Survey Tenders

Survey Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: The Government Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, Hubzone Small Businesses And/or Other Large Businesses Capable Of Serving The Needs Identified Below. This Notice Of Intent Is For Open Market As Well As Federal Supply Schedule Items. this Is A Request For Information (rfi) For Reagents And Consumables For Venous And Arterial Blood Gas Testing By The Abl90 Analyzers. This Is Not A Request For Formal Proposals Or Quotes. No Formal Solicitation Document Exists At This Time. Your Response To This Announcement Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Request Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Into Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. All Interested Offerors Will Have A Respond To The Solicitation Announcement In Addition To Responding To This Rfi. the Department Of Veterans Affairs, Along With Network Contracting Office 17, Located At Plaza Lecea, 5441 Babcock Rd., Suite 302, Is Seeking Information From Vendors Regarding The Procurement Of Reagents And Consumables For Arterial Blood Gas Testing Using Government Owned Abl90 Analyzers. This Acquisition Is Intended To Comply With The Buy American Act On Behalf Of The Central Texas Veterans Health Care System (ctvhcs). background central Texas Veterans Health Care System (ctvhcs) Has Purchased 3 Radiometer Abl90s For Use In Pathology & Laboratory Medical Service (p&lms) And Pulmonary Service Laboratories. objectives ctvhcs Is Requesting Procurement Of A Firm-fixed Price, Indefinite Delivery/ Indefinite Quantity (idiq) Contract For Reagents And Consumables To Be Utilized For The Abl90 Analyzers Purchased For Period Of Five Years Total (base Year Plus Four Additional Years). scope the Vendor Shall Provide Reagents And Consumables For Venous And Arterial Blood Gas Testing By The Abl90 Analyzers. period Of Performance the Contract Period Is For Of Five Years (base Year Plus Four Additional Years) Starting From The Effective Date Of The Contract. tasks/ Deliverables/ Supplies the Vendor Shall Provide The Listed Supplies In The Chart On A As Needed Basis. item# description annual quantity 944-157 abl90 Flex Solution Pack 96 946-010 abl9abl90 Sensor Cassette 100/30, Bg, Lyt, Oxy, Met, Qc Sc 100/30, 96 944-021 thb Calibration (4 Amp) 6 984-070 thermal Paper, 8 Rolls Per Unit 4 please Provide The Following Information For Your Products: 2. American-made Status: Please Confirm The Place Of Manufacturing For The Reagents And Consumables, Ensuring They Are Produced In The United States In Accordance With The Buy American Act. Include Any Relevant Documentation Or Certifications To Verify Compliance. 3. Manufacturing Details: Information About The Manufacturing Locations And Any Pertinent Details About Materials And Components Used In The Products. we Appreciate Your Attention To This Request And Look Forward To Receiving Your Response By Wednesday 01/10/2025, At Ognian.ivanov@va.gov. Your Insights Will Be Invaluable As We Evaluate Options For Our Testing Needs. should You Have Any Questions Or Require Further Clarification, Please Do Not Hesitate To Reach Out To Me Directly At Ognian.ivanov@va.gov.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

FEDERAL AVIATION ADMINISTRATION USA Tender

Aerospace and Defence
United States
