Survey Tenders
Survey Tenders
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: *please Note This Is Only A Request For Information To Survey The Market. This Is Not A Solicitation*
title:request For Interested Sources For Electronic Warfare Assessment Center
location:robins Afb, Ga 31098-1813.
subject:
market Research Is Being Conducted To Identify Potential Sources That May Possess The Expertise, Capabilities, And Experience To Meet This Requirement.
requirements:
project Overview
this Project Focuses On The Renovation Of Building 2051n And The Installation Of It Systems, Furniture, And Supporting Infrastructure For The 17 Ews Electronic Warfare Assessment Center (ewac) At Robins Air Force Base, Ga. The Ewac Will Play A Critical Role In Assessing Large Force Spectrum Warfare (lfsw) Operations And Sustained Combat Operations (sco), Enabling The Analysis Of Electromagnetic Spectrum Operations In Real Time.
objectives
the Main Objectives Of The Project Are:
to Install Modern It Infrastructure Capable Of Handling Secure And Non-secure Data For A Minimum Of 8 Networks.
to Ensure Secure, Redundant, And Efficient Data Management, Processing, And Storage.
to Maintain Compliance With Federal Security And Operational Standards.
to Provide Ergonomic And Flexible Furniture For Operators Working In The Center.
scope Of Work
the Project Includes The Design, Procurement, Installation, And Testing Of:
advanced Video Display Walls And Control Systems.
server And Network Infrastructure To Support High-speed Data Processing And Secure Communication.
furniture, Including Workstations, Ergonomic Chairs, And Conference Room Furniture.
power And Cooling Systems, Including Redundant Solutions For Uninterrupted Operations.
video Teleconference (vtc) Systems For Secure Communication And Collaboration.
impediment To Competition:
none Noted
interested Parties:
we Request That Interest Parties Respond To This Request By The Date Posted Above By Emailing The Contacts Listed In The Section Below In This Posting (email Primary Poc & Cc Secondary Poc) .please Utilize The Attachedcontractor Capability Surveyto Format Your Responses For The Sake Of Uniformity.
also, See Below The Attachedpwsfor More Detailed Information For This Requirement.
if You Have Any Suggestions Or Feedback Regarding This Requirement, Please Reach Out To The Pocs Listed.
this Sources Sought Rfi Is For Market Research 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 Announcement Is Strictly Voluntary.
thank You For Your Interest And We Look Forward To Hearing From You.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Biodiversity Management Bureau Tender
Food Products
Philippines
Details: Description Title Of Procurement: Catering Service With Complete Set-up Within Ninoy Aquino Parks And Wildlife Center On February 17-19, 2025 Purpose: Learnig Event On Basic Arcgis Survey123:creating And Managing Smart Forms Approved Budget For The Contract (abc): P53,625.00 Item Items/descriptions Qty./ Unit Price Total Price No. Unit 1 Catering Service With Complete Set-up Venue: Ninoy Aquino Parks And Wildlife Center February 17-19, 2025 25 Pax P ___________ P ___________ Preferred Menu: Am Snacks :puto At Dinuguan, Soda. Lunch :bulalo Soup, Rice, Ensaladang Sayote Tops, Lechon Kawali, Seafood Termidor, Coffee Jelly, Drinks. Pm Snacks : Canton Guisado, Toasted Bread, Drinks. Canton Guisado, Toasted Bread, Drinks. February 18, 2025 25 Pax P ___________ Am Snacks : Lugaw With Egg, Tokwa't Baboy, Fried Lumpia, Iced Tea. P ___________ Lunch :rice, Sinigang Soup, Roast Beef With Mash Potato, Chicken Inasal In Mango Salsa Sauce, Saute Vegetables, Fruits, Drinks. Pm Snacks : Ginataang Bilo-bilo, Hot Pandesal, Drinks. February 19, 2025 25 Pax P ___________ P ___________ Am Snacks : Assorted Native Kakanin, Buko Juice. Lunch :misua With Patola Soup, Eggplant Pirmigiana, Grilled Fish, Seafood Kare-kare, Mango-sago. Pm Snacks :clubhaus Sandwich, Drinks In Can. Note : Flowing Coffee Service Charge (10%) Additional Requests From Procuring Entity: [x] Please Provide Sample Upon Request Of End-user [ ] Please See Full Specifications/attached Sample Design For Reference. Grand Total: ___________ [x] Other Conditions To This Request, Please State: For More Info, Please Contact The End-user At 8924-6031 Loc. 210/211/212 Kindly Address All Proposals To The Chairperson, Bids And Awards Committee Bidders Must Submit The Following Requirements. Non-submission Of These Requirements May Be Grounds For Disqualification From The Bidding Process. 1. Dti/sec Registration Certificate 2. Valid Mayor's Permit 3. Philgeps Certificate Of Registration 4. Bir Certification Registration (2303) 5. Sign Omnibus Sworn Statement "important Note: - For Goods, Conforme Of The Winning Bidder Must Be Done Within Seven (7) Calendar Days Upon Serving Of The Po. - For Services, Conforme Of The Winning Bidder Must Be Done Within Fourteen (14) Calendar Days Upon Serving Of The Jo."
