Survey Tenders
Survey Tenders
Archaeological Survey Of India - ASI Tender
Works
Civil And Construction...+1Excavation
Eprocure
India
Purchaser Name: Archaeological Survey Of India | Re-tender For Mw Sr To Re-laying Of Damaged Khandolite Stone Floor Of Simhadwar Entrance, Inner Gumuta, Anandabazar, Bije Rasta At Shree Jagannath Temple, Puri
Closing Soon11 Feb 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others
United States
Description: U.s. Department Of State
bureau Of International Narcotics And Law Enforcement Affairs (inl)
you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application.
position Title: Aviation Advisor
location: Remote (place Of Performance Will Be The Selectee’s Home Of Record Within The United States)
salary Level: Gs-14 (based On Opm Locality Pay For Selectee’s Home Of Record Within The United States)
period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
issuance Date: 01/17/2025
closing Date: 02/03/2025
closing Time: 3:00 Pm Et
solicitation Number: Psc-25-017-inl
job Description: See Below
dear Prospective Offerors:
the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials:
1. Form Sf 171 (completed And Signed)
2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include:
a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements.
b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work.
c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s).
d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments.
e. U.s. Citizenship
note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration.
3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor.
4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To:
Cecille D. Washington
U.s. Department Of State
Inl/ex/gapp
Washingtoncd@state.gov
sincerely,
margaret R. Gaudreau
contracting Officer
u.s. Department Of State
subject
a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl).
the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation.
pre-award Ethical Responsibilities Of Psc (jun 2011)
this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award.
how To Apply
offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process.
note Regarding Government Obligations For This Solicitation
this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application.
proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed):
1. Form Sf 171 (completed And Signed)
2. Resume
3. Evaluation Factor Responses
4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References.
note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed.
*** One Pdf Attachment Is Highly Recommended
veteran’s Preference
veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214.
all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor.
equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor.
submit Proposal Via E-mail To The Attention Of:
inl/cecille Washington
e-mail: Washingtoncd@state.gov
direct Questions Regarding This Solicitation To:
inl/cecille Washington
e-mail: Washingtoncd@state.gov
inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal.
general Statement Of The Purpose Of This Contract
mission Of The U.s. Department Of State: The U.s. Department Of State (dos) Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World.
mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Dos. Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation.
inl’s Office Of Aviation (inl/a) Provides Aviation Support, Under Chief Of Mission (com) Authority, To Meet Transportation And/or Foreign Assistance Aviation Program Requirements. Aviation Support Includes Fixed And Rotary Wing Travel In Support Of Com Personnel To Multiple Domestic And International Locations. Inl/a Supports The Libya External Office (leo) With The Transportation Of Com Personnel And Cargo From Tunis, Tunisia Into Numerous Locations Throughout Libya. One Dhc-8 Airplane Based Out Of Valletta, Malta Is Assigned To Support This Mission. The Aviation Advisor Plans, Coordinates, And Provides Oversight Of Flight Operations Through The Prime Contractor And Sub-contracted Flight Service Provider Originating From The Leo, Tunis, Tunisia.
in Addition To Air Transportation Missions, Leo Air May Be Required To Perform Operations In Support Of Other Regional Agencies, Including, But Not Limited To, Com Personnel Movements, Tactical Site Survey Missions, Search And Rescue (sar) Missions, Quick Reaction Force (qrf) Transport, And Medical Evacuations.
leo Air Uses One Fixed Wing Aircraft To Accomplish Its Mission. Aircraft Perform Their Missions During A Mission Window, Day And Night, As Well As Under Visual And Instrument Meteorological Conditions.