Details: Offerors Are Invited To Respond To This Request For Offer (rfo) – Screening Information Request (sir). The Federal Aviation Administration (faa) Has A Requirement For Weather Systems Integration Contract (wsic). These Requirements Include Both Equipment And Services. wsic Will Be An Indefinite Delivery, Indefinite Quantity (idiq) Type Contract With A Combination Of Pricing Structures (i.e., Firm Fixed Price, Labor Hour, And Cost-reimbursement). The Contract Will Include A 5-year Base Period, With Three One-year Option Periods. These Options May Or May Not Be Exercised, At The Sole Discretion Of The Faa. questions Regarding This Rfo - Sir Must Be Provided Electronically To The Contracting Officer (9-afn-wisc@faa.gov). The Email Subject Line Must State The Sam.gov Notice Id Followed By The Company Name. Responses Must Be Submitted Only In Electronic Format. Responses Must Be Submitted Using The Attached Industry Comment Form (excel File) Not Later Than December 6, 2024. a Complete. Proposal Must Be Received By The Faa No Later Than 2:00 P.m. Edt, January 13, 2025. Responses Received After The Required Date And Time Will Not Be Considered In Accordance With Ams Provision 3.2.2.3-14, Late Submissions, Modifications, And Withdrawals Of Submittals. If All Requested Information Is Not Furnished, The Vendor's Response May Be Determined Ineligible. the Wsic Sir Attached To This Announcement Is Provided For Industry Response. When Both A Pdf File And Microsoft Office Document File Are Provided For The Same Section, The Pdf File Takes Precedence In The Event Of A Conflict. The Sir Contains: section Description Of Section a Sf33 b Supplies Or Services And Prices/costs c Statement Of Work (sow) d Packaging And Marking e Inspection And Acceptance f Deliveries Or Performance g Contract Administration Data h Special Contract Requirements i Contract Clauses j List Of Attachments j-1 Pricing Worksheet (excel File) j-2 Contract Data Requirements List And /data Items Description List j-3 Faa Drawing Package Request Form j-4 Example Of A Contractor’s Property Management l-1 Past Performance Customer Survey l-2 Qualifying Questions k Representations, Certifications, And Other Statements Of Offerors l Instructions, Conditions And Notices To Offerors m Evaluation Factors For Award proprietary Information/data May Be Submitted And Will Be Handled According To Faa Procedures. Any Proprietary Information Submitted Must Be Adequately Marked As Proprietary And Will Be Protected If Appropriately Marked. Any Information Provided Under This Sir Is For Informational Purposes Only And Will Not Be Released To The Public. All Interested Are Parties Advised That The Faa Will Not Pay For Any Information, Or Any Administrative Costs Incurred That Are Associated With Any Response Received From Industry In Response To This Sir. Therefore, Any Costs Associated With And Submissions From An Interested Party Will Be Solely At Their Expense. all Proposals Must Be Sent In Accordance With Section L By The Indicated Deadline To: attn: Dana D. Brooks subject: Response For Sir # 693ka8-25-r-00002 contracting Officer, Aaq-350 email: 9-afn-wsic@faa.gov note: Please Reference Pre-solicitation Sir No. 693ka8-25-r-000tbd For Previously Information Pertaining To This Requirement.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
United States
Details: The Department Of The Air Force, 325th Contracting Squadron (cons), Is Seeking Sources For Contemplated Sports Officiating At Tyndall Air Force Base. Please See The Attached Draft Performance Work Statement (pws). disclaimer: this Sources Sought Notice Is For Informational Purposes Only And Is Not A Request For Quotation. The Purpose Of This Notice Is To Conduct Market Research In Accordance With Federal Acquisition Regulation (far) Part 10 To Determine The Availability And Capability Of Businesses To Provide This Service At Tyndall Air Force Base, Florida. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice. Any Information Submitted By Respondents Is Strictly Voluntary. Contact With Other Than 325 Cons Government Personnel By Potential Offerors Or Their Employees Regarding This Project Is Prohibited. the Tentative Solicitation Issue Date Is To Be Determined. Any Future Solicitation Will Be Made Available Only On Sam.gov. Interested Parties Are Solely Responsible For Monitoring The Aforementioned Website For The Release Of A Solicitation Package And/or Any Updates And/or Amendments. north American Industry Classification System (naics) Code: the Anticipated North American Industry Classification System Code (naics) For This Requirement Is 611620, Sports And Recreation Instruction, With The Corresponding Size Standard Of $9 Million. vendor Response/required Capabilities: it Is Requested That Vendors Respond To This Sources Sought Notice With Information In Sufficient Detail Regarding Their Capabilities And Capacity To Satisfy The Requirement. see The Attached Draft Performance Work Statement (pws). A Final Pws Will Be Issued At The Time Of Solicitation (date: Tbd). Potential Offerors Are Encouraged To Provide Feedback On The Draft Pws Content. The Government May Not Respond To Or Publish Comments, Resulting Actions, Changes, Etc.; However, The Draft Pws May Or May Not Be Revised Based On Feedback Provided. Potential Offerors Are Cautioned That Proposals Must Be Based On The Actual Rfq, Once Posted, And Not Posted Draft Documents. submission Details /information Sought By The Government: 1. Your General Company Information To Include: Company Names, Address, Point Of Contact, Phone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Business Size (i.e., Small Business, Other Than Small), And Naics Code(s) The Company Usually Performs Under. 2. A Capabilities Statement That Includes A Brief Description Of Experience In Sports Officiating, Scorekeeping, And (if Able) Reference Of Past Contract Performances Of Sports Officiating. 3. Feedback On The Draft Pws (if Applicable) note: Any Prospective Contractor Must Be Registered In The System For Award Management (sam) In Order To Be Eligible For Award. The Website Is Https://www.sam.gov. Registration Requires Applicants To Have A Duns Number From Dun And Bradstreet. Registration May Take Up To Three Weeks To Process. all Submissions Must Be Received No Later Than 1:30 Pm Central Time On Thursday, 13 January 2025. Packages Can Be Sent Electronically To A Sra Ryan Crisostomo At Ryan.crisostomo.1@us.af.mil. Oral And Mailed Communications Are Not Acceptable In Response To This Notice. the Government Will Not Provide A Debriefing On The Results Of The Survey. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Municipality Of Basud, Camarines Norte Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction Of Two-storey (1,996.31 Sq.m.) Public Market A. General Requirements A.1. Mobilization And Demobilization 1.00 L.s. A.2. Occupational Safety And Health 1.00 L.s. A.3. Project Billboard 1.00 Each A.4. Lot Survey, Ground Layout And Staking 1.00 L.s. B. Earthworks B.1. Removal Of Unsuitable Materials 677.44 Cu.m. B.2. Embankment From Borrow 3,721.38 Cu.m. B.3. Anti-termite Soil Poisoning 1.00 L.s. C. Pile Works C.1. Precast Concrete Pile, Furnished 400mm X 400mm 2,136 L.m. C.2. Pre-cast Concrete Piles, Driven 1.851.20 L.m. D. Construction Of Public Market D.1. Structure Excavation 1,090.23 Cu.m. D.2. Gravel Bedding 111.22 Cu.m. D.3. Structural Concrete (footings, Columns And Beams) 868.06 Cu.m. D.4. Structural Concrete (slabs, Canopies & Parapet Walls) 565.01 Cu.m. D.5. Structural Concrete (lean Concrete) 50.92 Cu.m. D.6. Reinforcing Steel Bars (g40) 83,849.52 Kgs. D.7. Reinforcing Steel Bars (g40) 103,650.44 Kgs D.8. Formworks And Falseworks 1.00 L.s. D.9. Chb (including