Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Others
United States
Details: This Is A Sources Sought Notice Announcement; Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. Any Requests For A Solicitation In Response To This Notice Will Not Be Honored. Reynolds Army Health Center, (rahc), Fort Sill, Ok 73503 Has An Upcoming New Requirement For A Contract For An 8-man Audiometric (hearing) Booth To Facilitate Health Care Support. This Is An Fy 25 Requirement. key Features And Salient Characteristics: audiometric (hearing) Booth 8-person Multi-station Audiometric (hearing) Booth a. Must Have A Double Wall b. Must Be Pre-wired Jack Panel With Cable Pass-thru. c. Must Have An Acoustic Floor. d. Must Be Switch-activated With An Led Illuminations System. e. Must Be Acoustically Engineered With Roof-mounted Ventilation. f. Must Have A Sound Secure Patient Viewing Window. g. Features Carpeting With Cove Base Trim. h. Must Have Hospital-grade Recessed Electrical Devices. i. This Standard Specifies Maximum Permissible Ambient Noise Levels (mpanls) Allowed In An Audiometric Test Room That Produce Negligible Masking (р2 Db) Of Test Signals Presented At Reference Equivalent Threshold Levels Specified In Ansi S3.6-1996american National Standard Specification Of Audiometers. The Mpanls Are Specified From 125 To 8000 Hz In Octave And One-third Octave Band Intervals For Two Audiometric Testing Conditions (ears Covered And Ears Not Covered) And For Three Test Frequency Ranges (125 To 8000 Hz, 250 To 8000 Hz, And 500 To 8000 Hz). The Standard Is Intended For Use By All Persons Testing Hearing And For Distributors, Installers, Designers, And Manufacturers Of Audiometric Test Rooms. This Standard Is A Revision Of Ansi S3.1-1991 American National Standard Maximum Permissible Ambient Noise Levels For Audiometric Test Rooms. j. The Audiometer Shall Have A Computer, And Facilitates Test That Can Be Done Automatically, Semi-automatically, Or Manually. k. Unit Can Be Used In Mobile Applications. l. Uses For Screening Audiologic Examinations. m. Contractor Must Be Able To Custom Fit The Audiometric (hearing) Booth In The Government’s Specified Space For Usage. n. Provide Audiometric (hearing) Booth Installation, And Verification Of Operability. o. Provide Training On Usage. p. Provide Two (2) Operator Manuals (also 1 In Digital Format) q. Provide One (1) Service Manual (also In Digital Format) r. Provide Warranty For Equipment And Services. equipment Consists Of The Following: description Quantity 8-man Custom Audiometric Booth 1 Ea. audiometric (hearing) Booth Installation (with Training) 1 Ea. shipping 1 Ea. delivery Date: Estimated the Type Of Solicitation To Issue Will Be Based Upon The Responses To This Synopsis. Contact With Government Personnel, Other Than The Contract Specialist Identified At The Bottom Of This Notice, By Any Potential Offeror, Or Their Employees', Regarding This Requirement Is Strictly Prohibited. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Small Business Community To Include Section 8(a), Historically Underutilized Business Zones (hub-zone), Women-owned Small Business, And Service-disabled Veteran-owned Small Business (sdvosb), As Well As The Interest, Capabilities And Qualifications Of Various Members Of The Large Business Community, To Compete And Perform A Firm Fixed Price Contract For These Supplies. The Type Of Solicitation To Issue Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. •offeror's Name, Address, Point Of Contact, Phone Number, And E-mail Address. •offeror's Interest In Providing A Proposal/quote On The Solicitation When It Is Issued. •offeror's Capability To Meet Personnel Requirements. •offeror's Capability To Perform A Contract Of This Magnitude And Complexity (include Offeror's In-house Capability To Execute The Required Transcription Services - Provide At Least Three (3) Examples. Documentation Of Appropriate Services Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Means To Compete For This Acquisition. •offeror's Type Of Small Business And Business Size (whether 8(a), Hub Zone, Women-owned Small Business, Service-disabled Veteran Owned Small Business, Etc.), Or Large Business Status, Should Be Documented In The Statement Of Capability. interested Parties Are Responsible For Marking Information That Is Proprietary In Nature. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requests. The Government Is Not Obligated To, Nor Will It, Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Subcontracting Opportunity Is Anticipated. A Determination By The Government To Not Compete This Proposed Contract Action Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. interested Offeror Shall Respond To This Sources Sought Notice No Later Than The Response Time Indicated In This Sam.gov Posting. All Interested Businesses Must Be Registered In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award Of Government Contracts. Fax Or Email Your Response Perry J. Cannon, Contract Specialist At Email: Perry.j.cannon.civ@health.mil. Please Label The Email, “panhca-25-p-0000 005855” – Audiometric Booth [vendor’s Cage Code]”. telephonic Inquiries Will Not Be Honored. Email Is The Only Method.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Real Estate Service