the Purpose Of This Personal Services Contract Is To Fill The Position Of Aviation Advisor For The U.s. Mission To Libya (leo) Located In Tunis, Tunisia. The Aviation Advisor Serves As The Senior In-country Aviation Advisor And Provides Program Implementation, Direction, Mission Execution, Contract Oversight, Compliance, And Evaluation In Support Of All Dos Funded Aviation Transportation Services. This Aviation Advisor Position Is Based Domestically And Will Deploy During The Mission Window. The Aviation Advisor Serves In Two Broad Roles As The 1) Aviation Advisor And 2) Government Technical Monitor (gtm). The Aviation Advisor Is Responsible For Overall Management, Coordination, And Execution Of Aviation Resources Under Inl/a Contracts. The Gtm Monitors And Evaluates Aviation Support Contractor Performance In All Aviation Functional Areas, To Include Operations, Maintenance, Safety, And Logistics Through Performance Of Oversight Duties Ensuring Contractor Compliance With Inl/a Standards Of Performance.
duties & Responsibilities
under The Direct Supervision Of The Inl/a Director Or His/her Designee, The Aviation Advisor Will Perform The Following Duties:
1. Provide Oversight And Guidance To Fixed Wing Operations, Maintenance, And Logistics To Ensure Efficient And Safe Support For The Leo Needs, And Regional Support As Required.
2. Interface With Respective Embassy Stakeholders To Ensure Support For Their Respective Aviation Missions.
3. Draft Aviation Standard Operating Procedures (sops) And Other Documentation Pertaining To The Leo Air Program.
4. Optimize Passenger And/or Cargo Scheduling To Ensure Maximum Aircraft Utilization.
5. Interface With Other Agencies And Departments, Such As Un Organizations, Department Of Defense (dod), And Host Country/countries Officials, In The Coordination Of Actions To Further Leo Objectives.
6. Perform Oversight And Evaluation Of Contractor Operations, Maintenance, Logistics, And Safety Programs. Oversight Includes, But Is Not Limited To, Ensuring Compliance With Inl/a Policies, Procedures, Directives, Reviewing And Recommending Approval Of Waivers To Published Directives, Authorizing Use Of Program Aircraft, Reviewing Contractor Flight Operations Procedures, And Monitoring Contractor Pilot Proficiency.
7. Submit Regular Written Reports Of Contractor Performance And Activities To Inl/a And Provide Comprehensive Monthly Award Term Input To The Contracting Officer’s Representative (cor) Regarding Contractor Performance.
8. Direct And Coordinate Aircraft And Personnel Deployments In Support Of Com.
9. Act As A Point Of Contact For Flight Service Provider In Support Of Aviation Operations.
10. Develop, Coordinate, Organize, Implement, And Ensure Compliance With Comprehensive Operational Systems And Procedures In Support Of Leo’s Aviation Missions. Compliance Documentation For Operational Systems And Procedures Includes, But Is Not Limited To, The Dos Aircrew Training Program, Aviation Operations Directives, Guide To Aviation Training And Standardization, Aircrew Training Manuals, Safety Directives, Inl/a Approved Maintenance And Logistics Procedures, And Inl/a And Country-specific Sops.
11. Develop Operational Tactics And New Training Procedures (in Conjunction With Inl/a And Contractor Staff). This Includes, But Is Not Limited To, Night Vision Goggle (nvg) Operations, And Fixed Wing Passenger And Cargo Operations.
12. Serve As A Government Technical Monitor. Provide Operational Direction And Guidance To Contract Personnel. Prioritize Allocation Of Contractor Efforts And Workload To Meet Leo Requirements. Assess Contractor Manning By Skill Level Against Contract Requirements, Recommending Modifications As Needed. Plan Work, Set, And/or Negotiate Deadlines And Completion Dates, Review And Accept/reject Final Work, And Evaluate Contractor Performance Per The Worldwide Aviation Support Services Contract Quality Assurance Surveillance Plan.
13. Provide Advice And Instruction On Technical And Administrative Matters; Identify Developmental And Training Needs, Determine Ways To Improve Work Quality, And Enhance Overall Performance Standards For Both Usg And Contractor Personnel.
14. Collect, Review, And Disseminate Data On Aviation Tactics, Techniques, And Employment. Frequently Liaise With Inl/a, Dod, Dos, Diplomatic Security, Other Us Government (usg) Agencies, And The Us Federal Aviation Administration To Keep Abreast Of Current Policies, Procedures, And Rules Pertaining To Aviation Operations.
