Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens. the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days. a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision. this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars. only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability. the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions. a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features: precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A. uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A. clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A. 1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract. 2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements. 3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope. 4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction. 5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects. 6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project. the Request For Proposal (rfp) Will Be Available On Or Around 30 January 2025. There Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms. volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit: (1) Certification Of U.s. Citizen (attachment 2) (2) Proof U.s. Citizenship (3) Signed Non-disclosure Agreement (attachment 3) a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). The Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil. Offerors Are Encouraged To Submit The Required Documents As Soon As Possible. the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission. note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted. a One-time Pre-proposal Site Visit Is Scheduled For 27 February 2025, 9:00 A.m., Chamorro Standard Time (chst). This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms: base Access Request – Contractor Memo (fill-in Information In Red). iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.) base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass) foreign National Access Request Form contractor Policy Update Memo either A U.s. Passport Or Real Id Act Driver’s License/id the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 06 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance. on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Ministry of Justice Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
France
Details: This Framework Agreement Covers The Carrying Out Of Preliminary Land And Urban Planning Studies (Data Collection, Feasibility Study) And The Drafting Of Specific Files (Project Declaration, Declaration Of Public Utility, Environmental Study, The Carrying Out Of Impact Studies, Of The Compatibility File Of Urban Planning Documents (Excluding The Land Survey File) Relating To The Construction Of Large (Several Hundred Places) And Small Capacity (Between 15 And 150 Places, Such As Semi-Freedom Center Or Structure For Support Towards Release) Penitentiary Establishments In Mayotte. It May Be Executed Via The Issuance Of Purchase Orders And Subsequent Contracts. Framework Agreement Without Mini / With A Maxi Over The Total Duration Of The AC Of €198,000 excluding VAT. AC With A Duration Of 12 Months Renewable 3 Times - 48 Months (4 Years) Max.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF DOLNI LANOV Tender

Others
Czech Republic
Details: The subject of the public contract is construction work and related supplies and services consisting in the reconstruction of the existing bridge structure, which transfers local traffic over the bed of a watercourse with a permanent flow (malé Elbe – Vodní Linie Idvt: 10100231). The existing bridge shows a number of faults that need to be resolved as soon as possible. A separate diagnostic construction and technical survey was prepared for the bridge structure, including recommendations for further management of the bridge structure. For this reason, the contracting authority decided to carry out the reconstruction of the existing bridge structure within the given scope, while retaining the existing horizontal supporting structure. The necessary modification of the local traffic on both bridgeheads is also being addressed as part of the reconstruction. The reconstruction requires the lateral relocation of the cable line.
Closing Date7 Jan 2025
Tender AmountCZK 6.7 Million (USD 275.4 K)

Other Organizations Tender

Electrical Goods and Equipments...+1Electrical and Electronics
France