Closing Date31 Jan 2025
Tender AmountPHP 53.6 K (USD 914)
Municipality Of New Bataan, Compostela Valley Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item Quantity Unit Of Item Code Item Description Estimated Estimated No. Issued Unit Cost Total Cost B. Other General Requirements 1 1 L.s B.4(1) Provision Of Survey Equipment For The Assistance To The Engineer 39,375.00 39,375.00 2 1 Each B.5 Project Billboard/signboard Tarpaulin, 8' X 8', W/ Complete Logo Printed As Per Design And Have The Following Specifications: - Tarpaulin: White, 8ft. X 8 Ft. - Good Lumber - Assorted Cw Nails 8,109.99 8,109.99 3 1 L.s B.7(1) Occupational Safety & Health Prigram 71,207.19 71,207.19 4 1 L.s B.9 Mobilization/demobilization 20,586.55 20,586.55 C. Earthworks 5 905.20 Sq.m 100(1) Clearing & Grubbing (with Stripping) 21.14 19,135.93 6 1.50 Cu.m 101(1)c Removal Of Stone Masonry Lined Drainage Structure 440.46 660.69 7 8 Each 101(2)a Removal Of Rcpc (24"ø) - 600mmø 504.41 4,035.28 8 389.96 Cu.m 102(2)b Roadway Excavation (surplus Common) 188.00 73,312.48 9 50.91 Cu.m 103(1)a Structure Excavation (common Soil) 299.90 15,267.91 10 327.86 Cu.m 104(1)b Embankment From Roadways Excavation 303.21 99,410.43 11 905.20 Sq.m 105(1) Subgrade Preparation(common Material) 21.30 19,280.76 D. Subbase And Base Course 12 249.17 Cu.m 200 Aggregate Subbase Course 1,274.91 317,669.32 E. Surface Course 13 730 Sq.m 311(1)a.3 Pcc Pavement (plain) - Conventional Method, 230mm Thk. 1,644.22 1,200,280.60 G. Drainage And Slope Protection 14 25.25 Cu.m 505(5) Grouted Riprap (class A) 4,422.49 111,667.87 Grandtotal: 2,000,000.00
Closing Date5 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender
Real Estate Service
United States
Details: U.s. Government
united States Department Of Agriculture (usda) Seeks To Lease The Following Space:
state: New York
city: Avoca
delineated Area: Delineated Area (city, State)- Steuben County / Avoca, Ny
northern Boundary- Michigan Hollow Rd/hemlock Rd
southern Boundary- State Route Ny-415
eastern Boundary- State Route Ny-53
western Boundary- Michigan Hollow Rd (961j)
minimum Sq. Ft. (aboa): 12,000
maximum Sq. Ft. (aboa): 12,350
space Type: [office, Warehouse]
parking Spaces (total): 13
parking Spaces (surface): 0
parking Spaces (structured): 0
parking Spaces (reserved): 13
full Term: 20
firm Term: 10
option Term: 0
additional Requirements: 1,500 S.f. Ware Yard. Warehouse Type Space With Heated Shop Area For Storage Of Specialized Treatment Equipment. Scientific Support Space And Specialized Room With Air Filtration System For Dust Control From Processing Soil Samples, External Soil Pit (for Soil Sample Effluent Disposal) And Drain Field Adjacent To Building That Can Handle 75,000 Gallons Of Wastewater From Soil Lab. Adjacent Property Required For A Usda Golden Nematode Program Soil Pit Area, Enclosed With 6’ Chain Link Fence With Two 12’ Gates (one On Each Side Of Pit) To Allow Periodic Excavation Of Soil Pit.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
expressions Of Interest Due: [february 17, 2025]
market Survey (estimated): [march 17, 2025]
occupancy (estimated): January 1, 2026]
send Expressions Of Interest To:
name/title: [gary M. Crook]
email Address: Gary.m.crook@usda.gov
government Contact Information
lease Contracting Officer Gary M. Crook
leasing Specialist Gary M. Crook
Closing Date17 Feb 2025
Tender AmountRefer Documents
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
United States
Details: Modification 2 (12/12/2024)
the Original Advertisement Dated 01/04/2024 And Modified On 12/03/2024, Is Hereby Modified To Extend The Due Time And Date For Expressions Of Interest From4:30 Pm Eastern, Tuesday, December 10, 2024 To 4:30 Pm Eastern, Wednesday, January 8, 2025.
