Survey Tenders

Survey Tenders

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date11 Jan 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service: 1.naics Code: 621340 - Offices Of Physical, Occupational And Speech Therapists, And Audiologists A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: The Request Will Be For One (1) Recreational Therapist For The New Sunrise Regional Treatment Center (nsrtc) Located In Acoma Pueblo, Nm (about One Hour West From Albuquerque, Nm And One Hour Se From Gallup, Nm), Which Is A 24-bed Residential Facility That Provides A Multi-disciplinary, Multi-model (culturally-relevant And Traditional Therapy-oriented) Program For Native American Adolescents. The Purpose Of The Request Will Be To Provide Comprehensive Recreational Activities To Native American Adolescent Clients Who Require Residential Treatment To Alleviate Disruptive Behaviors Associated With Chemical Dependency And To Establish A Lifelong-recovery Process. The Recreation Component Of Treatment Is Crucial To Continuing To Develop Or Improve A Positive Self-concept. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov. 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 10th, 2024 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: The Defense Logistics Agency Aviation (dla A) Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 5342-015269009; Mount, Resilient, Weapon System. The Approved Manufacturing Sources Are Sikorsky Aircraft Corporation (cage 78286), And Skf Usa Inc (cage 80201), Under Part Number 70361-08015-102. 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 332994. 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. if Your Company Desires To Be Reviewed And Qualified As An “approved Source” For This Item, Submit An Application Package Through The Source Approval Request (sar) Program As Outlined In The Attachment. Contact The Dla Aviation Small Business Office By Sending A Sar Drop Off Request To Email: Dlaavnsmallbus@dla.mil In The Subject Of The Email Indicate “request Sar Drop-off,” A Point Of Contact Email Address, Nsn, And A Cage Code In The Body Of The Email. 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 February 4, 2025, 3:00 Pm (eastern Standard Time). All Responses Under This Sources Sought Notice Must Be Emailed To Thuy Ho (thuy.ho@dla.mil).

INDIAN HEALTH SERVICE USA Tender

Finance And Insurance Sectors
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: The Indian Health Service, Navajo Area Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For Administrative And Management Investigations. The Work Includes Review Of Administrative Case Materials, Performing Interviews Via Telephone Or In-person As Deemed Necessary, Thorough Documentation Of The Process And Results, And Providing Some Recommended Actions. The Requirement Is Recurring In Nature With Each Need For Investigations Lasting Between 15 To 30 Hours From Initial Review To Interviews, And From Documentation To Completing And Submitting The Final Report. If Procured, The Requirement May Be Set Up As A Blanket Purchase Agreement (bpa) With Each Management Case Placed As A Bpa Call Against It. the Applicable North American Industry Classification System (naics) Code Assigned To This Requirement Is 541611 Administrative Management And General Management Consulting Serviceswith A Small Business Size Standard Of $24.5m. this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information. in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By February 05, 2025 Wednesday 2:30pm Mst To William Lee, Contract Specialist, At William.lee@ihs.gov With The Subject Line “ssn – Management Inquiry Bpa.” Your Submission Must Include The Following Information, At A Minimum: company Profile That Includes: Uei, Name And Address, Primary Poc Information, Business Size And Type Of Ownership, Socio-economic Status/participation Such As 8(a), Wosb/edwosb, Sdvosb And Hubzone, Identification Of Native American Ownership (if Applicable), Sam.gov Representations And Certifications, And Other Related Documentation. a Brief Statement Of The Company’s Capability That Relates To The Described Government Requirement. Additional Demonstration Of Capability May Include Current And Past Performance History For The Same Or Similar Requirement, Established Contracts Such As Gsa Or Va Schedule, Etc. if Claiming Indian-owned Small Business Economic Enterprise (isbee) Or Indian-owned Economic Enterprise (iee), Submit Completed Ihs Iee Representation Form (attached). telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.