Details: Diagnostics of the South Posts of Building N at the Onera Center in Palaiseau The Work Units Are as Follows: • Review of the File and Drafting of a Strategic Note; • Site Installation; • Visual Inspection and Crack Survey; • Reinforcement Coating Measurements; • Moisture Measurement; • Permeability/Capillarity Measurement; • In Situ Carbonation Measurement; • Chloride Ion Dosage Measurement; • Mortar and Concrete Surface Cohesion Measurement; • Electrochemical Potential Measurement; • Measurement of the Compressive Strength of a Test Piece; • Sclerometer Measurements; • Delivery and Return of a Nacelle; • Daily Rental of a Nacelle; • Test Report; • Final Test Summary Report; • General Hypothesis Note; • “Contractual Load Case” Calculation Note; • Calculation Note “Current Load Cases”; • Calculation Note “Acceptable Load Cases”; • Recommendation Report on Repairs and Monitoring of Posts; • Final Diagnostic Report.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Page 3 Of 3 sources Sought Synopsis the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Firms Having An Interest In And The Resources To Support A Requirement For The Vyntus Cpx/flex Plan Service Contract At The Jesse Brown Va Medical Center (jbvamc. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. tentative Requirements: statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award. if Your Company Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:1) Company Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Company; 2) Tailored Capability Statements Addressing The Particulars Of The Above Statement Of Work And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Companies Should Address The Administrative And Management Structure Of Such Arrangements; And 3) Confirmation Your Company Can Meet The Limitations Of Subcontracting Should They Apply (see Below) the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Synopsis And Other Market Research, This Requirement May Be Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) (limitation Of Subcontracting Would Apply), Small Businesses (limitations On Subcontracting Would Apply) Or Procured Through Full And Open Competition, Or Procured Through Sole Source Contract. limitations On Subcontracting 13 Cfr §125.6 Will Apply To Any Procurement Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) Or Small Businesses. 13 Cfr §125.6 States: (a) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than The Simplified Acquisition Threshold (as Defined In The Far At 48 Cfr 2.101) In Paragraph (a) Introductory Text; And An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (1) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. before Any Small Or Large Business Can Be Awarded A Federal Contract, A Contracting Officer (co) Must Affirmatively Determine That The Firm Is Responsible To Perform The Specific Contract It Is Otherwise In Line To Receive. If An Apparent Small Business Successful Offeror Is Denied A Contract Award Because It Lacks Certain Elements Of Responsibility, The Co Will Refer The Matter To The Small Business Administration. Once A Co S Referral Is Received By The Sba S Area Office, The Sba Will Then Inform The Small Business Of The Co S Determination And Offer It The Opportunity To Apply To The Sba For A Certificate Of Competency By A Specific Date. Burden Of Proof Is On The Small Business To Demonstrate That It Meets Specific Coc Eligibility Criteria. after Award, If A Co Or Other Va Officials Determine A Review Of Limitations On Subcontracting Compliance Is Warranted Based Upon Reasonable Information Of Possible Noncompliance, A Request For Review Will Be Submitted To Va S Subcontracting Compliance Review Program. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 10:00 Am Cst On January 17, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Della.bond@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Sources Sought Notice n00019-24-rfpreq-tpm273-0095 t-45 F405 Engine Contractor Logistics Support (cls) Fy27-32 naics: 336412, Aircraft Engine And Engine Parts Manufacturing psc: J028 place Of Performance: Naval Air Station Kingsville (nask), Naval Air Station Meridian (nasm), Naval Air Station Pensacola (nasp) And Naval Air Station Patuxent River 1.0 Introduction naval Air Systems Command (navair) In Patuxent River, Md Along With The Naval Undergraduate Flight Training Systems Program Office (pma-273) At Naval Air Systems command (navair), Also Located At Patuxent River, Md Is Conducting A Market Survey Of Industry To Identify Potential Sources Capable Of Providing The Skills And Experience Required To Perform All Intermediate (i)-level And Depot (d)-level Maintenance And Logistics Support For The F405-rr-401 Engine And Mk Ii Gas Turbine Starter (gts). The Contract Will Include All Necessary Engineering Support To Maintain The Engine At The Organizational (o)-level, I-level And D-level. Engine Repair Services Will Be In Support Of Various Naval Air Station Facilities For The T-45 Goshawk Aircraft’s Engine Cls Contract. This Requirement Is Anticipated To Be A Five-year Idiq Contract, Beginning In Late Fiscal Year (fy) 2027 And Through Late Fy 2032. this Notice Serves As A Market Research Tool Conducted In Accordance With Federal Acquisition Regulations (far) Part 10 To Assess Potential Sources And Their Technical Capabilities For The F405 Engine Contractor Logistics Support (cls) Contract. The Findings From This Market Research Will Assist In Determining The Appropriate Procurement Strategy, Including Whether To Issue A Competitive Solicitation Or Make A Sole Source Award To Rolls Royce, The Designer, Developer And Manufacturer Of The F405-rr-401 Adour Engine. Only Those Firms Who Believe They Possess The Capability To Provide The Required Supplies And Services And Can Meet The Requirements