Reinforcing Steel) 1,012.87 Sq.m. D.10. Cement Plaster Finish 2,025.74 Sq.m. D.11. Doors And Windows 1.00 L.s. D.12. Metal Structures (trusses And Handrails) 7,761.68 Kgs D.13. Ramp Roof And Accessories 81.09 Sq.m. D.14. Ceiling Works 921.81 Sq.m. D.15. Tile Works And Floor Treatments 1,511.93 Sq.m. D.16. Sanitary Works 1.00 L.s. D.17. Storm Drainage System 1.00 L.s. D.18. Cold Water Line Works 1.00 L.s. D.19. Plumbing Fixtures 1.00 L.s. D.20. Electrical Works 1.00 L.s. D.21. Mechanical Works 1.00 L.s. D.22. Painting Works And Wall Treatments 6,317.32 Sq.m. D.23. Water Proofing 2,452.80 Sq.m. D.24. Testing And Commissioning 1.00 L.s. D.25. Stainless Steel Signage (front) - Machine Cut 1.00 L.s. D.26. Concrete Stalls With Drop Ceiling 12.00 Sets D.27. Commercial Unit 1 (7.74 Sq.m.) 40.00 Sets D.28. Commercial Unit 2 (7.00 Sq.m.) 7.00 Sets
Closing Date2 Jan 2025
Tender AmountPHP 95.1 Million (USD 1.6 Million)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: A.3 Visit: a Site Visits Had Been Scheduled On December 12 & 18, 2024 Providing All Vendors The Opportunity Visit The Chelmsford Cmop In Support Of Rfq 36c77025q0066 To Inspect The Facility Pallet Racking Systems. The Location And Time For The Site Visit Was: address: chelmsford Cmop 10 Industrial Avenue chelmsford, Ma 01824-3640 date: December 12 & 18, 2024 @ 09:00 Am Est. b.2 Site Survey (amendment 0002) a Site Visit Had Been Scheduled For December 12 & 18, 2024 Providing All Vendors The Opportunity To Visit The Chelmsford Cmop In Support Of Rfq 36c77025q0066 To Aid In Development Of Cost Estimates. The Location And Time For The Site Visit Is: address: chelmsford Cmop 10 Industrial Avenue chelmsford, Ma 01824-3610 date: December 12 & 18, 2024 At 9:00 Am Est point Of Contact On Site Is: michael D. Graybeal email Address: Mike.graybeal@va.gov phone #: 978-244-1311 note: Any Company Wishing To Attend The Site Visit Must Contact Both Michael Graybeal, Mike.graybeal@va.gov And Wade Cunningham, Wade.cunningham@va.gov Nlt 3p.m. Cst On December 10, 2024 (for 12 Dec Site Visit) & Nlt 2 P.m. Est On December 16, 2024 (for 18 Dec Site Visit). Vendors Are Limited To Two Individuals. Provide Full Name Of Each Person Attending In Advance To The Pocs. All Questions Proposed During The Site Visit, Will Be Posted Along With Answers Under An Amendment To The Rfq. rfi Answers: 1. Are There Any Cad Or Facility Diagrams Of The Racking At The Va? no. 2. Approximate Number Of Uprights And Height? we Have 56 Total Bays. 24 Are 6 Depth And 8-9 Height. These 24 Bays Have Wire Decking At The Top And Rolling Shelves Throughout. The Rest Are Either 42 Or 48 Depth With 12 H Uprights. We Have A Variety Of Beam Levels On These Racks Depending On The Area. These All Have Wire Decking At All Levels. 3. How Old Are The Racking Systems? 20 Years 4. Number Of Participants That Will Receive Training? three Personnel. 5. Average And Maximum Weights Of The Pallets? 2500lbs Or Less 6. Could You Provide More Information About The Warehouse Layout, And Size E.g. The Sqft, Floor Plan, And Pictures To Give Us More Understanding Of The Site? see Photo Attachments. 7. What Type Of Racking Systems Are Installed? unknown. We Just Know They Are Pallet Racks 8. When Was The Last Rack Inspection Conducted? unknown 9. What Is The Level Of Visible Damage On Each Rack? unknown, Minor Wear And Tear That Will Need Replaced. This Was The Intent Of The Site Visit 10. How Many Racks Need To Be Repaired? this Was The Intent Of The Site Visit 11. How Many Racks Need Placards? this Was The Intent Of The Site Visit 12. What Is The Floor Condition In The Warehouse And Environmental Factors? floor Condition Is Good And No Environmental Factors.
