Survey Tenders
Survey Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is: meggitt North Hollywood, Inc. (79318) P/n 320135 the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees. dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items. this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract. the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025. valve, Regulating, Fluid Pressure. rp001: Dla Packaging Requirements For Procurement rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: Http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq002: Configuration Change Management - Engineering Change Proposal request For Variance (deviation Or Waiver) rq011: Removal Of Government Identification From Non-accepted Supplies rq001: Tailored Higher Level Contract Quality Requirements (manufacturers And Non-manufacturers) if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of the Technical Data Package, The Line Items From This Solicitation Are not To Be Separately Priced. Offerors Must Factor Into The End Item unit Price All Costs Associated With The Preparation And Delivery Of The data Deliverables In The Contract. engineering Data Requirements note: Military Specifications/standards Will Not Be Furnished In The Bid set. the Following Instructions Are Furnished For The Manufacture Of: valve, Air Press Reg And Shutoff - Intermediate Press (f-16) national Stock Number: 4810-01-363-1952wf 1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of the Data Indicated. The Superseded Data Will Not Be Furnished Unless So indicated. 2. The Sources/materials If Listed On The Standards, Specifications And drawings Are The Only Sources/materials For Those Items. Substitutions shall Have Prior Approval By Oo-alc Cognizant Engineering Activity. 3. Deviations From Specifications Identified In Control Drawings Are Not authorized Without Prior Approval By Oo-alc Engineering. 4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008. 5. C7880 Face (identified By The 32 Roughness Average Value Surface finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding. 6. Item Unique Identification (iuid) an Item Unique Identification (iuid) Is Required Per Mil-std-130m. marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item. the Following Requirements Describe Iuid Characteristics: marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or cermark Process. thermark Contact Info: thermark, Corp. 106 S. Main St. Suite 607 butler, Pa 16001 (412) 269-2650 cermark Contact Info: ferro Corp. 1000 Lakeside Ave. cleveland, Oh 44114-7000 (216) 641-8580 marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking. marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code. marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking location". a Deviation/waiver Request Must Be Submitted By The Manufacturer And approved By Engineering Prior To Any Deviation From The Above Requirements. reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity. class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For approval Unless They Are Authorized By The Specification Requirements. mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To, Or Come In Direct Contact With, Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea. portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d). note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity. critical Application Item meggitt North Hollywood Inc 79318 P/n 320135 iaw Reference Drawing Nr 81755 16z001 revision Nr Ak Dtd 03/11/2009 part Piece Number: iaw Reference Drawing Nr 81755 C7880 revision Nr H Dtd 03/11/2003 part Piece Number: iaw Reference Drawing Nr 81755 16z001iss204 revision Nr Fz Dtd 12/21/2011 part Piece Number: iaw Reference Std Nr Mil-std-130n(1) Not 1 revision Nr N Dtd 08/26/2019 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr R Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16zy007 revision Nr D Dtd 03/23/1981 part Piece Number: iaw Reference Drawing Nr 98747 16vy007002-5 revision Nr Dtd 09/21/2023 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 09/11/1997 part Piece Number: iaw Reference Qap 16236 Sqap013631952 revision Nr Dtd 09/13/2024 part Piece Number: pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00 wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c unit Cont:ed Opi:m pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:zz -zz Special Requirements palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement zz -additional Special Marking: each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number. hardness Critical Item (hci) Marking. in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies: reference; Mil-std 129r 5.10.22. the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color. required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers. serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2. military Packaging Required. ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation, packaging, Packing And Marking. if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.
Ministry of Justice Tender
Civil And Construction...+1Road Construction
France
Closing Date13 Jan 2025
Tender AmountRefer Documents
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.
MUNICIPALITY OF DOLNI LANOV Tender
Others
Czech Republic
Closing Date7 Jan 2025
Tender AmountCZK 6.7 Million (USD 275.4 K)
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.
Other Organizations Tender
Electrical Goods and Equipments...+1Electrical and Electronics
France
Closing Date22 Jan 2025
Tender AmountRefer Documents
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.