As A Prime Contractor Or As A Joint Venture Are Invited To Respond To This Notice. primary Work Location/place Of Performance: nas Kingsville, Tx Percentage Of Total Effort ~ 50% On-site Government – 100% nas Meridian, Ms Percentage Of Total Effort ~ 40% On-site Government – 100% nas Pensacola, Fl Percentage Of Total Effort ~ 10% On-site Government – 100% nas Patuxent River, Md Percentage Of Total Effort – <1% On-site Government – 100% various Detachments To Support Carrier Qualifications Percentage Of Total Effort – <1% On-site Government – 100% contractor Program Management, Engineering, Administrative & Manufacturing Support Percentage Of Total Effort – Unknown On-site Government – 0% 2.0 Disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary. 3.0 Anticipated Contract Type And Contract/program Background the Government Anticipates This Follow-on Contract Will Be A Single-award, Indefinite Quantity, Indefinite Delivery (idiq) Contract, Primarily Utilizing -fixed-price Clins To Support A Minimum Of 65,000 Flight Hours Annually. Task Orders For Services Will Likely Be Issued On A “power By The Hour” Basis, Where The Government Will Pay A Firm-fixed-price For Each Actual Flight Hour Flown By The Training Wings. In Addition, The Government May Negotiate And Award Additional Task Orders For Engine Repairs, Obsolescence Mitigation, And Other Related Requirements To Support The Engine Ecosystem, Specifically In The Of Training Of Student Naval Aviators. the Incumbent Contract Information Is As Follows: incumbent Contractor: Rolls Royce contract Number: N00019-22-d-0042 contract End Date: 31 July 2027 contract Type: Single Award Idiq previous Set-aside Designation: Sole Source program Background: The Rolls-royce Model F405-rr-401 Adour Engine Is The Power Plant For The T-45 Aircraft, Which Is Used To Perform The United States Navy (usn) Undergraduate Jet Pilot Training Mission. The T-45ts Is The First Totally Integrated Training System Developed For And Used By The Usn. It Includes The Boeing-built T-45goshawk Aircraft, Advanced Flight Simulators, Computer-assisted Instructional Programs, A Computerized Training Integration System, And A Contractor Logistics Support Package. The T-45ts Replaced Two Training Aircraft And Added Advanced Simulators To Improve The Process For Training U.s.navy And Marine Corps Pilots For Conversion Into The F/a-18a-d Hornet, The F/a-18e/f Super Hornet, The E/a-18g Growler, Jsf, E-2d And The Av-8b Harrierii Plus.rolls-royce Is The Sole-source Manufacturer Of The F405-rr-401 Adour Engine. navair Has Obtained A Limited Rights License For A Minimal Quantity Of The F405-rr-401 Series Engine Data. However, It Is Not A Comprehensive Technical Data Package. As The Sole Engine Manufacturer, Rrc Is The Only Source With The Technical Data Required To Engineer And Produce The F405-rr-401 Engine Parts, As Well As Perform I-level And D-level Maintenance. Additionally, Rrc Bristol Holds The Design Authority For The Engine’s Hot Section, While The Partnership With Safran Who Serves As The Design Authority For The Engine’s Cold Section. Rrc Possesses The Capabilities And Resources To Forecast Parts And Logistics Requirements, Adjusting Its Manufacturing Priorities In Real Time To Meet Maintenance Requirements. Companies That Are Capable Of Meeting This Requirement, Currently Possess Or Have Authorized Access To The Necessary Technical Data Or Have A Viable Plan To Obtain, Generate, Or Otherwise Secure The Necessary Technical Data, And Can Maintain This Capability Throughout The Duration Of The Effort Being Solicited Are Encouraged To Respond. Companies May Also Highlight Unique Data Generation Techniques That Are Currently Utilized By Your Firm Or Areas Where Modifications Can Be Performed, Or The Capability Can Be Provided, Without Technical Data Provided By The Government Or Oem. Interested Businesses Or Organic Sources Shall Demonstrate The Capability To Meet The Government’s Required Timeline. You May Also Submit Information That Demonstrates How You Could Potentially Meet This Requirement For Future Production Opportunities. current Contract Requirements Include: deliver 170 Ready For Issue (rfi) Engines Daily To Cnatra For The Duration Of The Contract;  deliver 2 Rfi Engines Daily To Nas Patuxent River; deliver 185 Rfi Gts Systems Daily To Cnatra; deliver 2 Rfi Gts Systems Daily To Nas Patuxent River For The Five-year Contract Term;  deliver Final Engineering Investigation Reports Within 180 Calendar Days Of Event; manage The F405 & Gts System Supply Chain To Meet Or Exceed The Daily Availability Metrics; aviation Maintenance Management Team (ammt) Government Inspection Results With No More Than Two Areas Graded As Non-compliant;  international Organization For Standardization (iso) 9000/1400 And Aerospace Standard (as) 9100 Certified; And repair Severely Damaged Engines. 