United States
Details: Reference Project Number: 2pr0074 general Services Administration (gsa) Seeks To Lease The Following Space: state: Puerto Rico city: Hato Rey delineated Area: north: Beginning At The Intersection Of Pr 165 / Pr 24 And Pr 22, Follow Pr 22 East From Pr 165 / Pr 124 To Pr 18. Follow Pr 18 South From Pr 22 To Calle Juan Kalaf. Follow Calle Juan Kalaf East From Pr 18 To Pr 1. east: Follow Pr 1 South From Calle Juan Kalaf, Continuing On Av. De La Constitución And Av. Juan Ponce De León To Pr 17. south: Follow Pr 17 West From Av. Juan Ponce De León To Pr 20. west: Follow Pr 20 North From Pr 17 To Pr 2. Follow Pr 2 East From Pr 20 To Pr 24. Follow Pr 24 North From Pr 2 To The Point Of Beginning At The Intersection Of Pr 22 And Pr 165 / Pr 24. minimum Sq. Ft. (aboa):23,588 Aboa Sf maximum Sq. Ft. (aboa): 24,174 Aboa Sf space Type: Office, Warehouse, And Laboratory parking Spaces (total): 173 Spaces parking Spaces (surface): 30 Onsite, Reserved Spaces For Government Owned Vehicles (govs). 115 Parking Spaces For Employees And Visitors Must Be Publicly Available Within A One (1) Block Walking Distance Of The Proposed Building. parking Spaces (structured): 28 Reserved Structured Spaces Located On The Second Floor Or Higher. full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: general Office Space Must Have A Ceiling Height Of A Minimum 9’-0” Aff. Ceiling Heights In The Mdf, Idf Or Other Equipment Rooms Shall Be A Minimum Of 9’-0” Clear And Have Sufficient Space Above The Ceiling For Independent Hvac Units, Ducting, Cable Trays, Or Other Necessary Devices. A Minimum Ceiling Height Of 12’ Is Required In Warehouse Areas as Part Of The Tenant Improvement Scope, The Lessor Shall Provide Six (6) Single Electric Vehicle Supply Equipment (evse) Supporting Charging Station(s) And Reserved Parking Spaces For Electric Vehicles. Infrastructure Shall Comply With All Local Electrical Codes, And If None, The National Electrical Code (current Edition). for Effective Space Utilization, A Minimum Of 20’-0” O.c. Between Structural Elements (columns, Core, Curtain Wall, Etc.) Is Required. For Most Efficient Office Layouts On Window Walls, Mullion Spacing Of 5’-0” O.c. Is Preferred. contiguous Space Is Preferred. If All Space Cannot Be Contiguous, And Space Is On More Than One Floor, Adjacent Floors Are Required. Non-contiguous Space Must Consist Of No More Than Six (6) Blocks Of Space Meeting The Following Ansi Boma Square Footage Range Requirements. block 1 - 1,078 - 1,132 block 2 - 5,849 - 6,141 block 3 - 5,115 - 5,371 block 4 - 3,331 - 3,498 the Following Two Block(s) Of Space Must Be Located On The First Floor And Can Either Be Collocated Or At A Minimum Be Contiguous To Each Other. block 5 - 4,186 - 4,341 block 6 - 4,029 - 4,231 the Government Will Utilize Fiber Optic And/or Copper Twisted Pair Cabling For Backbone Services. Offered Premises Must Provide At Least One (1) Internet/telecom Service Provider, Two (2) Are Preferred With Connections Terminating Directly Inside Secured Telecommunications Room (mdf). the Offered Space Must Have A Full Load Generator Or Capacity To Add A Full Load Generator To Allow The Continued Agency Operation. to Demonstrate The Potential For Efficient Layout, Offerors Will Be Required To Provide A Test Fit Layout, At The Offeror's Expense, Demonstrating That The Government's Requirement Can Be Efficiently Accommodated Within The Space Offered. public Transportation Should Preferably Be Within Approximately 0.5 Miles Or 10 Minutes Walking Distance. a Building Loading Area Is Required. subleases Are Not Acceptable. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: January 10, 2025, 5:00 Pm Edt market Survey (estimated): January 15, 2025 occupancy (estimated): September 30, 2026 send Expressions Of Interest To: name/title: Helga Peneiro phone: 787-627-5737 email Address: Hpineiro@hmppropertiespr.com government Contact Information: lease Contracting Officer: Eduardo Vidal broker, Cbre:matt Bartlett, Transaction Management Director
Closing Date10 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis: introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216. project Description: the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units. dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services: biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage. clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: kathryn Allison contract Specialist kathryn.allison@va.gov secondary Point Of Contact: dean Flanders contracting Officer dean.flanders@va.gov