National Institutes Of Health Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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.
National Institutes Of Health Tender
Software and IT Solutions
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: 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).
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Update: 27 Jan 2025 revisedrfi Questions And Answers Attachment (see V2) update: 27 Jan 2025 rfi Questions And Answers Attachment update: 18 Dec 2024 response Due Date Change To 31 Jan 2025 @ 5:00pm Cst update: 27 Nov 2024 redacted/edited Version Of The Slide Deck From The 30 October Industry Day File Name "jbsa Industry Day Slide Deck 20241030" update: 19 Nov 2024 following The Industry Day, Saf/ieip Is Considering Revising The Rfi. The Revision Would Provide Additional Specificity And Explain The Daf Requirements In More Detail. We Have Developed A Series Of Questions (attached) But Would Appreciate Any Additional Input From Industry Regarding Technical Approach, Corporate Finance Capability, And Past Performance. Please Send Any Additional Quesitons. The Recording With The Attendee List Is Also Attached. 1.0 Description 1.1 The Air Force Installation Contracting Center (aficc) 772nd Enterprise Sourcing Squadron (772 Ess), In Support Of The Air Force Installation And Mission Support Center (afimsc) Under The Department Of The Air Force (daf), Is Conducting A Market Survey To Determine Commercial And Industry Capabilities And Practices As Well As Solicit Comments About The Rfi And Attached Documents. This Request For Information (rfi) Is Regarding The Strategic Real Estate Opportunities (sreo) Initiative In Support Of Six (6) Major Innovation (opportunity) Plans At Jbsa. The Purpose Of This Rfi Is To Gain Knowledge About Interest, Capabilities, And Qualifications Of Various Members Of Industry. 1.2 This Is A Request For Information Only. This Rfi Is A Market Research Tool Issued To Determine The Availability And Adequacy Of Potential Business Sources For The Daf’s Information And Planning. It Is Not A Request For Proposal (rfp) Nor Is It A Notice Of The Government’s Intent To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Services Whatsoever. Furthermore, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The Government Will Not Pay For Any Information Provided 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. Not Responding To This Rfi Does Not Preclude Interested Parties From Submitting Proposals For A Future Rfp If One Is Issued. If Any Solicitations Are Issued, It Will Be Synopsized On The System For Award Management (sam) Website, Www.sam.gov. It Is The Responsibility Of Potential Offerors To Monitor This Website For Additional Information Pertaining To This Requirement. 2.0 Background there Is A Recognition Among Senior Leaders That The Daf Cannot Afford To Adequately Maintain Its Current Infrastructure Portfolio, Which Can Cost Upwards Of 10% Of The Total Daf Budget. To Address This Challenge, Csaf Directed Saf/ie In Jan 2023 To Develop An Enterprise-level Approach To Identify And Execute 2-3 Large Strategic Real Estate Actions Fat Daf Installation. Each Sreo Pilot Project Is Intended To Significantly Reduce Costs Associated With Operating And Maintaining Daf Installations. 3.0 Subject saf/ieip Is Working With The 772nd To Identify Potential Sreo Opportunities At Joint Base San Antonio. The Rfi Was Developed In Collaboration With The 772nd And Other Daf Stakeholders. This Rfi Is Soliciting Interest For Potential Development, Re-development, Or Lease Of Underutilized Real Estate And Facilities Located On Jbsa. The Goal Of This Rfi Is To Achieve Compatible Development Which Meets The Mutual Needs Of The Daf And Nearby Communities. The Daf Desires To Engage Industry To Obtain Information And Levels Of Interest To Help The Government Prepare A Course Of Action For Jbsa. This Rfi Will Also Help To Identify U.s. Domestic Entities Interested In Utilizing Existing Title 10 Authorities To Develop Facilities In Support Of The Daf Mission At Jbsa. Prior To Entering Into Any Agreement(s) For Use Of Real Estate Or Facilities, Daf Will Evaluate Ownership And Control Options (fee Simple, Transfer, Lease, Etc.) For The Real Estate And/or Facilities. disclaimer: This Posting Is Issued Solely For Conducting Market Research And Planning Purposes To Determine