15. When Required, Perform The Role Of Duty Officer.
16. Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work.
training & Distance Learning Courses
1. Complete The Contracting Officer’s Representative (pa296) Distance Learning Course Through The Foreign Service Institute (fsi) Within 120 Days Of The Start Of The Contract.
2. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Through Fsi Prior To First Deployment To Support Missions.
place Of Performance & Travel Requirements
the Place Of Performance For This Position Will Be The Selectee’s Home Of Record Within The United States. Travel To Malta, Tunisia, And Libya Is Required. Travel To Other Countries In The Region (egypt, Algiers, Morocco, Italy) And United States May Be Required.
telework
this Position Has Been Designated As 100% Remote When Not Deployed For Missions. A Telework Agreement Will Outline The Specifics And Expectations, And Roles And Responsibilities That Govern Dos Teleworkers.
government-furnished Equipment
at The Telework Location, The Employee Is Expected To Provide Their Own Office Space. A Government Issued Laptop And Cellphone Will Be Provided To Complete All Job Requirements. At This Location, The Aviation Advisor Will Own And Maintain All Property And Comply With Other Elements As Provided In The Telework Agreement.
relationships
the Aviation Advisor Works Under The Direct Supervision Of The Inl/a Director Or His/her Designated Federal Representative; However, The Individual Exercises Wide Latitude For Independent Action By Initiating Projects And Executing Approved New Programs Under General Supervision. The Aviation Advisor Coordinates Directly With The Inl/a Staff In The Performance Of Contract Oversight, Compliance, And Issuing Direction To The Aviation Support Contractors To Ensure Compliance With Inl/a Policies And Procedures And Usg Mandated Regulatory Guidance For Federal Aviation Programs. The Aviation Advisor Performs Oversight Duties At All Inl/a Contractor Locations.
the Contract Administrator Is The Inl Contracting Officer In Washington, D.c. In No Instance Shall The Inl/a Director Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing.
the Inl/a Director Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review.
complexity
this Position Involves Providing Aviation Support, Under Com Authority, To Meet Transportation Requirements. Aviation Support Includes Fixed Wing Travel In Support Of Com Personnel To Multiple International Locations. The Aviation Advisor Serves As The Senior In-country Aviation Advisor Supporting The Libya External Office (through Operations In Libya, Tunisia, And Malta) And Provides Program Implementation, Direction, Mission Execution, Contract Oversight, Compliance, And Evaluation In Support Of All Dos Funded Aviation Transportation Services.
scope & Effectiveness
the Aviation Advisor Performs Broad And Extensive Assignments Related To A Complex Aviation Program In Libya, Tunisia, And Malta, Known As Leo Air. Flights Originate From Valletta, Malta Into Tunis, Tunisia To Pick Up Passengers And Cargo And Transport Them Into Libya. In Addition To Air Transportation Missions, Leo Air May Be Required To Perform Operations In Support Of Other Regional Agencies, Com Personnel Movements, Tactical Site Survey Missions, Sar Missions, Qrf Transport, And Medical Evacuations.
period Of Performance
the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions.
minimum Qualifications
1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Top Secret Security Clearance With Eligibility For Access To Sensitive Compartmented Information (sci), Medical Clearance, And Ethics Clearance (if Applicable).
2. Designation As A Military Aviator Or A Minimum Of Ten (10) Years Commercial Aviation Management Experience, Including Experience In A Hostile Environment With Threats To Aircraft And Ground Personnel.
3. Senior Level Management Experience In A Medium To Large Size Aviation Organization (government, Civil, Or Military), With Experience Dealing With Diverse Stakeholders With Differing Goals.
4. Demonstrated Experience Coordinating Programs Within The Interagency Or International Community.
5. In-depth Knowledge Of Fixed Wing Aircraft Tactical Employment In Aviation Operations, Including Knowledge Of Inl/a Aircraft Capabilities, Limitations, And Techniques.