Closing Date17 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description The National Irrigation Administration-sultan Kudarat Irrigation Management Office, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Twenty-two Million Four Hundred Seven Thousand Nine Hundred Sixty-one Pesos And 66/100 (p22,407,961.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lambayong Ris Cy 2025 (repair Nis) Package 1 (contract No. Nia12-infra-skimo-2025-02) Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Now Invites Bids For Remove And Replace Of Canal At Lateral D-4 (sta. 0+000-0+150, Sta. 0+610 - 0+650, Sta.1+273 - 1+280, Sta. 1+680 - 2+010, 2+075.50 - 2+359, Sta.2+575 -2+580, Sta.2+760 - 2+800, Sta. 2+995 -3+290, Sta. 3+305 - 3+660, Dsta.3+670 - 4+260, 4+680 - 4+740) L = 2,045.50 M And 5.0 Units Canal Structures. Completion Of The Works Is Required Three Hundred (300) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. The National Irrigation Administration- Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 @ 9:00 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 4, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 4, 2025 @ 10:15 Am At Nia Sultan Kudarat Irrigation Management Office, Conference Room, Kalawag Ii, Isulan, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Small B, License Category C&d Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) B. B. Key Personnel With Corresponding Work Experience: 1 - Project Manager Completed At Least One (1) Similar Project 1- Project Engineer Completed At Least One (1) Similar Project 1 - Office Engineer (civil Engineer) With At Least One (1) Year Experience 1 - Material Engineer Duly Accredited By Department Of Public Works And Highways 1 - Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 - Surveyor Completed At Least One (1) Similar Project 1 - Construction Foreman Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units - 4-6 Cu.m Dumptruck 1 Unit - 8-10 Tons Cargo Truck 1 Unit - 0.80 Cu.m./139hp Bucket Capacity Backhoe, Crawler Type 1 Unit - 0.16 Cu.m. Bagger Mixer 1 Unit - 5 Hp Concrete Vibrator 1 Unit - 5 Hp Plate Compactor 2 Units - Bar Cutter 1 Unit - 4"ɸ Water Pump 2 Units - Slump Cone 6 Units - Concrete Cylindrical Moulds 1 Unit - Survey Instrument (auto Level) The National Irrigation Administration-sultan Kudarat Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date4 Feb 2025
Tender AmountPHP 22.4 Million (USD 383.2 K)

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: north Carolina city: greensboro delineated Area: north Boundary: Starts At Intersection Of Route 150 And Mcleansville And Goes West To Route 220. Route 220 To I-73. east Boundary: Starts At Intersection Of I-40 And Mt Hope Church Rd. Go North On Mt Hope Church Rd To Mcleansville Rd. Mcleansville Rd To Route 150. south Boundary: Starts At Intersection Of Route 421/i-40/i-840 Go East To Interstate 73. I-73 To I-85. I-85 To I-40. west Boundary: Starts At Intersection Of Interstate 73 And Route 220. Go South On I-73 To Route 150. Route 150 To Route 421. minimum Sq. Ft. (aboa): 3,959 maximum Sq. Ft. (aboa): 3,959 space Type: office parking Spaces (total): 6 parking Spaces (surface): 6 parking Spaces (structured): 0 parking Spaces (reserved): 6 full Term: 15 Years firm Term: 12 Years option Term: n/a additional Requirements: offered Space Must Be Located On The Ground Floor (to Accommodate A Detention Holding Cell) And On No More Than One Contiguous Floor. If Multi-tenanted Building, Agency Will Need To Have Dedicated Elevator Access To The Sallyport. the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week, And 365 Days A Year. offered Building And Site Layout Must Have Ability To Provide Or Construct An Enclosed, Secure Sallyport, Used For Detainee Transportation. Sallyport Must Have Dedicated Secure Entrance And Pathway Into Ground/ First Floor Space And Or Detention Spaces. The Sally Port Must Be Large Enough To Accommodate A Large Van And Onboarding And Deboarding Movements. agency Cannot Be Collocated With Other Federal, State, Local Government Agencies Or Private Firms Who Provide Daycare Services, Abortion Services, Mental Health Services, Drug Rehabilitations Services, Probation Services, Public Defender Services, And/or Social Services. residential Adjacencies To Potential Sites Will Be Carefully Reviewed With Agency Security Guidelines And At The Government's Discretion, May Be Eliminated From Consideration. offered Building Must Not Be Within 100 Yards, Measured Linearly From Property Line To Property Line, Or Within The Line Of Sight Of Schools, Daycares, Churches, Residential Areas, Correctional Facilities, Mental Health Or Drug Treatment Facilities, Or Areas Of High Civilian Activity Or Vulnerability. offered Building Must Be Capable Of Providing At Least Two Vehicular And Pedestrian Ingress/egress Points From Property. the Site Shall Be Easily Accessible By Main Thoroughfare But Inconspicuous Or Discreet To Public And Traffic. Preference Will Be Given To Locations That Are Within Short Driving Distance To Concessions And Other Professional Business Offerings. a Total Of 6 Secured Parking Spaces Comprised Of 6 Reserved Surface And Parking Spaces That Must Be Available On-site And Directly Accessible To The Government-controlled Space. including In The Total Parking Required May Be Spaces For Oversized Vehicles Requiring Minimum 10’ Clearance And Up To 30’ Long Spaces. if Parking Is Not Secured, Offered Space Will Allow The Agency To Install A Secured Fence With Gates Around The Government Owned Vehicles. additional Requirements May Apply And Will Be Addressed In Rlp/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 100 Year Flood Plain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Must Include The Following Information: Please Reference Solicitation Number 8nc2175 With Your