Qualified And Interested Potential Sources And Does Not Constitute A Solicitation. Neither Unsolicited Quotes Nor Any Other Kind Of Offers Will Be Considered In Response To This Posting. Responses To This Posting Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Posting. The 772 Ess/pks Or Saf/ieip Will Not Entertain Any Questions Concerning The Composition, Requirements, Or The Nature Of Services To Be Performed Under Any Upcoming Solicitation For Related Services. The Daf Reserves The Right To Cancel This Rfi At Any Time. 4.0 Scope saf/ieip Is Working With The 772nd To Identify Potential Sreo Opportunities At Jbsa. The Rfi Was Developed By Saf/ieip In Collaboration With The 772nd And Other Daf Stakeholders. This Rfi Is Soliciting Interest For Potential Development, Re-development, Or Lease Of Underutilized Real Estate And Facilities Located On Jbsa. The Goal Of This Rfi Is To Achieve Compatible Development Which Meets The Mutual Needs Of The Daf And Nearby Communities. Jbsa Has Identified Areas Of Opportunities Considered For Redevelopment And/or Recapitalization. Further Details Are Provided Below Outlining Each Opportunity Which May Be Considered Individually Or In Any Combination Considered Feasible By Industry. Any Redevelopment Of Jbsa Property Must Comply With The Land Use Restrictions And Requirements Contained In The Jbsa Idp And The Air Installations Compatible Use Zones (aicuz), Which Are Intended To Promote Public Health And Safety Through The Local Adoption Of Compatible Land Use Controls And To Protect The Operational Capability Of Jbsa. Proposals Must Also Comply With Relevant Policy, Laws And Regulations, To Include 32 Cfr 989, Environmental Impact Analysis Process. under Existing Authorities (e.g. Venture Capital Investment, Real Estate Development, Power Purchase Agreements, Energy Assurance Leases, Or A Conglomeration), The Daf Is Considering Making Available For Use Six (6) Opportunities That Include Parcels Of Land, Facilities / Assets Considered Non-excess Real Property At Jbsa, San Antonio, Texas, Under The Authority Of Title 10, United States Code. This Authority Allows For Military Departments To Out Lease Land Or Facilities, Or Grant Easements To A Private Or Public Entity, On A Long-term Basis Where Payment In-kind Or Cash Considerations Are Received In Exchange For Use Of The Property. The Six (6) Opportunities Are Further Defined In The Opportunities Attachment Of This Rfi. 5.0 Performance Requirements there Are Six (6) Major Potential Areas On Opportunities To Be Considered At Follows: opportunity 1: Cyber Security Center opportunity 2: Kelly Airfield opportunity 3: Parade Field Redevelopment opportunity 4: South Beach Renovation opportunity 5: Energy Resiliency, Medical Education And Training Campus (metc) Housing Redevelopment opportunity 6: General Call For Additional Opportunities the Attachment Entitled, “opportunities” Is Hereby Attached And Explains The Six Potential Opportunities In More Detail, Which Includes Diagrams/maps And Related Attachments. 6.0 Submissions any Interested Responsible Party Believes It Is Equally Or Otherwise Uniquely Capable Of Meeting The Opportunity Requirements Described In This Request For Information (rfi), Shall Hereby Submit A Capability Statement To Include The Following Criteria Address Below. the Response Should Describe The Company’s Capability To The Following: Technical Approach describe Your Organization’s Qualifications To Provide A Concept In Response To This Rfi. provide A Statement Articulating The Overall Concept And Approach For Development, Operations, As Well As How It Aligns With Market Opportunities provide The Proposed Technical Approach, Including A General End-to-end Integrated Concept Of Operations total Occupancy Headcount, Anticipated Timeline For Real Estate/facility Utilization, Any Other Jbsa Assets Necessary For Successful Project Execution, Facilities, Or Land Use Needed To Support The Concept Of Operations, In Addition To, Frequency And Duration Of The Anticipate Use. include Any Potential Construction And Timeframe For Proposed Development. describe The Expected Activities To Occur At The Real Estate And Facilities, Anticipated Security Requirements, And Any Planned Periods Of Inactivity On The Projected Schedule For Use Of The Real Estate And Facility/facilities. modifications describe Any Modifications To The Real Estate