all Other Aspects Of The Original Advertisement And 12/03/2024 Modification Remain Unchanged From Its Original Intent.
modification 1 (12/03/2024)
the Original Advertisement Dated 01/04/2024, Here Herby Deleted In Its Entirety And Replaced With The Following To:
update The Presolicitation Reference Number
clarify Government, Producer/visitor And Employee Parking Requirements
add Ti Pre-award Dids To Ti Methodology
clarify And Add Specifications To Additional Requirements, Including Modifying Minimal Floodplain Requirements.
add Language Regardingsection 889 Of The Fy19 National Defense Authorization Act (ndaa)
extend The Expressions Of Interest (eoi) Due Time And Date.
remove Hidden Text Language Inserted In Error.
add Language Regarding Systems For Award Management (sam) Registration Requirements.
insert Additional Language And/or Clarification For Expressions Of Interest (eoi Response Guidance, Instructions And Requirements.
inserted Additional Language And/or Clarification For Eoi Submission.
remove Previous Usda Reality Specialist Name And Contact Information.
||denotes A Change Or Modification From The Original Advertisement Dated 01/04/2024.
the U.s. Department Of Agriculture (usda) Seeks To Lease The Following Space:
|| Presolicitation Number:57-42085-25-fa
state: Pennsylvania
city: Mercer
county: Mercer County
delineated Area:
north: Beginning At Lake Road/ West Corell Road/ East Cornell Road (township Road 539), Franklin Road, (us Route 62 (us 62)), Ending At Interstate Highway 79 (i-79).
east: Beginning At Interstate Highway 79 (i-79) Ending At Leesburg Grove City Road (pa State Route 258 (pa 58)).
south: Beginning At Leesburg Grove City Road (pa State Route 258 (pa 258)) Continuing Westbound To Leesburg Grove City Road (pa State Route 208 (pa 208) To The Mercer County Line To The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)).
west: Beginning At The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)) Continue Mercer-new Wilmington Road/shenango Street* (pa State Route 158 (pa 158)), West Market Street/sharon Mercer Road (u.s. Route 62 (us 62)), Skyline Drive, South Lake Road (pa State Route 258 (pa 258)), North Skyline Drive, Ending At Lake Road (township Road 539).
minimum Sq. Ft. (aboa):3,632 Aboa Sf Minimum
maximum Sq. Ft. (aboa):3,813 Aboa Sf Maximum
maximum Sq. Ft. (rsf):not To Exceed 4,358 Rsf
space Type:general Purpose Office And Related Space
||government Official Vehicle (gov)surface/outside Reserved Parking Spaces: Three (3) Reserved, On-site Surface Parking Spaces For Government Official Vehicles (govs) Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For "official Use" In Performance Of The Government's Mission.
|| Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twelve (12) On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. The Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. Parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. Two (2) Of The Producer/visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. The Spaces Should Be In Addition To The Pull-through Parking Requirements.
||employee Surface/ Outside Non-reserved Parking Spaces:twelve (12) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building.
full Term:up To Twenty (20) Years (240-months)
firm Term:ten (10) Years (120-months)
termination Rights:120-days In Whole Or In Part Following The Expiration Of The Firm Lease Term.
||tenant Improvements: Pre-award Design Intent Drawing (dids) Workshop; Turnkey Tenant Improvement Build-out.
||additional Requirements:
||square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement.
the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use.
the Space Shall Be In A Professional Office Environment Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use.
the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas.
the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment, Or Detention Facilities Are Located.
subleases Are Not Acceptable.
first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required.
the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays).