4.0 Special Requirements And Required Capabilities n/a 5.0 Eligibility the Applicable Naics Code For This Requirement Is 336412, Aircraft Engine And Engine Parts Manufacturing With A Small Business Size Standard Of 1,500 Employees. the Product Service Code Is J028, Maint/repair/rebuild Of Equipment- Engines, Turbines, And Components businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. Note: Far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far). to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Sources Sought Notice (ssn) In Order To Assist The Government’s Capability Determination. 6.0 Submission Requirements a. Interested Parties Should Address The Following Questions In Their Response. The Responses To These Questions Will Aid The Government In Determining Whether A Company Is Capable In Performing The Requirement, So It Is Important To Address These Areas With Specific Details: what Similar Corporate Experience In Maintaining, Repairing, Rebuilding, And Testing Aircraft Engines Does Your Firm Possess? What Similar Experience In Complex Supply Management Does Your Firm Possess? what Is Your Firm’s Approach To Data Rights Mitigation To Support This Requirement? is Your Firm As9100d And/or Iso9000/1400 Certified? what Engineering Resources Does Your Firm Have Available To Support Engine Maintenance And Manufacturing Operations? What I And D Level Resources (both Management And Front Line Maintainers) Does Your Firm Have Available To Support Engine Maintenance Operations? does Your Firm Have Experience In Using Navy Maintenance And Supply Software? please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Tasking Described In This Pbsow For The Base Period As Well As The Option Periods. Similarly Situated Small Businesses May Team Together To Meet The 50% Requirement. If Your Company Is Planning To Team With A Similarly Situated Small Business, The Response Must Clearly Identify The Proposed Team Members And The Capability Statement Must Clearly Articulate Which Portion Of The Work Each Team Member Will Be Responsible For. The Response Must Be Detailed Enough For The Government To Make A Determination Whether Or Not The Proposed Team Will Be Able To Perform 50% Of The Work When Combined. provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Unique Entity Identifier (uie) Number, Etc. respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern Under The Naics Code Identified For This Requirement. b. Interested Parties Shall Adhere To The Following Instructions For The Submittal Of Their Capabilities Statements: page Limit And Format: Ten (10) 8.5 X 11 Inch Pages In Times New Roman Font Of Not Less Than 10 Point. document Type: Microsoft Word Or Adobe Pdf Are Acceptable delivery: Email To Contracting Officer, Thomas Conrow (thomas.w.conrow.civ@us.navy.mil), Contract Specialist Erin Allison (erin.e.allison.civ@us.navy.mil), And Contract Specialist Lcdr Ronald Parry (ronald.r.parry1@navy.mil) response Date: Responses Are Due By 2:00pm Est Or Edt On 17 January 2025. no Classified Information Shall Be Submitted In Response To This Sources Sought. no Phone Calls Will Be Accepted. all Questions Must Be Submitted Via Email To The Contract Specialist Named Above all Responses Shall Include Sources Sought Notice Name/number, Company Name, Company Address, Company Business Size, And Points Of Contact (poc), Including Names, Phone Numbers, And Email Addresses. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. any Information Or Materials Provided In Response To This Sources Sought Notice Will Not Be Returned. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought Notice.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Software and IT Solutions
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: Alzheimer’s Disease (ad) And Related Dementias Have No Effective Treatments To Halt Or Reverse Disease Progression. The Complexity Of These Diseases, Driven By Genetic, Molecular, And Environmental Factors, Requires An Innovative, Data-driven Approach To Accelerate Scientific Discovery. Bioinformatics, At The Intersection Of Biology, Computer Science, And Statistics, Is A Critical Tool That Empowers Researchers To Address This Challenge. Together, The Scientific Staff At The National Institute On Aging (nia) Center For Alzheimer’s And Related Dementias (card) Will Work Directly With The Contractor’s Bioinformatics Team On The Integration And Analysis Of Large, Multidimensional Datasets—imaging, Genomic, Proteomic And Transcriptomic Data Integrated With Clinical Measurements— To Enable The Identification Of Novel Drivers Of Disease Pathogenesis, The Discovery Of Biomarkers For Stratification And Early Diagnosis, As Well As New Therapeutic Targets. the Necessity Of Advanced Analytics In Alzheimer’s Disease And Related Dementias Research Is Underscored By The Increasing Volume And Complexity Of Data Generated By New Platforms Such As Spatial Transcriptomics And Single Cell Proteomic, Epigenetic And Transcriptomics. Card Needs A Partner In Advanced Analytics That Can Keep Pace With These New Platforms And Analytical Tools, To Uncover Insights Needed To Fully Understand The Molecular Underpinnings Of Disease. Bioinformatics, Analytics And Statistics Will Provide Computational Tools To Integrate Diverse Data Types, Identify Patterns And Associations That Are Not Readily