Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Indefinite Delivery Contract For Rio De La Plata Flood Control Project, North Coast Super-aqueduct Relocation Project In Dorado And Toa Baja, Puerto Rico Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Rio De La Plata Flood Control Project, North Coast Super-aqueduct (ncsa) Relocation Project Includes Relocation Of Approximately 1,000 Feet Of The Ncsa To Perform Channel Improvements In The Area North Of Highway Pr-22 As Part Of A Future Project. The Ncsa Is A 72-inch Diameter Prestressed Concrete Cylinder Pipe (pccp) Waterline That Provides Potable Water From Arecibo To San Juan And Is Owned By The Puerto Rico Aqueduct And Sewer Authority (prasa). The Relocated Ncsa Will Be 72-inch Welded Steel Pipe (wsp) Installed Between A Parallel Steel Sheet Pile System. Steel And High-density Polyethylene (hdpe) Temporary Bypass Pipes Will Be Installed To Minimize Service Interruptions During Construction And Provide Flexibility Of Operation For Future Maintenance And/or Repairs By Prasa. Work Will Require Significant Coordination With Prasa During Construction. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using 100% Federal Funding. the Project Will Have An Estimated Period Of Performance Of Approximately 560 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis 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. Respondents Will Not Be Notified Of The Results Of The Evaluation. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 12:00 Pm Et, 10 February 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Province Of Ifugao Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee - Infra 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacinfraifugao21@gmail.com Invitation To Bid Publication No. 04 – 2025 - I (first Publication) Name Of Contract: Construction Of Viewpoint Fmr Locatio: Banaue, Ifugao 1. The Provincial Government Of Ifugao, Through The 2025-20% Df Intends To Apply The Sum Of Twenty Nine Million One Hundred One Thousand Six Hundred Thirty Four Pesos & 25/100 (php 29,101,634.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 04 - 2025- I (first Publication). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. See Attached “annex A” For Other Information. 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 316 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 The Bids And Awards Committee Office Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 At The Bac Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao 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 Only (php 25,000.00) At The Provincial Treasury Office. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Ifugao Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On January 30, 2025 At 2:30 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo 0building, Capitol Compound, Lagawe, Ifugao, 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 February 11, 2025 At 1:00 P.m. At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. 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 15. 9. Bid Opening Shall Be On February 11, 2025 At 1:30 P.m. Basing On The Bac Wall Clock At The Bids And Awards Committee (bac) Office, 3rd Floor, Peo Building, Capitol Compound, Lagawe, Ifugao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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. 11. For Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor, Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacinfraifugao21@gmail.com 63-0965-407-3198 Date Of Issue: January 23, 2025 Carmelita B. Buyuccan Bac Chairperson Annex “a” Publication Number Publication No. 04 - 2025- I (first Publication) Name Of Contract Construction Of Viewpoint Fmr Location Banaue, Ifugao Source Of Fund 2025-20% Df Approved Budget For The Contract (abc) Php 29,101,634.25 Contract Duration 316 Calendar Days Minimum Required Equipment 1 Unit Bulldozer With Ripper (155 Hp) 2 Units Pay Loader (1.5 Cu.m.) 3 Units Dump Truck (10 Cu.m.) 1 Unit Backhoe (0.80 Cu.m.) W/ Attachment 2 Units Pneumatic Drilling Machine 1 Unit Compressor Major Items Of Work Surplus Common Excavation, Surplus Rock Excavation, Soft, Surplus Rock Excavation, Hard, Clearing And Grubbing, Mobilization/demobilization, Construction Survey And Staking, Individual Removal Of Trees, 301-500mm, Small, Occupational Safety And Health Program & Project Billboard/signboard Cost Of Bid Documents Php 5,000.00
Closing Date11 Feb 2025
Tender AmountPHP 29.1 Million (USD 501.4 K)

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 

National Irrigation Administration Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For Saug Ris 1. The National Irrigation Administration-regional Office Xi, Through The Gaa-epip Fund Of Cy 2025 Intends To Apply The Sum Of One Hundred Twenty-one Million One Hundred Fifty-two Thousand Nine Hundred Thirty Pesos & 49/100 (php 121,152,930.49) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Saug Ris: Establishment Of Groundwater Pump Irrigation Project Under Lmc No. 2025-03 Located At Asuncion And Kapalong, Davao Del Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The National Irrigation Administration-regional Office Xi Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 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). 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-regional Office Xi 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 22, 2025 – February 03, 2025 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 Fifty Thousand Pesos (p50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 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 8:20 Am, Before The Submission Of Their Bids. 6. The National Irrigation Administration-regional Office Xi Will Hold A Pre-bid Conference On 9:00 A.m. On January 22, 2024 At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City On Or Before 8:30 A.m. On February 03, 2025. 