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease.
a Fully-serviced Lease Is Required.
||offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As “500-year” Floodplain).
||entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).).for More Information, Visit:https://acquisition.gov/far-case-2019-009/889_part_b.
|| Expressions Of Interest Due: 4:30 Pm Eastern, Tuesday, December 10, 2024
market Survey (estimated): Tbd
occupancy (estimated):within 90-days Of The Government’s Issuance Of Notice To Proceed For Tenant Improvement Construction.
note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award.
||expressions Of Interest Shall Include The Following:
||refer To Project Number57-42085-25-fain Expressions Of Interest Response.
||if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.*
||brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.*
||photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site.
||forexisting Buildings, Download From Sam.gov And Completein Its Entirety Lease Market Survey Form For Existing Building, Ms-2991.
||ifexisting Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered.
||fornew Constructionproperties, Where A Land Site Is Proposed, Download From Sam.gov And Complete N Its Entirety The Land Market Survey Form I.
||ifnew Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans.
||forbothexisting Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered.
||forbothexisting Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal.
||forbothexisting Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required.
||forbothexisting Buildings And New Construction, The Date Of Space Availability.
||for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal.
||confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas).
||confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable.
||confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements.
||for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements.
||* As Mentioned In #2 & #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received.in Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date.
send Expressions Of Interest To
||in No Event Shall An Offeror, Owner, Or Their Representatives And/or Designees, Enter Into Negotiations Or Discussions Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Contracting Officer Or Their Authorized Representative Indicated Below:
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
government Contact Information
name/title:shannon Schoening, Usda Contracting Officer
email Address:shannon.schoening@usda.gov
------------------------------------------------------------------------------------------
sam Advertisement (01/04/2024)
presolicitation#57-42085-24-fa Is Hereby Deleted In Its Entirety And Replaced By Sam Advertisement Modification No. 1 (12/03/2024).
Closing Date8 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Aerospace and Defence
United States
Description: The Department Of Veterans Affairs, Veterans Health Administration (vha), Network Contracting Office 20 (nco 20) Is Conducting A Market Survey And Is Seeking Potential Sources For An Mobile Air Station This Sources Sought Notice Is Issued For Information And Planning Purposes Only. This Is Not A Solicitation Or A Request For Proposal And Shall Not Be Construed As An Obligation Or Commitment By The Government. An Award Will Not Be Made On Any Offers Submitted In Response To This Notice, And It Shall Not Be Implied The Government Is Committed To Providing Any Solicitation Or Award Following This Notice. The Government Will Not Pay For Any Information Received In Response To This Request, Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided. Â
Â
responses Shall Be Submitted To Nick Price At Nicholas.price@va.gov By Cob 02/10/2025 At 17:30 Pstâ Subject: Rfiâ 36c26025q0230
â
Â
this Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Determine Interest And Capability Of Potential Qualified Sources Of Supply And Determine The Socioeconomic Size Classification Of The Supplier And Manufacturer Of The End Item. Â
Â
interested Companies Shall Provide, At A Minimum, The Following Information With Their Response; Â
Â
company Name And Address: Â
point Of Contact (poc) Â
name: Â
email Address: Â
phone Number: Â
duns Number/unique Sam Id: Â
brochures Of Their Offered Equipment.â
Â
the Anticipated North American Industry Classification System (naics) 561621. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: Â
Â
[ ] Yes [ ] No - Small Business (sb) Â
[ ] Yes [ ] No - Hubzone Â
[ ] Yes [ ] No - Small Business 8(a) Â
[ ] Yes [ ] No - Small Disadvantaged Business (sdb) Â
[ ] Yes [ ] No - Women-owned (wo) Small Business Â
[ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) Â
[ ] Yes [ ] No - Veteran Owned Small Business (vosb) Â
[ ] Yes [ ] No - Large Business Â
[ ] Yes [ ] No - Other (please Specify) Â
Â
please Answer The Following Questions: Â
Â
[ ] Yes [ ] No - Does Not Exceed 650 Employees; (for Naics 334512)â Must Be Verifiable Thru The System For Award Management) Â
Â
[ ] Yes [ ] No Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; Â
Â
[ ] Yes [ ] No Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice (identify How This Occurs); And Â
Â
[ ] Yes [ ] No Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Cfr 121.406. Â
Â
note: Do Not Include Proprietary, Classified, Confidential, Or Sensitive Information In Responses. Â
Â
in Addition To Providing The Information Requested Above, Responding Companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Past Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. Â
Â
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Â
airflow Station Salient Characteristics
must Have Changeable O-rings, Water And Air Filters
mobile Self-contained Water Station And Air Polishing Unit
mobile Station Must Have Fully Rotating Roller Bearings.
all Cables Stored In Station To Eliminate Trip Hazards.
must Have 360 Movement.
must Have Extra Storge Space For Additional Powder Chambers, Bottles And Cleaning Solutions. \used For Guided Biofilm Therapy
must Have Powder Chambers That Works With Plus Powder.