Apparent, And Predict Disease Mechanisms. The Contractor Must Work With The Scientific Staff To Visualize And Interpret Data. The Team Will Also Help Foster And Lead Collaborations Across Groups Within And Outside The Nih. moreover, The Contractor Is An Essential Resource Driving Group. The Team Analyzes Diverse Publicly Available Datasets And Provides Insightful Interpretations. Advanced Analytics Also Aligns With Card’s Structural Priorities, Including Data Democratization, Transparency, And Reliability, Ensuring That Alzheimer’s And Related Dementias Research Is Inclusive, Reproducible, And Impactful Across The Global Scientific Community. The Advanced Analytic Teams Should Be Capable Of Designing And Implementing Solutions That Improve Data Accessibility, Quality, And Interoperability Across The Scientific Community, Ensuring That Card Data Adheres To The Fair Principles And Integrates Seamlessly With Fhir-based Standards, Enabling More Effective Data Exchange And Utilization In Operational Contexts. this Support Is Currently Provided Via Indefinite Delivery Indefinite Quantity Contract 75n95020d00014. The Current Contractor Is Dataconsult-io And The Current Ordering Period Is August 24, 2020 – August 23, 2025. purpose And Objectives: The Purpose Of This Requirement Is To Procure Scientific Data Consulting Services Related To Neurodegenerative Diseases In Support Of The National Institute On Aging (nia), Center For Alzheimer’s And Related Dementias (card). project Requirements: The Contractor Shall Provide Scientific Data Consulting Support Services In Relation To Alzheimer’s Disease And Related Dementias As Follows: task Categories /tasks: general Analytics Support, Guidance, And Training • Provide Guidance And Recommendations Regarding Statistical And Computing Processes Related To Analyzing The Data Generated By Card Scientists. This Includes Many Established Assays And Platforms As Well As Newly Developed Omic Platforms. Card Is Flexible And Dynamic, Data Analysis Needs May Change Quickly And The Team Will Be Adaptable. Contractor Shall Provide Previous Experience With Uk Biobank Research Analysis Platform, Verily Workbench, Terra, Azure, And Google Cloud Platforms. • Analyze Molecular Biology And Genomic Data. Including Genome-wide Genotype Data, Crispr Studies, Whole Genome/exome Sequencing, And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods • Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework. • Lead Studies Analyzing Biobank Scale Datasets In Neurodegenerative Disease • Conduct Formal Systemic Reviews In Collaboration With Other Nih Ics And External Teams In The Neurodegenerative Disease Space • Prepare Manuscripts Related To Analyses Performed In Relation To This Requirement in This Task Category, The Contractor Shall Work Closely With The Nia Scientific Staff. Whenever Possible, The Contractor Shall Work Closely With The Scientific Team To Collaborate, Understand The Wet Lab Practices And Quality Control Metrics That Are Necessary For High Quality Data Output. The Contractor Shall Work Closely With The Scientific Staff To Interpret The Biological Meaning Of The Data In Order To Create The Best Tables, Tools, And Visualizations To Identify And Highlight Data Outcomes. standard Analytics Tool/pipeline Application • Manipulate Genome-scale, Proteomics, Whole Genome Short And Long Read Sequencing Data, Transcriptomic Data, Single Cell, Spatial And Imaging Data As Directed, Building Applications To Democratize These Data Types For The Card And Nih Community • Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Transcriptomics, Single Cell And Spatial Technologies, Short And Long Read Sequencing Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods. • Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets • Develop Safe Applications In The Ai Space To Accelerate The Research Process In The Area Of Neurodegenerative Disease. in This Task Category, The Contractor Shall Collaborate With The Scientific Staff At Card To Prioritize Datasets For Analysis And Data Interpretation. The Teams Will Work Together To Create Standardized, Best Practices For Data Analysis. tool Testing, Development And Implementation • Assay Platforms Are Constantly Growing And Improving. Tools To Analyze, Visualize And Interpret The Data Also Grow Significantly. The Contractor Shall Spend Some Time Testing Tools For A Given Task, Interpreting How They Work, Which Ones Provide Better/useful Outputs, Are More Consistent, And/or Considered Community Best Practices From Papers. Tools Will Be Prioritized And Evaluated As A Collaborative Effort With The Scientific Team. • Some Tools Have Limits That Do Not Allow Card Researchers To Ask Important Questions. The Contractor, When They Are Able, Should Work With Researchers To Develop Better Tools For Data Analysis. It Is Important To Establish Together What Current Limitations Are Most Important To Prioritize. in This Task Category, The Contractor Shall Work With The Scientific Staff To Identify The Limits Of Current Tools And Where New Tool Development Could Provide Better Insights Into Disease