Survey Tenders
Survey Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Solid Waste Management
United States
Details: The Intent Of This Sources Sought Is To Identify Businesses Interested In Work Which Will Consist Primary Of The Removal, Transportation, And Disposal Of Resource Conservation And Recovery Act (rcra) Hazardous Wastes, Non-rcra Wastes, State-regulated Wastes, Non-state Regulated Wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (pcbs), And Per- And Polyfluoroalkyl Substances (pfas) Located On Or Around Military Installations Or Within A 50-mile Radius Of Any Pickup/service Location Listed On The Pickup Locations Table (attachment 3) Of The Contract For The States Of Alabama And Tennessee.
the Contractor Agrees To Provide All Services Necessary For The Transportation, Final Treatment, Disposal, And/or Recycling Of The Items Listed In The Schedule In Accordance With (iaw) All Local, State, And Federal Laws And Regulations, And The Terms And Conditions Of This Contract. These Services Shall Include All Necessary Personnel, Including Applicable Subcontractors, Labor, Transportation, Material Handling Equipment (mhe), Other Equipment, And The Compilation And Submission Of All Documentation Required By This Contract. All Waste Items, Regardless Of The Condition, Are Being Discarded By The Government And Will Require Recycling Or Disposal As Identified Via The Ordered Contract Line-item Number (clin).
the U.s. Government Intends To Solicit And Award A Firm-fixed Priced (ffp), Indefinite Delivery Indefinite Quantity (idiq), Type Contract. The Contract Is Anticipated To Have A 30-month Base Period And One 30-month Option Period. The North American Industry Classification Standard (naics) Code Is 562211 (hazardous Waste Treatment And Disposal). The Size Standard Of This Naics Code Is $47m. There Is No Solicitation Available At This Time; However, Attached Is A Draft Performance Work Statement (pws) That Firms Responding To This Sources Sought Should Use To Help Determine If They Would Be Able To Meet The Needs Of This Contract. Contractors Are Reminded That This Is A Not A Request For Proposals. There Is No Solicitation Available At This Time. A Solicitation Will Be Posted At A Future Date Here On Sam.gov.
submission Requirements: Interested Firms Must Submit A Brief Capabilities Statement Package (no More Than 3 Pages In Length, Single-spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. This Documentation Shall Address, At A Minimum, The Following:
(1) Company Profile To Include Number Of Employees, Office Location(s), Cage Code, And A Statement Identifying Any Applicable Small Business Category And Current Status Of Any Applicable Small Business Classification.
(2) Relevant Experience Within The Last Five Years, Including Contract Number(s), Government/agency Or Firm Point Of Contact (poc), And Current Telephone Number For The Poc. Identify If You Were A Subcontractor And The Work You Actually Performed As The Sub-contractor.
(3) A Listing Of Tsdfs Your Firm Would Use During The Performance Of This Contract.
company Sales Brochures Or Marketing Packages Will Not Be Considered.
a Response To This Sources Sought Will Not Be Considered An Adequate Response To Any Forthcoming Solicitation Announcement. The U.s. Government Will Not Provide A Debriefing On The Results Of The Survey. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This "sources Sought" Notice Or Any Follow-up Information Requests. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
the Submittal Package Must Be Received No Later Than 5:00 P.m. Est On 13jan2025. Submissions Shall Be Emailed To Elizabeth.roberts@dla.mil And Hazardouscontractseast@dla.mil With “sources Sought Anniston Area” In The Subject Line Of The Email.
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Navsup Weapon Systems Support (navsup Wss) Philadelphia Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Eligible Contractors Having An Interest In And The Resources To Repair For Commercial Item Nsn 1680 016516051; P/n 1106-5ab Used On The P-8a Poseidon Aircraft. It Should Be Noted By Interested Sources That The Government Does Not Have The Rights To, And Thus Cannot Provide Access To, Proprietary Technical Data/drawings That May Be Required For Manufacture This Component.
the P-8a Is A Maritime Patrol Aircraft Derived From The Boeing 737-800 Commercial Airliner. Although The P-8a Carries Out A Strictly Military Role For The U.s. Navy, Some Items On The Aircraft Are Unmodified 737 Items.
these Are Referred To As Commercial Common Items (i.e., Common To The P-8a And 737). They Are Referred To In The Federal Acquisition Regulation As Cots Or Commercial Off The Shelf But Hereinafter Will Be Referred To Simply As Commercial Common. The Requirement Is For An Unmodified Commercial Common Item.