wireless Foot Pedal
must Be Able To Adapt To And Use With Existing Ems Airflow Handpiece
must Be Able To Adapt To And Use With Existing Ems Peri Flow Handpiece.
must Pressurize And Depressurize Within Seconds With An Integrated Magnetic Connection.
must Have A Touch Pad To Change Levels.
must Have 10 Level Power Level.
must Have Temperature And Volume Control.
must Have Maintenance Reminder Notifications.
must Have Powder Tubes Made Of Surgical Stainless Steel.
must Have Self-contained Integrated Water Supply System
must Have External Air And Water Filters
must Have A Water Line Purge System.
must Be Able To Clean And Disinfect Lines Over Night
heating System With Adjustable Water Temperature Control
Closing Date11 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Description: Water Heater 400 Sources Sought Notice
notice Type:
sources Sought / Market Research
synopsis:
this Is A Sources Sought / Market Research Synopsis To Request Information For Government Planning Purposes Only. Responses Will Assist The Government In Planning Its Acquisition Strategy For A Potential Future Acquisition. The Government Is Not Committed To Issue A Solicitation Or Award A Contract As A Result Of This Announcement. Army Contracting Command - Warren Is Seeking Qualified And Capable Potential Vendors. Since This Is A Sources-sought Synopsis And Not A Solicitation For Receipt Of Proposals Or Quotations, The Government Does Not Encourage Questions Concerning This Market Research.
this Request For Information (rfi) Is For The Manufacturing Of The Water Heater 400. The Government Is Seeking To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of The Community, To Include Both Small And Large Businesses.
this Rfi Is For The Manufacturing Of The Following:
noun: Army Water Heater 400
nsn: 4520-01-566-6669
p/n 111244
naics Code: 333414
if Your Company Is Interested And Can Demonstrate The Firm’s Ability, Capability, And Responsibility To Deliver The Equipment Summarized Above, We Encourage You To Respond To This Announcement With A Statement Of Your Qualifications And Capability. In Order To Do So, You Need To Provide:
-name And Address Of The Firm.
-duns Number And Cage Code (valid System For Award Management (sam) Is Mandatory).
-your Firm’s Point Of Contact (name, Phone Number, And Email Address).
-your Company’s Business Size Status (small Or Large) (including Service-disabled Veteran Owned, If Applicable). If Claiming Small Business Status, The Information Must Be Verifiable In Sam.
-a Summary Of The Item’s Commercial Availability.
-a Summary Of Your Company’s Expertise In The Manufacturing Of The Army Water Heater 400.
-a Summary Of Your Company’s Delivery Capability.
-a Summary Of Your Company’s Experience Conducting First Article Testing
-a Summary Of The Place Of Performance.
statements Of Your Firm’s Expertise Should Include Reference To Relevant Contracts Performed (including A Description Of The Scope, Quantity Manufactured, Contract Number, And Point Of Contact With Phone Number).
responses To This Sources Sought Are To Be Done In Microsoft Word And Are Limited To 15 Pages, Text In Times New Roman 12pt, And With One Inch Margins. The Government Acknowledges Its Obligations Under 18 U.s.c. 1905 To Protect Information Qualifying As Confidential Under This Statute. Pursuant To This Statute, The Government Is Willing To Accept Any Proprietary (e.g., Trade Secret) Restrictions Placed On Qualifying Data Forwarded In Response To The Survey Questions And To Protect It From Unauthorized Disclosure Subject To The Following:
1. Clearly And Conspicuously Mark Qualifying Data With The Restrictive Legend (all Caps) Proprietary With Any Explanatory Text, So That The Government Is Clearly Notified Of What Data Needs To Be Appropriately Protected.
2. In Marking Such Data, Please Take Care To Mark Only Those Portions Of The Data Or Materials That Are Truly Proprietary (over Breadth In Marking Inappropriate Data As Proprietary May Diminish Or Eliminate The Usefulness Of Your Response - See Item 6 Below). Use Circling, Underscoring, Highlighting Or Any Other Appropriate Means To Indicate Those Portions Of A Single Page Which Are To Be Protected.
3. The Government Is Not Obligated To Protect Unmarked Data. Additionally, Marked Data That Is Already In The Public Domain Or In The Possession Of The Government Or Third Parties, Or Is Afterward Placed Into The Public Domain By The Owner Or Another Party Through No Fault Of The Government Will Not Be Protected Once In The Public Domain. Data Already In The Possession Of The Government Will Be Protected In Accordance With The Government's Rights In The Data.