Mechanisms, Biomarkers, Or Therapeutic Targets. New Assays Are Constantly Being Developed And New Questions About What The New Datatypes Can Reveal Are Being Considered. The Most Useful Prioritization Of Resources And Skill Sets Would Require The Scientific Staff And The Contractor Working Closely On How To Develop Better Tools And Applications That Overcome Current Limitations. management Of Analytic Ecosystem And Analytics Projects • Manipulate Genome Wide Array, Short And Long Read Sequence Data As Directed, Sharing In Cloud-based Open Science Platforms And On Nih’s Biowulf Cluster. • Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Short And Long Read Whole Genome And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods. • Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets. • Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework. • Build And Maintain Safe Ai Infrastructure For Data Harmonization Supporting Fhir And Fair Data. • Build And Maintain Collaborative Knowledge Transfer Utilities In The Cloud For Public Consumption Of Research Deliverables. in This Task Category, The Contractor Shall Help Build The Data Infrastructure To Ensure That Datasets Are Properly Managed, Documented, And Available For Efficient Reuse. Work Closely With Data Stewards And Researchers To Improve Data Findability, Accessibility, And Interoperability. Work With Clinicians And Researchers To Ensure Data Standards Align With Clinical Needs, Regulatory Compliance And Research Objectives. Stay Up To Date With The Latest Advancements In Fair, Fhir Data Standards. anticipated Period Of Performance: The Government Anticipates An Indefinite Delivery Indefinite Quantity (idiq) Contract With An Ordering Period Of Five (5) Years. capability Statement/information Sought: companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In An Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To A Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Hashim Dasti, Contract Specialist, At E-mail Address Hashim.dasti@nih.gov. the Response Must Be Received On Or Before January 24, 2025 At 11am Eastern Time. disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Details: The Medical Technology Enterprise Consortium (mtec), In Support Of The U.s. Army Medical Research And Development Command (usamrdc), And Defense Health Agency (dha), Is Excited To Post This Request For Project Information (rpi) Focused On Surveying The Current Manufacturing Capabilities Of Single Blood Donor/storage Bags Within The Bounds Of The Contiguous United States. purpose Of The Project Information Paper: this Request For Project Information (rpi) Contains Background Material And Guidance For The Preparation Of Project Information Papers To Mtec. Project Information Papers Will Be Reviewed By The Sponsor And Used In A Manner That Shapes Dha Efforts In This Technology Space. The Results Of The Project Information Paper Submission Will Serve To Assess The Development Landscape And Potentially Focus Efforts That Will Follow. as A Note: This Rpi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. Neither Unsolicited Proposals Nor Any Other Kind Of Offers Will Be Considered For Award In Response To This Rpi. Responses To This Notice Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rpi. All Information Received In Response To This Rpi That Is Marked “proprietary” Will Be Handled Accordingly. focus Area Of Interest: in Accord With The Department Of Defense (dod) 2022 National Defense Strategy Identifying Building Enduring Advantages, There Is An Effort To Invest In Manufacturing Capabilities Within The Continental United States (conus) As Part Of Efforts To Bolster The Defense Industrial Base (dib) And Securing Domestic Supply Chains. In Recent Years, There Has Been A Shortage Of Much needed Blood Storage Bags, And This Is Acute Within The Dod System Where There Is A Requirement For Singly Wrapped Blood Bags For Use In Far Forward Situations. “today’s Dib Requires Additional Investment From Private And Government Sources To Modernize Infrastructure And Capacity To Provide Military Capabilities At The Speed And Scale Necessary For The U.s. To Prevail In A Near‐peer Conflict. To Adapt And Fortify Our Existing Capabilities And Capacities, The Department Needs To Focus On Investment And To Buy Down Supply Chain Risk And Expand Capacity.” dod’s Diverse Warfighting Capabilities Means That Sailors, Marines, Soldiers, Airmen, Guardians And Joint Special Operations Service Members Operate In A Vast Array Of Challenging, Remote, And Austere Environments. In Forward Positions There Is A High Probability Of Traumatic Injury And Wounds Leading To Blood Loss. Hemorrhage Is The Leading Cause Of Death In Combat Zonetrauma. The Gold Standard For Immediate Treatment Of Hemorrhage Is Transfusion Of Whole Blood However, The Availability Of Whole Blood And Conventional Blood Products On Forward Missions Is Challenging. In Recent Years There Have Been Supply Chain Disruptions Across The Continuum Of Military And Civilian Products. This Includes Components Used In The Manufacture Of Blood Bags From The Polymer Components To