Mindanao State University Tender

Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 138 K (USD 2.3 K)
Details: Description Mindanao State University Reference Nos. 205-25/01-30-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : February 5, 2025 __________________________ Quotation No. : Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quotation/offer Is Allowed, Suppliers Who Submitted More Than One Quotation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Upon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Suppliers Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. 11. Partial Bid Is Allowed, Evaluation, Comparison And Contract Award Shall Be Made Per Item; Partial Bid Is Not Allowed; The Goods Are Grouped In A Single Lot, Evaluation, Comparison, And Contract Award Shall Be Made Per Lot Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 115 Meals And Snacks (3 Days) Pax ***nothing Follows*** For Online Accreditation Level 3 Phase 2 Survey Visit (7 Programs) - Quamso Total Abc ₱138,000.00 Total Amount See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule. Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Dma

INDIAN HEALTH SERVICE USA Tender

Security and Emergency Services
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Is Being Posted As Outlined In Far 15.201(c)(3) And Is Intended Only As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. This Is Not A Solicitation And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey, Pursuant To Far 10.001, To Identify Businesses Capable Of Performing The Services Listed Below: 1.naics Code: 238220 - Plumbing, Heating, And Air-conditioning Contractors A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: The Request Is For Fire Protection System Services To Be Provided To The Acoma-cañoncito-laguna (acl) Indian Health Center Located At 80 B Veterans Blvd, Pueblo Of Acoma, Nm 87034. The Services Will Be For Quarterly, Annual, And 5-year Inspections To Include: The Fire Sprinkler System At Acl; The Fire Sprinkler System At The Laguna Dental Center; And Inspection Of Fire Extinguishers Located Within The Government Quarters. All Services Shall Be Provided In Accordance With The National Fire Protection Association (nfpa) And The Joint Commission Requirements. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov, In Accordance With Far 4.1102(a). 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail To Shandiin.dewolfe@ihs.gov By February 14th, 2025 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: The Naval Facilities Engineering Systems Command (navfac) Europe, Africa, Central (eurafcent) Naples, Italy Is Preparing To Solicit An Indefinite Delivery Indefinite Quantity (idiq) Multiple-award Construction Contract (macc). The Purpose Of This Macc Is To Execute Sustainment, Restoration, And Modernization (srm) Projects, Alteration, Demolition, Repair, And New Construction Or Expansion Of Any Type Of Facilities Or Real Property Assets, Including Waterfront Or Airfields Facilities. Projects Will Be Executed Through Firm-fixed Price (ffp) Design-bid-build Or Design-build Task Orders. The Geographic Scope Of The Contract Includes The Kingdom Of Bahrain And United Arab Emirates. The Solicitation Will Be Issued Using Full And Open Competition, Utilizing The Two-phase Design-build Selection Procedures Discussed At Far Subpart 36.3, Resulting In A Single Solicitation Covering Both Phases. The Naics Code For This Procurement Is 236220 With A Small Business Size Standard Of $45 Million. The Government May Award This Contract To More Than One Contractor. The Government Will Give Fair Consideration To All Awardees In Placing Orders Based On Criteria Stated In The Solicitation. The Contract Term Will Be A Base Period Of One (1) Year Plus Four (4) One-year Option Periods. Only The Base Period Of The Contract Will Offer A Minimum Guarantee. If A Follow-on Contract Is Not Awarded At The End Of The Fourth Option Period, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six Months Under The Option To Extend The Term Of The Contract Clause. This Contract Will Replace A Contract For Similar Services Awarded On 2 September 2020 With A Shared Award Value Of $32,443,248 And Maximum Capacity Of $95,000,000. this Solicitation For The First Phase Of This Requirement Is Expected To Be Released Between The Months Of January 2025 And February 2025 With An Anticipated Award Date Of September 2025. Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://piee.eb.mil Under Piee (procurement Integrated Enterprise Environment) Solicitation Module When It Becomes Available. a Sources Sought Notice For This Procurement Was Posted To Sam.gov On 02 July 2024 With A Closing Date Of 16 July 2024. A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. disclaimer: This Notice Is For Information Purposes Only And Shall Not Be Construed As A Commitment By The Government To Solicit Contractual Offers Or Award Contracts. The Government Is Not Soliciting, Nor Will It Accept Proposals As A Result Of This Synopsis. If A Competitive Solicitation Is Issued In The Future, It Will Be Announced Via Sam.gov And Interested Parties Must Comply With Announcement. The Government Will Not Reimburse Respondents For Any Questions Submitted Or Information Provided As A Result Of This Notice. This Is Not A Solicitation Or A Promise To Issue A Solicitation, And This Information Is Subject To Modification And In No Way Binds The Government To Award A Contract.