6. Broad Knowledge And Experience In Formulating Plans And Policies Pertaining To Operations And Unit Level Flight Training Activities; Basic Knowledge Of Command Communications, Government Intelligence Procedures, And Flight Operations Procedures.
7. Specialized Skill In Operating An Aircraft As A Pilot.
evaluation Factors
(used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored.
factor 1: Aviation Program Officer (25 Points)
experience And Ability To Interface With Embassy Officers And Stakeholders To Assist, Define, And Clarify Aviation Requirements; Assist In Allocating Resources And Identifying Needs To Meet Requirements; Aid In Prioritizing Requirements; And Manage An Aviation Fleet Centrally To Meet Requirements Safely And Efficiently.
ability To Develop, Coordinate, Organize, And Implement Comprehensive Operational Systems And Procedures In Support Of Leo Air Mission Requirements. Aviation Experience In The North Africa Region Is Preferred.
factor 2: Contract Oversight (20 Points)
demonstrated Ability To Perform Oversight And Evaluation Of Contractor Performance In All Functional Areas, To Include Ensuring Compliance With Policies/procedures/directives, Review And Recommend Approval Of Waivers To Published Directives, Authorize Use Of Aircraft, Review Contractor Flight Operations Procedures, And Monitor Contractor Pilot Proficiency.
demonstrated Ability To Perform Oversight And Evaluation Of Contractor Performance In All Functional Areas, To Include Ensuring Compliance With Policies/procedures/directives, Reviewing And Recommending Approval Of Waivers To Published Directives, Authorizing Use Of Aircraft, Reviewing Contractor Flight Operations Procedures, And Monitoring Contractor Pilot Proficiency.
experience Providing Operational Direction And Guidance To Contractors In The Execution Of All Aviation Operations That Comprise The Mission Set Approved By Inl/a.
factor 3: Develop Operational Tactics, Techniques, & Procedures (25 Points)
demonstrated Ability To Develop Operational Tactics And New Training Procedures For Emerging Mission Sets Approved By Inl/a And Developing Non-tactical Passenger And Cargo Handling Systems To Sustain And Improve Service To Stakeholders.
basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards.
the Offeror Rating System Is As Follows:
evaluation Factors Have Been Assigned The Following Points:
factor #1 – 25
factor #2 – 20
factor #3 – 25
total Possible – 70 Points
interview Performance – 30 Points
satisfactory Professional Reference Checks – Pass/fail (no Points Assigned)
past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources.
total Possible Points: 100
the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection.
compensation (base Pay)
this Position Has Been Designated At The Gs-14 Equivalent Level (based On Opm Locality Pay For The Selectee’s Home Of Record Within The United States Per Annum).
final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated.
for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements.
benefits & Allowances
as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances
benefits - If Applicable
• Employee's Fica/medicare Contribution
• Contribution Toward Health And Life Insurance
• Pay Comparability Adjustment
• Annual Increase
• Eligibility For Worker's Compensation
• Annual, Sick And Home Leave
• 401k Plan
• Medvac (provided By Dos Med)
allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable
• Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post
• Housing Allowance
• Post Allowance
• Supplemental Post Allowance
• Maintenance Allowance (sma)
• Education Allowance
• Educational Travel (full-time United States Based Secondary)
• Post Hardship Differential
• Danger Pay
• Shipment Of Hhe, Uab, Pov And Consumables
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.***
***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.***
introduction:
army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types.
this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued.
no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received.
background:
the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat.
scope:
the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible.
the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation.
draft Request For Proposal (rfp) Information:
in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation.
the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information.
acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event.
please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release.
how To Respond To This Draft Rfp:
acc-apg And Peo Iew&s Are Requesting That Interested Vendors:
review The Pws And Draft Rfp Document Located In The Attachments Section Below.
complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors.
the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee .
gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox.
mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil .
subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]".
acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Sources Sought Notice
sources Sought Notice
page 4 Of 4
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
subject*
National Cemetery Administration
Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies
general Information
contracting Office S Zip Code*
22172
solicitation Number*
36c78625r0012
response Date/time/zone
01-09-2025 1pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
y1eb
naics Code*
236220
contracting Office Address
department Of Veterans Affairs
national Cemetery Administration
contracting Services
18434 Joplin Road
triangle Va 22172
point Of Contact*
contracting Officer
flora Taylor
flora.taylor@va.gov
571-992-9125
place Of Performance
address
los Angeles National Cemetery
950 South Sepulveda Blvd.
los Angeles Ca
postal Code
90049
country
usa
additional Information
agency S Url
https://www.va.gov
url Description
department Of Veterans Affairs
agency Contact S Email Address
flora.taylor@va.gov
email Description
description
this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary.
the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
magnitude Of Construction: Between $5,000,000 And $10,000,000.
period Of Performance: 365 Calendar Days
far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract.
project No. 898cm3034 & 898cm3036
los Angeles National Cemetery 24 May 2023
gravesite Expansion, Maintenance Complex & Fca Deficiencies
general Requirements
Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair
Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation
clin 0002 Maintenance Facility Base Bid
clin 0003 Correct Fca Deficiencies Bid
Eastern Ornamental Fencing
clin 0004 Correct Fca Deficiencies Bid Option
Northern Perimeter Fencing
Clin 0005 Correct Fca Deficiencies Bid Option
Western Ornamental Fencing
clin 0006 Correct Fca Deficiencies Bid Option
historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards.
potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number.
please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages.
does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information:
contract Number(s):
dollar Value(s):
identify. Similarity Of Scope, Effort, Complexity:
Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement?
market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why?
does Your Firm Possess The Bonding Capability For This Magnitude.
the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting.
potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time.
subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies
company Name:
address:
contact Name:
phone No:
email:
uei:
cage:
tax Id::
years In Business:
business Size Information
select All That Applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified Under Section 8(a) Of The Small Business Act
Hubzone
Woman-owned
Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov
Certified Veteran-owned Small Business In Veterans.certify.sba.gov
Large Business
Other:____________
fss/ Gsa Contract Holder
Yes No
fss/ Gsa Contract Number
effective Date / Expiration Date
end Of Document
Closing Date9 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Machinery and Tools
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition; And (4) Availability Of Domestic Sources Manufactured In The United States In Sufficient And Reasonably Available Commercial Quantities And Of A Satisfactory Quality.
for Equipment/supply Requirements, Responses Must Include The Place Of Manufacturing (i.e. Address If Supply/equipment Is A Domestic End Product And Include Country Of Manufacture). For Equipment/supply Requirements, Small Businesses Must Also Address The Size Status Of The Manufacturer Under The Applicable Naics Code (i.e. Address Non-manufacturer Rule).
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: The National Institute On Aging (nia), Laboratory Of Neurogenetics (lng) Requires The Acquisition Of An Automated Cell Dissociation Apparatus For Single Nuclei Isolation From Human And Mouse Brain Tissues.
purpose And Objectives: The National Institute On Aging, Laboratory Of Neurogenetics’ Objective Is To Elucidate The Pathological Basis Of Neurodegenerative Diseases, Specifically Amyotrophic Lateral Sclerosis (als), Parkinson's Disease, And Alzheimer's Disease. The Purpose Of Obtaining An Automated Cell Dissociation Apparatus Is For Single Nuclei Isolation From Frozen Human And Mouse Brain Tissue With The Goal Of Future Single Cell Snrna Sequencing.
project Requirements: Please See Purchase Description Attached To This Posting.
capability Statement /information Sought.
companies That Believe They Possess The Capabilities To Provide The Required Products 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 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 And 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 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 Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov.
the Response Must Be Received On Or Before January 17th, 2025, 3:00 Pm, Eastern Time.
“disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date17 Jan 2025
Tender AmountRefer Documents
5161-5170 of 5400 archived Tenders