4. Proprietary Data Transmitted Electronically, Whether By Physical Media Or Not, Whether By The Respondent Or By The Government, Shall Contain The Proprietary Legend, With Any Explanatory Text, On Both The Cover Of The Transmittal E-mail And At The Beginning Of The File Itself. Where Appropriate For Only Portions Of An Electronic File, Use The Restrictive Legends Proprietary Portion Begins: And Proprietary Portion Ends.
all Interested Firms And Manufacturers, Regardless Of Size, May Respond To This Request For Information. Information Submissions Can Include Product Literature And Illustrations, Relevant Company Background/experience. Information Submissions Must Be Received No Later Than 30 Days Following Posting Of The Rfi. Responses Should Be Addressed To Deborah A Hough, At The Following Address: Deborah.a.hough2.civ@mail.mil.
again, This Information Is Being Requested For Government Planning Purposes Only And Does Not Commit The Government To Any Contractual Agreement. This Is Not A Request For Proposals. The Government Will Not Award A Contract Based Upon Responses To This Announcement. The Government Shall Not Reimburse Or Pay Any Costs For Preparing Or Submitting Information In Response To This Notice.
contracting Office Address:
army Contracting Command - Dta, Attn: Ccta-apn-b, 6501 E. Eleven Mile Road, Warren, Mi 48397-5000
point Of Contact(s):
deborah Hough 571-588-9136
Closing Date5 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Natural Gas, And Water Utility Providers Capable Of Servicing Naval Air Station (nas) Whiting Field, Fl.
this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work.
if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Leaundria.d.shaheed.civ@us.navy.mil, And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration.
if I Do Not Hear From You By January 2, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time.
please Refrain From Contacting Other Individuals At Nas Whiting Field, Fl At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Details: Looking For A Source Sought Capable Of Providing The Following Requirement.
please Email Hannah.rheaume@dla.mil With Your Capabilities As A Request To Be Considered. For More Information, Please Reference The Source Approval Program Located At Https://www.tacom.army.mil/cmo/sap.html
item: Cylinder Assembly,actuating,linear
nsn: 3040-01-269-8882
part Number:140669b (cage: 8t716)
minimum Guaranteed Quantity: 90
total Est. 5-year Quantity = Xx Each
please Note:
• This Notice Is Not An Open Solicitation (i.e. Invitation For Bid Or Request For Proposal).
• Qualification Testing And Evaluation Is Required To Become An Approved Source.
• Source Approval Does Not Guarantee Business.
• Qualifying As An Approved Source Only Provides The Opportunity To Compete On Future Solicitations.
additional Information:
*source Approval Program:
https://www.tacom.army.mil/cmo/sap.html
*source Approval Program – What Is It?:
https://www.tacom.army.mil/cmo/sap_what.html
*source Approval Request (sar) Package Requirements:
https://www.tacom.army.mil/cmo/sap_sar.html
point Of Contact:
title: Source Approval Officer
email: Usarmy.detroit.tacom.mbx.lcmc-market-surveys@mail.mil
Closing Date4 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Energy, Oil and Gas
United States
Details: The Naval Facilities Engineering Command Southeast (navfac Se) Is Planning To Develop Energy Conservation Projects (ecps) At Our Facilities. We Are Surveying The Interest Of All Electric, Gas, And Water Utility Providers Capable Of Servicing Naval Support Activity (nsa) Panama City, Fl.
this Letter Is Only A Request For Information Regarding Your Company’s Energy Management Services Offerings, Willingness, Experience, And Qualifications To Provide A Customized Utility Energy Service Contract (uesc) Program For Navfac Se And Does Not Constitute Authorization To Proceed With Any Work.
if Your Company Is Prepared To Offer Such Services Commonly Referred To As Uesc, We Would Like To Discuss The Matter Further With Your Organization. Please Send An Email To Antonio.l.borgesrosario.civ@us.navy.mil, And Warren.r.white12.civ@us.navy.mil To Indicate Your Interest. Also, Verify That Your Entity Has An Active System Award Management (sam) Registration.
if I Do Not Hear From You By January 2, 2025, 2:00 P.m. Est, I Will Consider It A Response That Your Company Is Not Interested In Pursuing A Uesc For The Noted Facilities At This Time.
please Refrain From Contacting Other Individuals At Nsa Panama City, Fl At This Time.
Closing Date2 Jan 2025
Tender AmountRefer Documents
5131-5140 of 6433 archived Tenders