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 15. 9. Bid Opening Shall Be On 9:00 A.m. On February 03, 2024 At The Given Address Nia-regional Office Xi, Bolton St., Davao City. Bid Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection Is Required Before Procuring Bid Documents. B. Equipment Requirements: Lowbed Trailer - 1 Unit Survey Instrument - 1 Unit Stake Truck - 1 Unit Concrete Cylindrical Molds - 2 Sets One Bagger Mixer - 2 Units Concrete Vibrator - 2 Units Excavator, Crawler - 1 Unit Welding Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Butt Fusion Machine - 1 Unit Service Pick-up - 1 Unit License Minimum Size Range: Medium A In Electrical Work Medium A In Mechanical Work Specialty In Electro Mechanical Work C. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: C.1. Letter Of Intent With The Contact No. Of Authorized Managing Officer C.2. Company Profile C.3. Certificate Of Site Inspection With Attached Geotagged Pictures C.4. Certification From All Provincial Offices (imo) That The Contractor Has Not Incurred Three (3) Strikes From Previous Biddings, Negative Slippage On Ongoing Contracts, And No Unsatisfactory Rating From Latest Cpes Evaluation. C.5. Special Power Of Attorney With Attached Company Id (applicable For Representatives Of License Owners) – With Signature From Contractor (amo) And The Liaison. C.6. Original Pcab License C.7. Certificate Of Completion And Certificate Of Final Acceptance For Single Largest Completed Contract (slcc) 11. The National Irrigation Administration-regional Office Xi 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 Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: The Bac Secretariat Nia-regional Office Xi Bolton St., Davao City Tel No. (082) 225-1805; Facsimile (082) 225-1805 (sgd.) Ma. Mae N. Edullantes Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 121.1 Million (USD 2 Million)

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 

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: The Purpose Of This Amendment Is To Add The Pickup Locations As An Attachment the Intent Of This Sources Sought Is To Identify Qualified Small Businesses, Specifically 8(a), Hubzone, Woman-owned, And Service-disabled Veteran-owned Small Businesses, For The Requirement Described Below. The Intent Of This Sources Sought Is To Identify Capable Small Business That Can Perform With Limitations On Subcontracting.scope Of Work Will Consist Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup Point Listed On The Pickup Location Table (attachment 3) Of This Contract In. far 52.52.219-14 Limitations On Subcontracting (deviation 2021-o0008) States The Offeror/contractor Agrees To Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Contractors May Be Subject To A Minimum $500,000 Fine If Awarded A Contract With This Clause And Are Not Meeting The Requirement. We Have Identified The Majority Of Rcra Tsdfs (treatment, Storage, Disposal Facilities) In The Industry As Large Businesses. All Tsdfs Used During The Performance Of This Contract Must Be Approved And Listed On The Qualified Facilities List (https://www.dla.mil/dispositionservices/offers/disposal/hazardouswaste/hazwastedisposal/). Given That There Is A Lack Of Small Business Ownership Of Tsdfs And That Disposal Costs Make Up A Large Portion Of The Contract Dollar Value, There Is A Reasonable Probability That A Small Business Would Pay More Than 50% Of The Cost Of The Contract To Large Businesses. the Government Intends To Solicit Proposals On Sam.gov And Award A Firm-fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The Contract Is Anticipated To Have One 30-month Base Period, Followed By One 30-month Option Period. There Is No Solicitation Available At This Time. However, Attached Is The Draft Price Schedule And Pws That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Limitations On Subcontracting Requirements. if Your Firm Is Capable Of Performing The Requested Services, Without The Limitations On Subcontracting, The Capabilities Package Detailed Below Is Not Required. In Accordance With Far 6.101(a), With Certain Limited Exceptions, Contracting Officers Shall Promote And Provide For Full And Open Competition In Soliciting Offers And Awarding Government Contracts. If Your Firm Would Like To Respond To This Sources Sought, But Is Unable To Meet The Limitations On Subcontracting, Please Email Ronald.hobbs@dla.mil With “sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line, Stating Your Firms’ Notification Of Interest (a Capabilities Package Is Not Required). submission Requirements: Interested Firms Must Demonstrate Their Ability To Perform The Requested Services, Described Above, By Submitting A Brief Capabilities Package (no More Than Three Pages In Length, Single-spaced, 12-point Font Minimum). This Documentation Shall Identify, At A Minimum: (1) Company Name, Office Location(s), Cage Code, And A Statement Identifying Small Business Category And Current Status Of The Small Business Classification. (2) Relevant Experience Within The Last Five Years, Including Description Of The Work You Performed And How It Relates To The Scope Of Work Identified Above, Any Contract Number(s), Names Of Individuals Responsible For The Referenced Contracts/projects, And Current Telephone Numbers For Those Individuals; If You Were A Subcontractor, Identify The Work You Actually Performed As The Sub-contractor. (3) A Statement Identifying Your Firm’s Ability To Perform In Accordance With Far 52.219-14 Limitations On Subcontracting (class Deviation 2021-o0008), As Well As An Explanation Of How You Would Be Able To Comply With This Requirement If You Are A Small