. Big Umbrellas – 2 Pieces 5. Raincoat – 2 Pcs 6. Night Stick – 2 Units 7. Standby Flood Light – 2 Units 8. Metal Detector – 2 Units Submit In Separate Form The Computation Of Salaries And Other Expenses In Arriving The Rates Offered Regular And Recurring Services “the Contract For Regular And Recurring Services Shall Be Subject To Renewal Subject To The Guidelines On Renewal Of Regular And Recurring Services Under Appendix 37 Of The 2016 Revised Irr Of Ra No. 9184 Which Includes The Performance Evaluation Of The Service Provider On The Requirements Under Section Vii. Technical Specifications.”
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 415.8 K (USD 7 K)
Details: Description Request For Quotation No.: 2025-01-008-gs Date Published: January 25, 2025 Closing Date: January 31, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 31, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Approved Budget For The Contract (abc): ₱415,800.00 Funding Source: 2024 Opdntp Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks, Lunch, Pm Snacks) 231 3 600.00 415,800.00 Inclusive Of Complete Services Stated In The Tor Total ₱415,800.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 31, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 31, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Meals And Snacks For Non-teaching Personnel (am Snacks, Lunch, Pm Snacks)- 221 February, 2025 Meals And Snacks For Members Of Pmt (am Snacks, Lunch, Pm Snacks) 10 2. Food Requirement: Am Snacks, Lunch, Pm Snacks • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Under Project Id No. 2025-01-008-gs Of Deped Sdo 1 Pangasinan.
4531-4540 of 4726 archived Tenders