Submission: 1. Building Name And Address And Location Of The Available Space 2. Rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced 3. Floorplans Showing The Current Configuration Of The Offered Space 4. Site Plan Showing Current Configuration Of The Offered Site Including Number Of Parking Spaces Available Onsite 5. Date Of Space Availability 6. Building Ownership Information And Authorization To Represent Building Owner Or Documentation Showing Offeror Has Control Or Ability To Control The Site 7. Energy Efficiency And Renewable Energy Features Existing Within The Building 8. List Of Building Services Provided 9. Narrative Of Planned Improvements Or Redevelopment Plan If Current Shell Does Not Meet Minimum Advertised Requirements 10. Building, Space, And Parking Compliance With Fire/life-safety And Seismic Requirements. expressions Of Interest Due: may 28, 2024 By 4:00pm Est market Survey (estimated): tbd occupancy (estimated): tbd send Expressions Of Interest To: name/title: morgan Walker office/fax: 412-779-2244 email Address: morgan.walker@gsa.gov government Contact Information lease Contracting Officer derek Sanders broker morgan Walker broker jason Lichty
Closing Date30 Jan 2025
Tender AmountRefer Documents 

U S CUSTOMS AND BORDER PROTECTION USA Tender

Aerospace and Defence
United States
Details: Description u.s. Customs And Border Protection (cbp) Is Seeking Information From Interested Vendors That Can Provide Cbp With Ballistic Shields. this Is A Request For Informational Purposes Only. This Is Not A Solicitation. This Request For Information (rfi) From Industry Will Allow The Government To Identify Interested Sources Capable Of Meeting All Requirements. The Information Sought Is For Planning Purposes Only. this Is Not A Request For Proposals. The Government Will Not Award A Contract On The Basis Of This Rfi, Nor Will The Government 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 Party’s Expense. All Proprietary Or Sensitive Information Must Be Clearly Marked. this Announcement In No Way Obligates Or Commits The Government To Acquire Any Product Or Service. There Shall Be No Basis For Claims Against The Government Because Of Information Submitted In Response To This Rfi. background cbp Has Identified A Need For High Quality Rigid, Lightweight Ballistic Shields That Can Be Deployed By Individual Officers/agents During Dynamic Law Enforcement Response To Active Threats. Cbp Is Considering The Execution Of A New Long-term Contract To Meet This Need. Cbp Is Conducting Market Research To Capture The Industry’s Technological Capabilities And To Determine The Most Effective Approach In Developing An Acquisition Strategy. the Law Enforcement Safety And Compliance Directorate, Harpers Ferry, Wv, On Behalf Of Operations Support, U.s. Customs And Border Protection, Is Assessing This Information. This Announcement Constitutes An Official Request For Information (rfi). requested Information to Facilitate The Assessment, The Following Information Is Requested: company Name, Company Address, Point Of Contact, Telephone Number, E-mail Address. what Size Business (small, Large) Are You? Under What Naics Code Are You Classifying Yourself As Small Or Large? are You A Manufacturer Or An Authorized Reseller Of Ballistic Shields? where Are Your Shields Manufactured? If You Are An Authorized Reseller, Who Manufactures Your Shields? what Is Your Organization’s Experience With And Capability For Manufacturing And/or Distributing Ballistic Shields For Domestic Law Enforcement Agencies? if You Are An Authorized Reseller, Would You Require Ballistic Shields From Multiple Manufacturers To Meet The Requirements? what Is Your Standard Warranty Timeframe For Manufacturer’s Defects? What Coverage Does The Warranty Include? do You Have Ballistic Shields (hg2 And Rf1) That Have Been Tested Using The Most Current Version Of The Astm International Standard E3347/3347m; Standard Specification For Ballistic-resistant Shields Used By Law Enforcement Officers And Astm International Standard E3141/e3141m; Standard Test Method For Ballistic Resistant Shields For Law Enforcement? Have The Shields Passed This Testing? attached Is A Draft Statement Of Work (sow). Can You Provide Ballistic Shields That Meet All The Requirements Contained In The Sow? If So, Please Indicate The Make/model Of The Shield For Each Section (hg2 And Rf1), Or If You Are In The Process Of Developing Shields That Will Meet These Requirements. are Your Proposed Ballistic Shields On Gsa Schedule? If So, What Is The Schedule Number? what Is The Manufacturer Level Of Iso Certification? what Is The Normal Lead-time For Delivery Of Shields? Please Frame Your Response Based On Groups Of: 2 (qty) 50 (qty) 250 (qty) please Provide Any Additional Feedback Regarding The Draft Sow That You Have Not Already Addressed. responses responses Shall Be The Minimum Length Necessary To Accommodate All Requested Information And Submitted Via E-mail Only. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. All Responses Shall Be Submitted Via Email Not Later Than 2pm Et January 10, 2025 To The Following: jared A. Tritle, Contracting Officer jared.a.tritle@cbp.dhs.gov questions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer, Email Address Listed Above. Verbal Questions Will Not Be Accepted. Questions, If Not Answered Directly To The Respondee, May Be Answered By Posting On Sam; Accordingly, Questions Shall Not Contain Proprietary, Sensitive, Or Classified Information. summary this Request For Information (rfi) Is For Planning Purposes Only And Should Not Be Construed As A Request For Proposal Or As An Obligation On The Part Of The Government To Acquire Any Services Or Hardware. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Announcement Or Government Use Of Such Information. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By Cbp In Developing Its Acquisition Strategy, Performance Work Statement And Performance Specification. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or To Otherwise Pay For The Information Submitted In Response To Same. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Pursue Any Course Of Action Described Herein. The U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Survey. the Purpose Of This Rfi Is Solely To Conduct Market Research For Potential Cbp Ballistic Shields.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Details: ***souces Sought Amendment 001*** amendment 0001 To This Sources Sought Notice Posts Responses To Vendor Questions As An Attachment. No Other Changes Have Been Made And The Response Date Remains Unchanged. ***** this Is A Request For Information (rfi)/sources Sought Notice (ssn) Only. This Rfi/ssn Is A Request For Informational Purposes Only And Does Not Constitute An Invitation For Bid (ifb), Request For Quotation (rfq), Or Request For Proposal (rfp). This Rfi/ssn Does Not Constitute A Commitment By The U.s. Army To Procure Products Or Services. The Government Does Not Intend To Award A Contract On The Basis Of This Rfi/ssn Or Otherwise Pay For The Information Solicited. Information Submitted In Response To This Rfi/ssn Is Submitted At No Cost To The Government And Will Not Be Returned. Any Exchange Of Information Shall Be Consistent With Procurement Integrity Requirements, And All Appropriate Proprietary Claims Will Be Protected To Prevent Improper Disclosure. your Response To This Rfi Is Voluntary And Will Be Treated Only As Information For The Government To Consider. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Army May Use The Information Provided To Develop Its Acquisition Strategy. If A Solicitation Is Released For The Supplies Or Services Described Herein, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Potential Requirement. the Us Government Is Conducting Market Research For The Rapid Development, Deployment, And Continued Support Of The Us Army Fixed Site Low, Slow, Small Unmanned Aircraft System (uas) Integrated Defeat System (fs-lids). The System Consists Of Coyote Missiles With Launchers, An Electronic Warfare (ew) System, An Electro-optical/ Infrared Camera, And A Ku-band Radio Frequency System (kurfs) Radar Under The Control Of A Forward Area Air Defense Command And Control (faad C2) System That Provides Capability To Identify And Engage Group 1 Through Group 3 Unmanned Aircraft Systems Uass. Future Ew Subsystem Variant Will Be Mosa/sosa Aligned. The System Shall Be Capable Of Integrating Additional Sensors And Effectors. background: The Us Army Has A Need To Develop, Produce And Maintain Countermeasures Against Enemy-armed And Intelligence Gathering Uas's Operating At Various Speeds And Altitudes Which Are Targeting Both Us And Their Allies’ Interests At Home And Abroad. interested Firms Who Believe They Can Provide The Below Described Efforts Are Invited To Indicate Their Interest By Providing The Following Information To The Contract Specialist Listed Below: 1. Company Name, Company Address, Overnight Delivery Address (if Different From Mailing Address, Cage Code, Point Of Contact, E-mail Address, Telephone Number, Fax Number. 2. Business Size (i.e. Large, Small Disadvantaged, Veteran Owned, Woman Owned, Etc.) 3. Affirmation Of Cleared Personnel And Facilities. 4. A Description Of The Company's Expertise In Providing Manufacturing Expertise And Producing Hardware As Described Below. 5. The Company's Experience In Meeting Contractual Due Dates For Similar Type Efforts. 6. Naics Code 334511 all Responses Shall Be Unclassified. all Assumptions, Including Any Assumed Government Support, Shall Be Clearly Identified. All Proprietary And Restricted Information Shall Be Clearly Marked. interested Sources Shall Have Sufficient Logistics, Engineering, And Other Expertise To Provide All Facets Of Development, Production, And Support For The Army’s Fs-lids System Without The Aid Of A Technical Data Package (tdp). The Government Will Not Provide A Tdp In Response To This Posting. the Interested Source Shall Be Capable Of Providing Coverage, Starting Approximately January 2026, For The Following At Contract Award: 1) Maintenance And Repair Support For Us Army Outside The Continental United States (oconus) And Continental United States (conus) Fs-lids Systems. 2) Personnel Capable Of Maintaining And Repairing Systems To Meet The Programs Operational Availability Requirements To Multiple Conus And Oconus Sites. 3) Training For Operators And Maintainers. 