navsup Wss Is Seeking Any Eligible Small Business Firms Including Service-disabled Veteran-owned Small Businesses, Certified Hubzone Small Businesses, And Certified 8(a) Capable Of Performing This Manufacture Or Supporting This Requirement.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition.
future Requirements Will Only Be Procured From Suppliers Who Provide Faa-certified Parts Which Possess A Faa Authorized Release Certificate, Faa Form 8130-3 Airworthy Approval Tag.
the Awardee Will Be Required To Comply With Contract Clauses From The Federal Acquisition Regulation (far)/defense Federal Acquisition Regulation Supplement (dfars)/navy Marine Corps Acquisition Regulation Supplement (nmcars), Specifically Those Of Far Part 12 Acquisition Of Commercial Items, Dfars Part 212 Acquisition Of Commercial Items And Nmcars 5212 Acquisition Of Commercial Items.
eligible Contractors Shall Provide:
1) Company Name And Cage Code
2) Part Number/niin Eligible To Manufacture
3) Is Your Company The Original Equipment Manufacturer (oem)?
4) Is Your Company Capable Of Manufacturing The P/n In Number 2 But Your Company Is Not The Oem?
a) Explain How Your Company Has The Technical Capacity To Perform The Necessary Manufacture.
5) Is Your Company A Small Business? If So, What Type Of Small Business?
6) Company Poc
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement.
The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413.
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.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
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 January 28, 2025, 5:00 Pm (eastern Time).
all Responses Under This Sources Sought Notice Must Be Emailed To Kelly Gipson, Kelly.a.gipson2.civ@us.navy.mil.
Closing Date28 Jan 2025
Tender AmountRefer Documents
FEDERAL ACQUISITION SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Extension To Rfi Response Due Date:
the U.s. General Services Administration (gsa) Is Extending The Submittal Date To No Later Than 5:00 Pm Cst On Friday, January 31, 2025, For Gsa’s Receipt Of Written Responses And Questions To The Subject Request For Information (rfi) 47qsha-24-r-3040.
this Extension Is Granted At Industry’s Request To Afford Respondents With Adequate Time To Provide Gsa With All The Requested Information, Including The Information Requested In The Attached Rfi Spreadsheet - Gsa Container Program.
________________________________________
the U.s. General Service Administration (gsa), Facilities And Hardware Supply Chain Management Contracting Division, General Supplies And Services (gss) Is Issuing A Request For Information (rfi) As Defined In The Federal Acquisition Regulation (far) 15.201(e) To Identify Parties Having An Interest In And The Resources To Support This Requirement For Security Containers For The Department Of Defense (dod) And Civilian Agencies. Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq), Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. The Government Does Not Intend To Award A Contract On The Basis Of Responses From This Rfi Or Pay For The Preparation Or Use Of Any Information Submitted. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only. Not Responding To This Rfi Does Not Preclude Participation In A Future Solicitation, If Any Is Issued. The Rfi Will Be Posted To The Government-wide Point Of Entry (gpe) Via Sam.gov To Gather The Maximum Amount Of Market Research And Information Gained Will Be Utilized Within Gsa To Facilitate The Decision-making Process And To Make Appropriate Acquisition Decisions. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is Naics 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, Which Includes Metal Safes And Vault Door Manufacturing. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. At This Time, Telephone Submissions Will Not Be Accepted Or Acknowledged And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
gsa Requests Feedback And Questions With Regard To This Rfi. Written Responses And Questions Must Be Provided No Later Than 5:00 Pm Cst On Friday, January 24, 2025 And Must Be Submitted To Theresa.cox@gsa.gov And Amanda.foley@gsa.gov. Verbal Feedback And Questions Will Not Be Accepted. All Emails Must Include The Following For The Subject Line: 47qsha-24-r-3040, Rfi. Insert Company Name.
please Ensure That You Answer Every Question Listed Below In The Rfi Spreadsheet And Questionnaire To The Best Of Your Ability. If The Question Is Not Applicable To Your Company Please Indicate N/a For That Question. If You Do Not Know The Answer, Please Indicate As Such In Response To The Question. We Ask That You Provide More Than Just A “yes” Or “no” Answer, If Possible. Your Detailed Response To This Questionnaire Will Help Shape This Acquisition And Make It More Thorough And Concise. It Is Essential That Your Company Insert The Applicable Manufacturer Part Number For Each Nsn On The Attached Spreadsheet.