And Associated Facility/facilities That May Be Required And An Anticipated Timeframe For Making Such Modifications. proposed Modifications To The Real Estate And Associated Facility/facilities Will Require Daf Review And Compliance With Existing Federal Laws. Approval By Daf And Jbsa Will Ensure Compatibility With Existing Programs And Compliance With Applicable Building Codes. Limitations, Restrictions, And Impact describe Any Limitations, Restrictions, And Impacts On Other Occupants Of Jbsa, Including Such Effects On Other Occupants, And Any Risk Mitigation Measures To Facilitate Concurrent Utilization Of Real Estate And Associated Facilities At Jbsa. Examples Include Construction Timelines, Staging Of Materials, Noise Impacts, Etc. Corporate Financial Capability provide Financial Plan Which Reflects The Amount Of Funding For Project Requirements, Objectives, And Priorities To Successfully Achieve And Sustain The Described Operations And Level Of Financial Commitment To Implement The Proposed Technical Approach. Include The Potential Sources Of Funding (venture Capital, Bonds, Commercial Lending, Etc.). Prior Experience describe Experience With Developing Real Estate And Facilities In The State Of Texas And/or The City Of San Antonio. Include Descriptions Of Past Experience Working In Collaboration With The Federal Government. Include A List With At Least Two (2) And No More Than Five (5) Projects That You Have Successfully Completed Within The Past Ten (10) Years, Or Will Complete By 31 December 2024, Which Are Of Comparable Magnitude And Complexity To The Proposed Use Of Any Of The Identified Opportunities Outlined In This Rfi. identify The Types And Total Number Of Commercial And Government Customers. Questions please Provide Any Additional Questions, Comments, Concerns, Etc., Concerning This Rfi If Applicable. Answers To Such Questions Will Be Provided Accordingly. Any Questions Concerning What Will Be The Type Of Composition, Requirements, Solicitation Or Contract As It Relates To This Rfi Will Not Be Address. Format responses Should Not Exceed Twenty (20) Pages. Please Include Attachments (maps, Figures, Financial Details, Etc.) And Appendices With Necessary Supporting Details. These Attachments And Appendices Will Not Be Included In The Page Limit. Due To Email Size Limits, Please Limit Emailed Responses And Attachments To 20 Mbs. Font Should Be Times New Roman, Size 12. respondents Are Encouraged To Limit The Amount Of Proprietary Data (defined Below) Included In Their Response, And Only Include Such Information That Is Necessary To Respond To This Inquiry. Any Proprietary Data Must Be Clearly Marked. For Purposes Of This Rfi, “proprietary Data” Means Data Embodying Trade Secrets Developed At Private Expense Or Commercial Or Financial Information That Is Privileged Or Confidential, And That Includes A Restrictive Notice, Unless The Data Is: Known Or Available From Other Sources Without Restriction; Known, Possessed, Or Developed Independently, And Without Reference To The Proprietary Data; Made Available By The Owners To Others Without Restriction; Or Required By Law Or Court Order To Be Disclosed. With Respect To Such Proprietary Data, Daf Shall: a. Use, Disclose, Or Reproduce Such Proprietary Data Only As Necessary To Evaluate The Response. b. Safeguard Such Proprietary Data From Unauthorized Use And Disclosure. c. Allow Access To Such Proprietary Data Only To Companies, Including Employees And Contractors, Requiring Access For Purposes Of Evaluating The Rfi Responses. d. Preclude Disclosure Outside Daf. e. Notify Its Employees With Access About Their Obligations Under This Rfi And Ensure Their Compliance. f. Dispose Of Such Proprietary Data After Evaluation Of The Rfi Has Concluded. 7.0 Industry Day an Industry Day Will Be Held At San Antonio Water System (saws) Headquarters, Located At 2800 Us Hwy 281 N San Antonio, Tx 78212 From 1:00 Pm To 4:00 Pm On Wednesday, October 30, 2024. Directions To The Site Can Be Found In The Pdf Document (as Reference In Saws Hq Attachment.) Daf Does Not Intend To Reply To Individual Responses, But Reserves The Right To Conduct Additional Market Research, Which May Include Later Communications With Respondents Or At An Industry Day Held At Jbsa. Daf Will Not Provide Information Concerning Or Developed In The Course Of Its Deliberative Process. There Is No Registration Requirements To Attend. At This Time We Are Not Accepting Request To Present Any Material. 