4) Obtaining Spare And Repair Parts And Providing Them To Oconus And Conus Sites. The Interested Source Shall Be Capable Of Maintaining And Repairing More Than 100 Systems. the Interested Source Shall Have Sufficient Engineering Expertise To Support The Integration Of The Overall System As Well As Provide Development Activities For The Electronic Warfare System In Accordance With United States Government (usg) Requirements. The Development Activities Will Include Both Hardware And Software Capabilities. The Interested Source Shall Possess Or Have Access To A Facility Capable Of Testing Capability At The System And Component Level. The Interested Source Shall Have The Capability Of Identifying Obsolescence In The Contractor Supplied Components And Provide The Usg With Proposed Replacements Or Redesigns. The Interested Source Shall Provide The Usg With Solutions To Allow The Fs-lids System To Be Exportable. the Interested Source Shall Have The Capability To Produce, Integrate And Perform Acceptance Test Of The Fs-lids System Iaw Usg Requirements. The Interested Source’s Production Facility Shall Have Iso 9001 Certification. Naics Code For This Requirement Is 334511. The Estimated Production Requirement Is At Least 90 Systems Over Five Years. this Procurement Requires The Interested Source To Operate As A Us Corporation With A Secure Manufacturing/production Facility Approved To The Secret Level By The Defense Security Service (dss). Further, The Defense Contract Management Agency (dcma) Will Be Asked To Conduct A Pre-award Survey Of The Firm's Facility To Determine The Capability To Successfully Fulfill The Requirements Of This Contract And To Minimize Risk To The Product Manager, Counter Unmanned Aircraft System (pdm Cuas) Office. this Rfi Will Close 15 Days From The Date Of Posting. All Questions And Responses Should Be Directed To The Contracting Officer/contracts Specialist. note: Please Do Not Submit Marketing Materials/brochures With The Requested Capabilities Statement. The Capabilities Statement Submitted In Accordance With The Instructions Above Is All That Will Be Reviewed For Purposes Of This Market Research.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

U S CUSTOMS AND BORDER PROTECTION USA Tender

Others
United States
Details: Request For Information (rfi) office Of Field Operations san Diego Field Office kenneling Services – Calexico u.s. Department Of Homeland Security (dhs) u.s. Customs And Border Protection (cbp) introduction the Department Of Homeland Security (dhs), Customs And Border Protection (cbp) Is Conducting Market Research To Gain A Greater Understanding Of The Full Range Of Available Options To Meet The Government’s Preliminarily Identified Requirements. This Is An Rfi Released Pursuant To Federal Acquisition Regulation (far) Part 10 – Market Research. This Rfi’s Purpose Is To Obtain Market Information On Viable Sources Of Supply, Industry Practices, Answers To Specific Questions, And Industry Comments. All Rfi Submissions Become Government Property And Will Not Be Returned. this Announcement Constitutes An Official Rfi. Further, Cbp Is Not At This Time Seeking Quotes And Will Not Accept Unsolicited Quotes. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Announcement Or Government Use Of Such Information. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By Cbp In Developing And Refining Its Acquisition Strategy, Statement Of Work (sow), And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition-sensitive Information Contained In Their Response. The U.s. Government Does Not Intend To Award A Contract Solely On The Basis Of This Rfi Or To Otherwise Pay For The Information Submitted In Response To Same. The U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Survey. description this Initiative Is Being Pursued To Procure Commercial Canine Kenneling Services For 36–43 Cbp-owned Canines, With Capacity For Up To 7 Additional Canines In Case Of Evacuations. The Contractor Will Provide All Labor, Supervision, Equipment, And Supplies. The Kennel Must Be Located Within The United States And Within A 25-mile Radius Of The Following Locations: calexico East Port Of Entry: 1699 E. Carr Rd., Calexico, Ca 92231. calexico West Port Of Entry: 200 E. First St., Calexico, Ca 92231. detailed Specifications For The Equipment And Accessories Are Provided In The Attached Statement Of Work (sow). information Requested: please Provide Answers To The Following Questions: company Name, Company Address, Point Of Contact, Telephone Number, And E-mail Address. are You Under Naics Code 812910 Pet Care (except Veterinary) Services? If Not, What Naics Code Do You Use? What Size Business Are You Registered As With This Code? is Your Organization Capable Of Providing The Technical Requirements Included In The Attached Draft Sow? do You Have Any Concerns Or Questions Regarding The Requirements Set Forth In The Attached Draft Sow? is Your Organization Capable Of Meeting The 25-mile Radius Requirement From The Calexico East And West Ports Of Entry? can Your Facility Accommodate Between 36–43 Canines, With Capacity For Up To 7 Additional Canines In Emergencies? does Your Organization Comply With The Animal Welfare Act (9 Cfr 3.1 And 3.11) And The National Canine Enforcement Handbook (hb 3200-07b)? does Your Kennel Facility Meet The Specific Requirements For Flooring, Ventilation, Lighting, Fencing, And Video Surveillance As Described In The Sow? responses responses Shall Be The Minimum Length Necessary To Accommodate All Requested Information And Submitted Via E-mail Only. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. questions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer, Email Address Listed Below. Verbal Questions Will Not Be Accepted. Questions, If Not Answered Directly To The Respondee, Will Be Answered By Posting On The System For Award Management (https://sam.gov/) Website; Accordingly, Questions Shall Not Contain Proprietary, Sensitive, Or Classified Information. instructions And Response Guidelines: please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Rfi. Information Provided Will Be Used Solely By Cbp As Market Research. This Rfi Is For Information And Planning Purposes Only And Does Not Constitute A Request For proposal (rfp), Invitation For Bid, Or Request For Quotation (rfq), And It Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Will The Government Pay For The Information Submitted In Response To This Request. All Information Contained In This Rfi Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. rfi Responses Shall Be Submitted Electronically Via Email To The Contract Specialist, Patao, Christopher At Christopher.patao@cbp.dhs.gov No Later Than 10:00 A.m. Pacific Daylight Time (pdt) On Monday, 6 January 2025. telephone Responses Will Not Be Accepted. The Government Is Not Required To Respond To Any Information Provided In Response To This Rfi. It Is The Responsibility Of The Interested Parties To Monitor Https://sam.gov/ For Additional Information Pertaining To This Rfi.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Announcement # W912dw24r118q Is For Informational And Market Research Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. The Proposed Action Will Be A Construction Project With A Firm-fixed Price Contract. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. This Is Not A Request To Be Placed On A Solicitation Mailing List And Is Not To Be Construed As A Commitment By The Government. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. The Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Owned small Business, And Hubzone Contractor Sources;to The Naics Code 237990 – Other Heavy And Civil Engineering Construction, Psc Code Y1pz-construction Of Other Non-building Facilities, And Small Business Size Standard $45 Million. Depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside In One Of Those Categories Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. background: the U.s. Army Corps Of Engineers, Seattle District Is Seeking Small Business Sources For A Construction Project Entitled Chief Joe Spillway Monolith Joint Sealant. The Work Is Located At The Chief Joseph Dam In Bridgeport, Washington. This Will Be A Firm Fixed Price Construction Contract, With Work Scheduled To Be Performed Nov 2025 – Feb 2026. the Objective Of This Project Is To Reduce Seepage Into The Spillway Drainage Galleries, Thereby Reducing Maintenance And Safety Issues. New Waterstops Will Be Installed At Four Spillway Construction Joints From The Spillway Ogee Crest, As Well As Two Other Monolith Locations From The Deck Of The Dam Using A Drilled Hole With Hydrophilic Waterstop System. The Proposed Repair Work Will Involve Drilling Out The Existing Monolith Drain Hole, Cleaning The Holes, Tremie Grouting Any Voids Within The Joint, And Installing Hydrophilic Urethane Cylinders In The Holes. The Cylinders Will Form New Waterstops. Drill Holes Will Be 6 Or 8-inches In Diameter And Hole Depths Are In The 100-200 Foot Range. Additional Crack Sealing Work Will Be Completed In The Forebay On The Upstream Face Of The Spillway, With Diving Depths Not To Exceed 150 Feet. construction Required: prospective Offerors Will Need To Demonstrate Specialized Experience With The Following: down-hole Hammer Drilling In Concrete With Vertical Control Tolerances To Depths Greater Than 100ft And In Complex And Difficult To Access Areas Similar To The Size And Scope Of The Solicitation. underwater Or Marine Environment Concrete Crack Repair Or Surface Sealing Similar To The Size And Scope Of The Solicitation. responses To Announcement Should Include: a Capability Statement Expressing Interest In This Requirement, Describing Your Company and Its Capability To Complete A Project Of This Magnitude And Complexity. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel. 2. A Statement Or List Of Your Firm's Current Or Past Technical Experience Similar To Or The Same As The Summary Scope Of Work And Construction Magnitude For This Requirement. Include A Brief Description Of Each Project Scope, Schedule, And Dollar Value, And A Point Of Contact Name, Phone Number And Email Address For The Contracting Organization. magnitude Of Construcation: in Accordance With Fars 36.204(f) “disclosure Of The Magnitude Of Construction Projects,” magnitude Of Construction Is Estimated To Be Between $5,000,000 And $10,000,000. requirements: interested Firms Should Submit A Capabilities Package, To Include The Following: 1. Firm's Name, Address, Point Of Contact, Phone Number, And Email Address. 