please Add All Responses Typed In Blue Ink To The Attached Rfi Questionnaire. Please Return The Following:
rfi Questionnaire
rfi Spreadsheet
any Other Applicable Documents You Have Created To Answer The Questions.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: Sources Sought Synopsis
the Defense Logistics Agency Richmond Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties That Have Interest And The Resources To Support This Requirement For Nsn 6150-016457609, 6150016457577, 6150016457604, 6150015898458; Current Source(s): Ed Etnyre & Co (cage 80195) P/n 5252504, 6150- 016457577 - Cable Assembly, Spec P/n 5252506, 6150- 016457604 - Cable Assembly,spec P/n 5252546, 6150- 015898458 - Wiring Harness,branched P/n 5252124. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 335311
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.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To
1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated
2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements
3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And
4) Provide Services Under A Performance Based Service Acquisition Contract
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
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 16 Dec 2024 2:00 Pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Ladonna.groven@dla.mil
if You Have Any Questions Concerning This Opportunity, Please Contact: Ladonna Groven
email: Ladonna.groven@dla.mil
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacturer Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
technical Orders And Qualification Requirements Are Not Available.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Details: 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. The Purpose Of This Sources Sought Notice Is To Obtain Information From Qualified Sources With Special Interest Relative To The North American Industry Classification Code (naics) 334516, Analytical Laboratory Instrument Manufacturing
the Government Will Not Pay For Information Received In Response To This Sources Sought, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided. This Sources Sought Does Not Constitute A Commitment By The Government. Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Contractor Participation Is Not A Promise Of Future Business With The Government.
requirement
cost Per Test Requirement For Fda-approved Or Authorized By Fda Under An Eua, Clia-waived, Rapid, Pcr Based, Interfaced, Point Of Care Analyzers And Assays For Each Of The Following: Detection Of Sars-cov-2, Rsv, And Influenza A & B Viruses Simultaneously In A Nasal Swab Specimen.
this Is For The Oscar G Johnson Va Medical Center Community Based Outreach Clinics (cbocs), Located At The Following Addresses:
3440 I-75 Business Spur, Sault Ste Marie, Mi 49783
787 Market St. Suite 9, Hancock, Mi 49930
639 West Kemp St. Rhinelander, Wi 54501
1110 10th Avenue Suite 101, Menominee, Mi 49858
629 West Cloverland Dr. Ironwood, Mi 49938
913 East Lakeshore Dr. Manistique, Mi 49854
1414 West Fair Ave Suite 285, Marquette, Mi 49855
2001 Minneapolis Ave. Gladstone, Mi 49837
interested Vendors Capable Of Meeting The Requirement Should Follow The Instructions Below.
in Addition To Estimated Pricing Per Unit Responses Must Include The Following Information:
company Name, Address, Point Of Contact And Email Address
size Status And Representation/s Of The Company (i.e., Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)
is The Company Considered A Small Business Under The Naics Code 311511?
does The Company Manufacturer The Product Being Offered?
if An Authorized Distributor/reseller Response Must Include Documentation From The Manufacturer Confirming Authorization To Sell The Referenced Items And/or Products Being Offered.
does The Company Alter; Assemble; Modify; The Products Being Offered Any Way?
if The Company Has A Current Federal Contract, Are The Products Being Offered Available On The Contract?
what Facility/facilities Are You Interested And Capable Of Supporting?
questions Should Be Sent To The Contracting Officer, Teresa Beers At Teresa.beers@va.gov.
responses To This Sources Sought Must Be Received No Later Than February 5, 2025, At 5:00pm.
as A Reminder, This Is A Sources Sought Announcement Only. There Is No Guarantee, Expressed Or Implicit, That The Market Research For This Acquisition Will Result In A Particular Set-aside Or Sole Source Award, Or Any Other Guarantee Of Award Strategy. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government.
interested Vendors Are Reminded That In Accordance With Far 4.1102(a) Offerors And Quoters Are Required To Be Registered In Sam At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Registration Is Available At Www.sam.gov.