Business Of Any Type Considering The Disposal Requirements Within The Draft Price Schedule That Is Anticipated To Be Included In The Contract; (note: Large Business Respondents Do Not Need To Address This). (4) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract, Identifying Each Tsdf As Similarly Situated Or Not As Your Firm. the Submittal Package Must Be Emailed To Ronald.hobbs@dla.mil And Hazardouscontractswest@dla.mil With“sources Sought (san Antonio) Hw Disposal Contract” In The Subject Line. The Submittal Package Must Be Received No Later Than 3:00 Est On January 08, 2025. Late Responses Will Not Be Accepted. upon Review Of Industry Response To This Sources Sought, The Government Will Determine Whether A Set-aside Acquisition Is In The Government's Best Interest. If An Unrestricted Solicitation Is Issued, Then The Class Deviation 2021-o0008 Limitations On Subcontracting Would Not Apply. all Responsible Firms, Including Small Businesses, Are Eligible To Submit A Proposal In Response To An Unrestricted Solicitation. A Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Notice Is For Sources Sought Only. This Is Not A Request For Proposal Or Invitation For Bid. Solicitation, Specifications, And Drawings Are Not Available. the U.s. Army Corps Of Engineers, Caribbean District Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Indefinite Delivery Contract For Caño Martin Peña, Ecosystem Restoration Project Within The Boundaries Of The Caribbean District. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code For This Proposed Acquisition Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For Naics 237990 Is $45 Million. this Is Not A Soliciation For Proposal And No Contract Will Be Awarded From This Notice. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of The Heavy And Civil Engineering Construction Community To Include Small Disadvantage Business Including Firms Participating On 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Woman-owned Small Business, Or Economically Disadvantaged Woman-owned Small Business And Other Than Small Business Community (unrestricted). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. this Scope Of Work For The Contract 3 Phase 1 Includes The Site Development Of Ciudad Deportiva Roberto Clemente For Material Management Area; Preparation Of The Aquatic Disposal Pits At San Jose Lagoon (sjl); Dredging Of 3,000 Meters-long Access Channel Across Sjl; Bridge Fenders To Protect The Concrete Piers Of The Moscoso Bridge Near The Sjl Access Channel; Dredging Of 450 Meters-long Transition Channel Between Main Channel And Sjl Access Channel; Dredging Of 900 Meters-long Main Channel (30.48 Meters Wide X 3.05 Meters Deep) From The Barbosa Bridge To San Jose Lagoon Transition Channel Including Steel Sheet Pile Walls With Concrete Cap, And Natural Bottom; And Construction Of An Approximately 61 Meters-long Riprap Channel At The Barbosa Bridge To Protect The Foundation From Scour. current Order Of Magnitude: Between $25,000,000.00 And $100,000,000.00 the Contract Will Be Fully Funded For An Fy25 Award Using Cost Shared Funding. the Project Will Have An Estimated Period Of Performance Of 1095 Calendar Days After Receipt Of The Notice To Proceed (ntp). firm’s Response To This Synopsis Shall Be Limited To 15 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, A Main Point Of Contact (poc) Telephone Number, Poc E-mail Address, Firm’s Website If Any, Cage Code And Uei Number, Company Size (small Or Large), In Accordance With Naics 237990. 2. Firm’s Interest In Proposal/bidding On The Solicitation When It Is Issued. 3. Firm’s Capability To Perform A Contract Of This Magnitude And Complexity (include Firm’s Capability To Execute Comparable Work Performed Within The Past 5 Years: This May And Should Be Tailored Specifically To The Scope Described Above. Brief Description Of The Work, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) – Provide At Least 3 Examples. 4. Firm’s Business Category, Other Than Small (large), And If A Small Business, Specify If Your Company Is Any Of The Following: Small Business, Small Disadvantaged Business Including Firms On The 8(a) Business Development Program, Service-disabled Veteran Owned Small Business (sdvosb); Veteran Owned Small Business, Hubzone Small Business, Small Business Concern, Women-owned Small Business, Or Economically Disadvantaged Women-owned Small Business. 5. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangements To Include Joint Venture Information If Applicable – Existing And Potential. all Responses To This Sources Sought Notice/market Research Will Be Evaluated And Used In Determining Acquisition Strategy. --important: Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Corps In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis 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. Respondents Will Not Be Notified Of The Results Of The Evaluation. Statements That Do Not Meet All Requirements Or Submitted Within The Allotted Time Will Not Be Considered. Email Is The Preferred Method Of Submission To The Sources Sought. No Hardcopy Or Facsimile Submission Will Be Accepted. submission Instructions: Interested Firms Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought No Later Than 10:00 Am Et, 3 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To The Attention Of Samuela Y. Adams At Samuela.y.adams@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought. you Must Be Registered With The System For Award Management (sam) In Order To Receive A Government Contract Award. To Register Go To Www.sam.gov. if You Have Any Questions Concerning This Opportunity, Please Contact: Samuela.y.adams@usace.army.mil.
Closing Date3 Jan 2025
Tender AmountRefer Documents 
4651-4660 of 5378 archived Tenders