2. Cage Code And Unique Entity Id (uei) Number. 3. Firm's Interest In Bidding On The Solicitation If Issued. 4. Business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program. 5. Firm's Joint Venture Information (if Applicable). all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. submit Responses Via Email To: Xuejiao Sun, Xuejiao.sun@usace.army.mil responses Should Be Sent As Soon As Possible, But No Later Than 10:00 Am Pdt, 21 January 2025. Subject Line: Chief Joe Spillway Monolith Joint Sealant Vendor Source all Interested Firms Must Be Registered In The System For Award Management (www.sam.gov) By Time Of Award And Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. office Of Small Business Programs Poc: Enshane Hill-nomoto, Enshane.nomoto@usace.army.mil. please See Attached Documents For More Details.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Subject* hchv - Emergency Residential Placement, Estimated 4 Beds Per Day - Big Spring, Tx general Information contracting Office’s Zip Code* 79936 solicitation Number* 36c25725q0073 response Date/time/zone 01-31-2025 1 Pm Mountain Time, Denver, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside product Service Code* g099 Social -other naics Code* 623220 contracting Office Address department Of Veterans Affairs vha Rpo West / Nco 17 el Paso Contracting Office 11495 Turner Road el Paso Tx 79936-1372 point Of Contact* contract Specialist nesha Nelson nesha.nelson@va.gov 915-549-1050 place Of Performance address department Of Veterans Affairs va West Texas Healthcare System social Work Services 300 Veterans Boulevard big Spring Tx postal Code 79720-5566 country usa additional Information agency’s Url https://www.va.gov url Description u.s. Department Of Veterans Affairs agency Contact’s Email Address nesha.nelson@va.gov email Description contract Specialist description hchv - Emergency Residential Placement, Estimated 4 Beds Per Day - Big Spring, Tx – Pws Synopsis Below. this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources, Small And Other Than Small Businesses, To Perform A Potential Requirement. Respondents Are Required To Be Registered And In Good Standing In The System For Award Management (sam) Https://sam.gov/content/home purpose And Objectives: This Market Survey Is Being Conducted To Determine The Existence Of Potential Businesses Of All Concerns (e.g., Hubzone, 8(a), Sdvosb, Woman Owned, Etc.) With The Capability To Fulfill This Requirement. naics Code: 623220 And The Size Standard Is $19m. note: Respondent Claiming Sdvosb And Vosb Status Must Be Certified In Us Small Business Administration’s Vetcert System, Https://veterans.certify.sba.gov project Requirements: Nco 17 On Behalf Of The Va West Texas Healthcare System, Healthcare For Homeless Veterans (hchv) Program Office Located At 300 Veterans Boulevard big Spring, Tx 79720-5566 Is Conducting Market Research To Find Available Contractors Within The Greater Big Spring, Tx Area To Provide Emergency Residential Placement Through The Health Care For Homeless Veterans (hchv) Program For An Estimated 4 Beds Per Day. Contractor Shall Serve Homeless Veterans In Need Of Immediate Shelter In A Safe Environment. Many Of These Veterans Have Co-morbid Conditions That Include Serious Mental Illnesses, Substance Abuse Disorders, And Other Serious Medical Conditions. Contractor Shall Provide Rapid Stabilizing Care For Veterans’ Medical, Mental Health, Substance Abuse And Other Psychosocial Problems In Order To Place Veterans In Other Appropriate Transitional Or Permanent Housing Within 60 Days. This Housing Must Meet The Criteria Established Both By Hchv Clinical Staff And Va Fire And Safety Officials. place Of Performance: Services Shall Be Provided Off Site At The Contractor’s Location. anticipated Period Of Performance: Base Plus Four (4) One-year Options Beginning June 2025. information Sought: Response To This Announcement Shall Not Exceed 5 Pages And Should Include The Following Information: (1) A Tailored Capability Statement Indicating The Firm’s Ability To Provide The Services Required In The Performance Work Statement. Pws Attached. (2) Each Capability Statement Submittal Shall Also Include The Following Business Information: a. Organization Name b. Organization Address c. Organization Uei Number d. Point Of Contact (including Name, Title, Addresses, Telephone Number, Fax Number And Email Address) e. Business Size Under Naics 623220 f. Socio-economic Status (if Sdvosb Or Vosb - Provide Sdvosb Or Vosb Cve Verification) (3) Information Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format. all Information Must Be Received No Later Than January 31, 2025, By 1:00pm Mt email Information To: nesha Nelson, Contract Specialist, Nesha.nelson@va.gov subject Line "36c25725q0073 Emergency Residential Placement Big Spring Tx - Contractor Name" telephone Inquiries Will Not Be Accepted Or Returned. 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 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). end Of Document
Closing Date31 Jan 2025
Tender AmountRefer Documents 
4641-4650 of 5374 archived Tenders