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Tx city: New Braunfels delineated Area: city Of New Braunfels minimum Sq. Ft. (aboa): 1,240 maximum Sq. Ft. (aboa): 1,240 space Type: Other parking Spaces (total): 2 parking Spaces (surface): 2 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 10 firm Term: 5 option Term: 0 additional Requirements: minimum 42’ (forty-two Foot) Wide Hangar Access Door. • Fixed Based Operator (f80) Type Services To Include, But Is Not Limited To, Refueling (must Accept Government Aircard For Fuel Service On The Field) Services, Aircraft Parking, On-site Access To Restrooms. • Restroom Facilities For Crew And Passengers Within The Hangar. • Access To Dea Aircraft For Non-san Antonio Based Dea Pilots. • Tsa Screening Not Required. Requirement Includes Secure, Clean Hangar For Dea Aircraft. • Flight Prep Room And Secure Storage For Equipment (136 Sf). • Air-conditioned/heated Area For Crew On Short Notice Standby. • Proper Ground Handling Equipment For Personnel For Safe Movement Of Aircraft. • Ability To Locate Cessna Airplane Maintenance Is Required. • Ability To Install Hangar Alarm Is Required. 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/farcase- 2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building under A Lease In [city, State], That Will Be Expiring. The Government Is considering Alternative Space If 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, and Non-productive Agency Downtime. expressions Of Interest Due: 14 Days From Posting market Survey (estimated): Tbd occupancy (estimated): Tbd send Expressions Of Interest To: name/title: Colten Jones, Leasing Specialist email Address: Colten.jones@gsa.gov government Contact Information lease Contracting Officer Adrienne Jackson leasing Specialist Colten Jones broker N/

BUREAU OF LAND MANAGEMENT USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: The Bureau Of Land Management (blm) Idaho State Office Is Conducting Acquisition Planning For The Requirement To Construct A New Field Office. The Existing Site Is Government Owned. The Government Is Preparing The 100% For Construction Documents And Is Currently Planning To Phase The Construction. The Government Is Considering Whether To Separate Each Phase Into A Separate Contract Or To Issue As A Single Contract With Phase Ii As An Option Item. Notice Of Intent To Exercise The Option May Not Come From The Government Until Late 2025. The Estimated Disclosure Of Magnitude To Complete Both Phase I And Phase Ii Is Between $1,000,000 And $5,000,000 In Accordance With Far 36.204(f). Phase I Would Include Site Preparation Activities Including Clearing/grubbing, Grading, Asphalt, Sidewalk, Utility Connections, Lighting, Utility Distribution, Fencing, And Preparation For Future Landscaping, Etc. Phase Ii Would Include Site Work Within The Building Footprint Including Structural Fill, Foundation, Structure Placement, Final Utility Connections, Final Landscaping, Etc. The Government Is Considering The Convenience Of Utilizing A Factory-built Building (fbb) Style Facility Instead Of Standard Construction Methods. The Attached Drawing Shows The Draft Site Layout Of The Proposed Project. The Blm Is Seeking Information From Interested Parties With Specialized Capabilities To Provide Such Services. This Rfi Is Intended As A Means Of Conducting Market Research Which Will Help Determine The Best Method For The Anticipated Solicitation And Subsequent Procurement. The Proposed North American Industry Classification System (naics) Codes Assigned To This Requirement Is 236220 Commercial And Institutional Building Construction. Interested Sources Must Be Registered/active In Sam And Capable Of Receiving Government Contracts. Interested Sources Must Be Legally Authorized To Provide Proposed Service. Disclaimer: There Is No Solicitation At This Time. This Rfi Does Not Constitute A Solicitation. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Your Firm’s Response To This Rfi. Additionally, All Submissions Become Government Property And Will Not Be Returned. No Basis For A Claim Against The Government Shall Arise As A Result From A Response To This Rfi. Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response By Completing This Form: Https://forms.office.com/g/p6mda92uvw Provided Information Will Assist The Co In Determining Set-aside For Forthcoming Solicitation And Overall Structure Of The Solicitation. Interested Sources May Choose To Email The Contract Specialist Heather Mcbride At Hmcbride@blm.gov With A Capability Statement, As Well As Company Information (uei/duns, Business Size Status, Etc); However, Filling Out The Form Identified In This Notice Would Provide Us More Streamlined Details. Request Your Response By Cob Mountain Time Tuesday, February 4, 2025.