8.0 Responses – Point Of Contact please Send Comments And Questions To Saf.jbsa.sreo@us.af.mil. Comments And Questions Should Be Directed To The Pocs Listed Below In The Subject Line Of Your Email. Any Responses To Questions Posed By External Parties Will Be Posted For Public Review. for Opportunities 1-4 Or A New Opportunity Not Identified In This Rfi, Please Direct Your Email To Lt Col Raymond Elmore, Ms. Laura Yates, And Mr. Paul Holland. for Opportunities 5a And 5b, Please Direct Your Email To Mr. Jake Gilman And Mr. Michael Lovell. all Responses Must Be Provided By Email To The Daf Point Of Contact No Later Than 5:00 Pm Eastern Time On 31 January 2025. Send All Responses To Saf.jbsa.sreo@us.af.mil. No Other Forms Of Transmission Are Requested Or Will Be Accepted. the Government Will Not Pay For Any Material Provided In Response To This Notice Nor Return The Data Provided. Daf Will Use The Rfi Responses To Define Requirements And Gauge Market Interest In Using The Real Estate And/or Facility/facilities And Determine Whether It Is In The Government’s Best Interest To Issue A Competitive Rfp.
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Housekeeping Services
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitationnon-personal Janitorial Services For National Weather Service (nws) Located In Corpus Christi, Tx(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0049.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561720. The Small Business Size Standard Is $22 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2025 Through 03/31/2026.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2026 Through 03/31/2027.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2027 Through 03/31/2028.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2028 Through 03/31/2029.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2029 Through 03/31/2030.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________aggregate Total For All Years: ________________________(vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-5225, Revision No. 26, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 04/01/2025 Through 03/31/2026.option Period 1 For A Twelve Month Period 04/01/2026 Through 03/31/2027.option Period 2 For A Twelve Month Period 04/01/2027 Through 03/31/2028.option Period 3 For A Twelve Month Period 04/01/2028 Through 03/31/2029.option Period 4 For A Twelve Month Period 04/01/2029 Through 03/31/2030.place Of Performance Is 426 Pinson Drive Corpus Christi, Tx 78406-1803(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On 2/6/2025. All Quotes Must Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Isabel.vigil@noaa.gov. Questions Should Be Received No Later Than 2/3/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact John Metz, Meteorologist In Charge (mic), John.metz@noaa.gov, 361-299-1353. The Site Visit Will Be Monday 27 January 2025 At 1 Pm Central Time. All Questions During The Site Visit Should Be Submitted Electronically To Isabel.vigil@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Isabel.vigil@noaa.gov.2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. Technical Approach And Capability2. Past Performance, Including Submission Of Completed Past Performance Questionnaires3. Pricethe Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Ofconfidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform Therequirements As Described In The Statement Of Work. Provide A Detailed Description Of Thecompany’s Experience Performing Similar Services. A Detailed Technical Approach Write-updescribing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quoteregardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be Areiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listedin The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Ofemployees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance, Including Submission Of Completed Past Performance Questionnaires.quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Isabel.vigil@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.3. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation Tothe Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technicalsolution.the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
4831-4840 of 4890 archived Tenders