Closing Date5 Feb 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: 5in0098 U.s. Government - Notice Of Intent To Negotiate Lease Renewal Option In Evansville, In
the U.s. Government Currently Occupies 8,025 Aboa / 8,674rsf Of Office And Related Space In A Building Under A Lease In Evansville, In That Will Expire On 4/30/26. The Government Intends To Negotiate A Renewal Option For A 5-year, 2-year Firm Term. The Government Has A Continuing Need For This Space For Mission-related And Economic Reasons And Anticipates Exercising The Renewal Option Unless Alternative Space Is Economically Advantageous.
in Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure.
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Indiana
city: Evansville
delineated Area:
north: Lynch Rd.
east: Route 69
south: Route 69
west: Us Hwy 41
minimum Sq. Ft. (aboa): 7,624
maximum Sq. Ft. (aboa): 8,025
space Type: Office Space
parking Spaces (total): 44
parking Spaces (surface): 44
parking Spaces (structured): 0
parking Spaces (reserved): 0
full Term: 5 Years
firm Term: 2 Years
option Term: N/a
additional Requirements: N/a
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.
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 Must Be Received In Writing No Later Than February 5, 2025, At 4:00 Pm Cst, And Must Include The Following Information At A Minimum:
1) All Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submission Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received Which Also Must Be Submitted Prior To The Expression Of Interest Due Date.
2) Building Name And Address
3) Location Of Space In The Building And Date Of Availability
4) Ansi/boma Office Area (aboa) Square Feet Offered And Rentable Square Feet Offered
5) Name, Address, Telephone Number, And Email Address Of Authorized Contact
6) Full-service Rental Rate (includes All Utilities, All Janitorial For Tenant's Space And Common Areas, Maintenance) For A 5-year Lease With Early Termination Rights At Any Time After Year 2.
7) Reference Project Number 5in0098 In Response To This Ad
expressions Of Interest Due:
4pm Cst February 5, 2025
market Survey (estimated): N/a
occupancy (estimated): 5/30/2026
send Expressions Of Interest To:
name/title: Stephanie Carlson – Lease Contracting Officer
office: 224-209-6032
email Address: Stephanie.carlson@gsa.gov
Closing Date5 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Details: This Is A Sources Sought Notice Only. It Is Neither A Solicitation Nor A Request For Quote (rfq) And It Does Not Obligate The Government To Award A Contract. Request For Solicitation Will Not Receive A Response. The Government Will Not Pay Nor Reimburse Any Costs Of Preparing This Response. The Source S Sought Notice Is For Market Research Purposes To Make The Appropriate Acquisition Decision And Gain Knowledge Of Potential Qualified Businesses And Their Small Business Administration (sba) Size Classification In Relation To North America Industry Classification System (naics) 334310, Audio And Video Equipment Manufacturing, Size Standard Of 750 Employees. The Federal Supply Code (fsc) Is 5836.
the Network Contracting Office (nco) 8, Orlando Va Medical Center (ovamc) Is Seeking To Identify Qualified, Experienced, And Interested Contractors Who Can Design, Assess, Procure, Assemble, Install, Integrate, Test, And Remove Obsolete Cables And Equipment To Replace/upgrade The Existing Tv Studio Equipment And Library Management System To Include An Led Curved Video Wall Installed And The Studio Walls Need To Be Soundproofed To Enable Proper Video And Sound Production Without Any Outside Sound Interferences. The Contractor Will Provide All Labor, Materials, Transportation, And Equipment Required To Complete The Design And Installation, Which Includes An Hd/uhd/4k Television Studio With An Industrial-level Digital Media Asset Management Solution(s), Suitable For Hd/uhd/4k Video And Will Also Update The Library Management System To Provide More Storage.
the Capability Statement Shall Be Limited To No More Than Five Pages And Must Clearly State The Following: Capability In Industry To Replace/upgrade The Existing Tv Studio Equipment And Library Management System. Offerors Who Cannot Provide Historical Information For Their Company Regarding The Requirements Outlined Above Or Similar Scope And Scale Should Provide Corresponding Information To Show How The Company Would Meet Ovamc Requirements. This Information Should Provide A Strong Level Of Confidence To The Government That An Offeror Would Meet Or Exceed The Performance Requirements To Provide All The Requirements To Replace/upgrade The Existing Tv Studio Equipment And Library Management System.
in Addition, Provide And Answer The Following:
company Name, Address, Point(s) Of Contact, Title, Telephone Number, Fax Number, Email Address, Cage Code, And Sam Uei Number.