The Anticoagulant/preservative Solutions Within The Bag. This Has Resulted In Shortages Of Single Blood Storage Kits Most Often Used In Austere Environments Especially For Walking Donors. According To The Us Food And Drug Administration center For Biologics Evaluation And Regulation For Regulated Products Shortages Website, The Shortage Of Series Of Blood Collection Bag Kits And Products Is Described As Ongoing. Shortages Of Ingredients, Components And Manufacturing Supplies, And Release Timing Issues Are Intermittent And Unpredictable. Product May Be Placed On Allocation As Necessary To Manage Reduced Or Unavailable Supply. This Vital Product Is Needed In Steady Supply To Meet The Needs Of Aiding Wounded Warriors Within The Golden Hour, Or Sooner, Out In The Field At The Point Of Injury With Donated Blood. Our Approach Is To Stand Up Or Bolster Domestic Production. the Government Seeks Project Information Papers Regarding The Development Of A Prototype System Detailing The Following: production Of A Bag Within The Contiguous United States Within 2 Years Of Award That Meets The Following Existing Specification: individually Wrapped Single Aseptic Collection Bag compliant With Fda (21 Cfr 864.9100), Iso 10993 And 3826, Usp And Mil 810h Standards And Guidance. supports Whole Blood Donor Phlebotomy Of 500ml (+/‐10%, 450‐550 Ml) Or 450 Ml (+/‐10%, 405‐495 Ml). contains A Solution Of Anticoagulant And Preservatives Meeting The Usp Standards That Allows For Storage Of Blood For At Minimum 21 Days Up To 35 Days. foil Wrapping That Is Easy To Open Requiring No Tools And If Practical, Textured For Better Grip With Brightly Marked Notches Not Only At The Corners But Also In The Center Of The Packaging. the Manufactured Bags Should Have A Shelf Life Of 18 ‐ 24 Months At Room Temperature. appropriate Fatigue And Distortion Testing. experience Designing Medical Devices Specifically Blood Products And Adhering To Verification And Validation Guidance. within 2 Years, Capability To Manufacture No Less Than 10,000 Standard Blood Donor/storage Bags Per Year And Have A Surge Capability Plan During Times Of Increased Demand For Full Single Blood Bag Kits With Compliant Materials And Processes. any Established Current Good Manufacturing Practice (cgmp) Ready Methods With Fully Designed Hardware And Functional Disposables. manufacturers Implementing Gmp That Require Financial Assistance To Meet All Requirements Of The U.s. Food And Drug Administration (fda) With Clear Standardoperating Procedures And Compliance Documentation (21 Cfr 864.9100) Shall Provide Appropriate Substantiating Information, Including A Workflow For Obtaining Gmp Certification. demonstrable Redundancy In Sourcing Of Raw Materials From Multiple Vendors. a Notional Rough Order Of Magnitude Estimate Of Proposed Program Cost Inclusive Of Any Cost Share And Other Funding Sources That The Offeror Has Secured. requirements Of The Project Information Paper: project Information Papers Should Clearly Describe Expertise In Each Of The Aforementioned Areas As It Relates To The Manufacturing Of Blood Bags. Interested Parties Are Encouraged To Submit Project Information Papers Using The Template Included In Addendum 1 Of This Rpi. mtec Is Seeking Input From Both Mtec Members And Non‐members Via A Project Information Paper To Be Considered By The Government. Project Information Papers Will Be Shared With The Reviewers Under Non‐disclosure Agreements. project Information Papers May Be Submitted At Any Time During The Submission Period But No Later Than The Due Date And Time Specified On The First Page Of This Rpi Using Bids: Https://submissions2.ati.org/ati2/portal.nsf/start?readform. See Addendum 2 Of This Rpi For Further Information Regarding Bids Registration. Mtec Membership Is Not Required For Submission Of Project Information Paper. mtec: the Mtec Mission Is To Assist The U.s. Army Medical Research And Development Command (usamrdc) And The Defense Health Agency (dha) By Providing Cutting‐edge Technologies And Supporting Life Cycle Management To Transition Medical Solutions To Industry That Protect, Treat, And Optimize Warfighters’ Health And Performance Across The Full Spectrum Of Military Operations. Mtec Is A Biomedical Technology Consortium Collaborating With Multiple Government Agencies Under A 10‐year Renewable Other Transaction Agreement (ota), Agreement No. W81xwh‐15‐9‐0001, With The U.s. Army Medical Research Acquisition Activity (usamraa). Mtec Is Currently Recruiting A Broad And Diverse Membership That Includes Representatives From Large Businesses, Small Businesses, “nontraditional” Defense Contractors, Academic Research Institutions And Not‐for‐profit Organizations. points Of Contact: for Inquiries, Please Direct Your Correspondence To The Following Contacts: technical And Membership Questions Should Be Directed To The Mtec Biomedical Research Associate, Dr. Chuck Hutti, Ph.d., Chuck.hutti@ati.org all Other Questions Should Be Directed To The Mtec Program Manager, Mr. Evan Kellinger, Mtec‐sc@ati.org
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Jefferson Parish Government Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