INDIAN HEALTH SERVICE USA Tender

Housekeeping Services
United States
Closing Date8 Feb 2025
Tender AmountRefer Documents 
Details: This Sources Sought Notice Is Being Posted As Outlined In Far 15.201(c)(3) And Is Intended Only As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. This Is Not A Solicitation And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, The Indian Health Service (ihs) Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Ihs Is Conducting A Market Research Survey, Pursuant To Far 10.001, To Identify Businesses Capable Of Performing The Services Listed Below: 1.naics Code: 561710- Exterminating And Pest Control Services A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: The Request Is For Pest Control Services To Be Provided To The Acoma-cañoncito-laguna (acl) Indian Health Center Located At 80 B Veterans Blvd, Pueblo Of Acoma, 87034. These Services Will Include The Acl Health Center, Maintenance Shop, Warehouse, Optometry Department, Acl Residential Quarters And Garages, And The Laguna Dental Clinic. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov, In Accordance With Far 4.1102(a). 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By February 7th, 2025 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date16 Feb 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: ok city: seminole delineated Area: north: Beginning At The Intersection Of Ew 121 & Hwy 3e Continuing In An Easterly Direction On Ew 121 Ending At The Intersection Ew 121 & Ns 357. East: Beginning At The Intersection Of Ew 121 & Ns 357 Continuing In A Southerly Direction On Ns 357 Ending At The Intersection Of Ns 357 And Hwy 270. South: Beginning At The Intersection Of Ns 357 & Hwy 270 Continuing In A Westerly Direction On Hwy 270. West: Beginning On Hwy 270 Continuing In A Northerly Direction On Hwy 270 Continuing On Hwy 3e Ending At The Intersection Of Hwy 3e & Ew 121. minimum Sq. Ft. (aboa): 9,825 10/2023 maximum Sq. Ft. (aboa): 9,825 space Type: office, Warehouse, Parking And Ware Yard parking Spaces (total): 82 parking Spaces (surface): 82 parking Spaces (structured): 0 parking Spaces (reserved): 82 full Term: 180 Months firm Term: 120 Months option Term: 60 Months additional Requirements: • Must Be Able To Meet Governments Security Requirements • Office Space Needed 4,320 Usf • Special Space (warehouse, Wareyard) 5,505 Usf 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/0.2-percent-annual Chance] Floodplain (formerly Referred To As [“100-year”/“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: 02/16/2025 market Survey (estimated): n/a occupancy (estimated): 10/1/2026 send Expressions Of Interest To: name/title: thomas Roberts/ Lease Contracting Officer address: 1100 Commerce St., 7th Floor dallas, Tx 75242 office: (817) 585-2704 cell: (817) 201-7519 email Address: thomas.roberts@gsa.gov 10/2023 government Contact Information lease Contracting Officer thomas Roberts project Manager anthony E. Jackson
5251-5260 of 6546 archived Tenders