company S Business Size, To Include Number Of Employees;
company S Socioeconomic Status
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposal (rfq); Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
to Be Eligible For Award, Prospective Must Be Registered In The System For Award Management (sam) Interest Site, Www.sam.gov.
responses To This Notice Should Be Emailed, No Later Than 1300 Hours (1:00 Pm), Eastern Standard Time On February 4, 2025.
telephone And Facsimile Responses Will Not Be Considered.
please Email: Benjamin M. Amato At Benjamin.amato@va.gov. When Responding Via Email Ensure The Subject Line Is Titled With Rfi# 36c24825q0310 Fy25: Television Studio And Library Management System.
no Other Information Is Available At This Time And Questions Will Not Be Entertained. We Thank You For Your Interest And Time To The Prepare And Submit A Response.
Closing Date4 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Details: Sources Sought Synopsis
the Defense Logistics Agency Richmond Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties That Have Interest And The Resources To Support This Requirement For Nsn 6150-016174191 And 5995-016269575.
current Source(s):
drs Network & Imaging Systems, Llc (1rwe7) P/n 0000-47528-0001
drs Network & Imaging Systems, Llc (1rwe7) P/n 8900-96704-0000
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334419
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.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To
1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated
2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements
3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And
4) Provide Services Under A Performance Based Service Acquisition Contract
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
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 Jan 2025 2:00 Pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Ladonna.groven@dla.mil
if You Have Any Questions Concerning This Opportunity, Please Contact: Ladonna Groven
email: Ladonna.groven@dla.mil
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacturer Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
technical Orders And Qualification Requirements Are Not Available.
Closing Date10 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs, Veterans Health Administration (vha), Network Contracting Office 19 (nco 19) Is Conducting A Market Survey And Is Seeking Potential Sources For Dental Laboratory Implants, Repairs And Accessories For A Base Year Plus 4 Additional Option Years. 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.
responses Shall Be Submitted To Natasha.holland@va.gov By Feb 07, 2025 At 16:00 Mountain Time (mt).
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.
interested Companies Shall Provide, At A Minimum, The Following Information With Their Response;
company Name And Address:
point Of Contact (poc)
name:
email Address:
phone Number:
duns Number:
the Anticipated North American Industry Classification System (naics) Code Is 339116 Dental Laboratories. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program:
[ ] Yes [ ] No - Small Business (sb)
[ ] Yes [ ] No - Hubzone
[ ] Yes [ ] No - Small Business 8(a)
[ ] Yes [ ] No - Small Disadvantaged Business (sdb)
[ ] Yes [ ] No - Women-owned (wo) Small Business
[ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb)
[ ] Yes [ ] No - Veteran Owned Small Business (vosb)
[ ] Yes [ ] No - Large Business
[ ] Yes [ ] No - Other (please Specify)
please Answer The Following Questions:
[ ] Yes [ ] No - Does Not Exceed 500 Employees; (for Naics 339116, Must Be Verifiable Thru The System For Award Management)
[ ] Yes [ ] No - Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied;
[ ] 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
[ ] 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.
place Of Manufacturer: ________________________________
size Standard Of Manufacturer: _________________________
note: Do Not Include Proprietary, Classified, Confidential, Or Sensitive Information In Responses.
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.
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: Sources Sought Synopsis
aircraft, F-16 Fighting Falcon; Gearbox Assembly, Ai
the Dla-aviation Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For A Gearbox Assembly, Ai. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413.
the Solicitation Is Being Posted On Sam.gov At A Later 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.
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
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 07 February 2025 Nlt 02:00 P.m. All Responses Under This Sources Sought Notice Must Be Emailed To Jenier.mitchell@dla.mil.
if You Have Any Questions Concerning This Opportunity, Please Contact: Jenier.mitchell@dla.mil
appendix 1: Purpose And Objectives
potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award.
the Specific Requirement For This Effort Is Below:
part Number:
curtiss-wright Controls, Inc. Cage: 0ahp5 P/n 183210-1
moog Inc Cage: 0zwk8 P/n 2740012-2-1
nomenclature: Gearbox Assembly, Ai
nsn: 1680-014506899
estimated Annual Demand: 49 Each
Closing Date7 Feb 2025
Tender AmountRefer Documents
5251-5260 of 6433 archived Tenders