United States
Details: Corrected Postponed Due To Winter Weather Public Notice Soq 24-039 The Parish Of Jefferson, Authorized By Resolution No.145367 Is Hereby Soliciting Statements Of Qualifications (tec Professional Services Questionnaire) From Persons Or Firms Interested And Qualified To Provide Professional Engineering Services Related To The Design And Construction Of The 6th Street Bridge At Keyhole Canal (council District 2). Deadline For Submissions: 3:30 P.m., January 31, 2025 General The Scope Of Work Associated With This Project Consists Of The Replacement Of The 6th Street Bridge At Keyhole Canal And Incidental Work As Needed. Project May Include The Following Supplemental Services: Load Rating In Accordance With The Ladotd Bridge Design And Evaluation Manual, Surveying, And Geotechnical Services. Compensation Compensation For The Required Design Services Will Be Made On An Hourly Rate Basis Or A Fixed Fee Basis, Or A Combination Of Both, Depending On Scope And Complexity Of The Work. The Parish Reserves The Right To Determine The Method Of Payment (hourly Or Fixed) For Each Individual Assignment. For Hourly Rate Work, The Firm Shall Be Compensated By The Appropriate Jefferson Parish Department On The Basis Of Their Certified And Itemized Burdened Rate In Accordance With Guidelines Established In The Ldotd Standard Rates Contained In Attachment “a” To The Standard Professional Services Agreement For Jefferson Parish. A Copy Of Attachment “a” May Be Obtained By Calling The Jefferson Parish Department Of Capital Projects At (504) 736-6833. For Fixed Fee Work, The Fee Shall Be Negotiated With The Firm By The Jefferson Parish Department Of Engineering And Shall Be Mutually Agreeable To Both Parties. Compensation For Supplemental Services, If Required, Shall Be In The Form Of A “lump Sum” Or Hourly Rate For Each Supplemental Service, Which Shall Be Mutually Agreeable To The Parish And The Consultant. All Costs Associated With This Project Shall Be Subject To Jefferson Parish Review And Approval. Minimum Requirements For Selection The Persons Or Firms Under Consideration Shall Have At Least One (1) Principal Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana. A Subcontractor May Not Be Used To Meet This Requirement. (section C. Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have A Professional In Charge Of The Project Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana With A Minimum Of Five (5) Years’ Experience. A Subcontractor May Not Be Used To Meet This Requirement. (section K. “professional In Charge Of Project:”; Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have One (1) Employee Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana In The Applicable Discipline Involved. A Subcontractor May Meet This Requirement Only If The Advertised Project Involves More Than One Discipline (section D. Of Tec Professional Services Questionnaire). With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Evaluation Criteria The Following Criteria Will Be Used To Evaluate Each Firm Submitting A Statement Of Qualifications: Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project - 35 Points; Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel. – 20 Points; Past Performance On A Project In Which The Person Or Firm Assisted A Governmental Entity In Dealings With Disaster Recovery And Any Other Projects Relating To Cdbg - 10 Points (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References. Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).) Location Of The Principal Office Shall Only Factor Into The Evaluation Criteria If Adequate Competition (two Or More Firms That Are Responsive And Responsible) Are Located Within Jefferson Parish; Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; Project Will Include Federal Disaster And Resiliency Funds And Therefore Will Include Associated Federal Requirements, Including Section 3, As Applicable. Statements Of Qualifications From Minority, Female-owned, And Local Firms / Individuals Are Invited. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform These Professional Services. All Firms (including Sub-consultants) Must Submit A Statement Of Qualifications (tec Professional Services Questionnaire). Please Obtain The Latest Questionnaire Form By Calling The Purchasing Department By Telephone At (504) 364-2678 Or Using Our Web Address: Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. The Firms Submitting A Statement Of Qualifications (tec Professional Services Questionnaire) Must Identify All Sub-consultant Firms Which They Expect To Use To Provide Professional Services, And Submit A Statement Of Qualifications (jefferson Parish Tec Professional Services Questionnaire) For Each Sub-consultant Firm. (refer To Jefferson Parish Code Of Ordinances, Section 2-928). No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: December 4, 11, 18, And 25, 2024, And January 15, 2025 Corrected Postponed Due To Winter Weather: January 29, 2025
Closing Date31 Jan 2025
Tender AmountRefer Documents 
4831-4840 of 4890 archived Tenders