Closing Date7 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 Manufacture New Spares Or Provide Commercially Certified Overhauled Parts For Commercial Item Nsn 1680 017248720; P/n 811468-401 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, From Certified Repair Stations Pursuant To 14 Cfr Part 14. 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 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 29, 2025, 4:30 Pm (eastern Time). all Responses Under This Sources Sought Notice Must Be Emailed To Destiny.n.wiatr.civ@us.navy.mil. leave Everything Else At The Bottom Blank
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Software and IT Solutions...+1Security and Emergency Services
United States
Details: Request For Information (rfi) peo Missiles And Space Ocio Cybersecurity intrusion Detection Capability this Is A Rfi Notice Only. The Purpose Of This Notice Is Solely For Information And Planning Purposes - It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue A Rfp In The Future And No Contract Shall Be Awarded From This Announcement. This Announcement Is Issued In Support Of Market Research, To Gather Information, And To Identify Potential Sources. the United States (u.s.) Government Is Conducting Market Research To Identify Currently Available Non-developmental Cybersecurity Intrusion Detection Systems In Support Of Integrated Fires Offensive And Defensive Operations. this Notice Is Published In Accordance With Federal Acquisition Regulation Part 10.002 And Subpart 15.201 And Is A Request For Information For Conducting Market Research. All Information Received Will Be Used For Planning Purposes Only. This Notice Does Not Constitute Invitation For Bids, Request For Proposals, Or Request For Quotes. The U.s. Government Will Not Award A Contract Based On This Notice And Will Not Reimburse Respondents For Any Cost Associated With Responses. instructions For Market Survey Response responses Will Consist Of An Unclassified White Paper On 8.5 X 11 Inch Paper With Fonts No Smaller Than 10 Point, One Inch Margins, In A Microsoft Word Or Adobe File Format. Each Page Of The Submission Shall Contain A Document Identifier In The Document Header. Respondents Should Ensure To Label Any Information Contained In The White Paper Considered To Be Proprietary. At A Minimum, The White Paper Shall Provide A Description Of The Technical Approach And A Statement On How The Technical Capabilities Meet These Key Attributes: unified Security Information And Event Management (usiem) Compliance security Information And Event Management (siem) Infrastructure ability To Be A Host Based Monitoring Capability use Of Heuristic/signature Based Detections artificial Intelligence/machine Learning Component For Advanced Nation States ability To Detect Cyber Electromagnetic Activities (cema) Threats ability To Monitor Health And Status (network/system) ability To Be System Agnostic ability To Develop System Specific Detectors operates In Low Size, Weight, & Power (swap) must Be Agile Development Supportable zero Trust Capable / Supportable full Government Use Rights scalable To Sos Architecture ui Interface demonstratable Latency / Performance Metrics provide On Platform / Real Time Tuning respondents Should Submit A White Paper Addressing The Technical Approach To The Anticipated Effort And Experience Producing Similar System(s). The Response Should Include Depth And Breadth Of Analysis And Data To Substantiate Performance Of The Proposed System That Meets The Specifications Above. The White Paper Will Contain No More Than 20 Total Pages Including Tables, Charts, And Figures. The White Paper Should Include Business Size, Cage Code, Affirmation Of Top Secret Cleared Personnel And Facilities And A Technical Poc, Phone Number And Email. respondents May Submit Questions To The Contract Specialist By Email At Stephanie.l.lambert14.civ@army.mil And Contracting Officer By Email At Christopher.m.caputo.civ@army.mil By 10 Jan 2025. All White Papers Must Be Received By The Government Contracting Officer And Contract Specialist Electronically Through Email At Christopher.m.caputo.civ@army.mil And Stephanie.l.lambert14.civ@army.mil Nlt 1600 Hours Est On 10 Jan 2025.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Food Products
United States
Details: Title: Request For Information (rfi) For Fresh Milk & Dairy Products Support For Dla Troop Support To Military Customers In The State Of Virginia (fort Eustis, Fort Ap Hill, Fort Gregg Adams And Langley Afb Customers). (spe300-25-r-0037) dear Valued Suppliers: this Is A Request For Information (“rfi”). Dla Troop Support’s (“agency”) Subsistence Market Fresh Program Is Interested In Comments And Feedback Regarding The Agency’s Fresh Milk, And Dairy Products To Department Of Defense (“dod;” Troop). There Is No Solicitation Available At This Time. The Government Will Not Pay For Any Information Received In Response To This Rfi, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided To The Government. This Rfi Does Not Constitute A Commitment From The Government And Any Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Any Proprietary Information Submitted Will Be Protected If Appropriately Marked. Please Note That By Responding To The Instant Agency Request, A Potential Offeror Is Not Promised Any Future Business With The Government. The Sole Purpose Of This Rfi Is To Conduct Market Research To Assist The Agency In Crafting An Appropriate Solicitation In The Future. background: The Agency Intends To Issue A Solicitation And Ultimately Enter Into One (1) Indefinite Quantity Contract (“iqc”) With A Commercial Firm(s) To Supply Fresh Milk & Dairy Products To Military Customers Located In Virginia In The Fort Eustis, Fort Ap Hill, Fort Gregg Adams And Langley Afb Areas. customers Are One Group: (fort Eustis, Fort Ap Hill, Fort Gregg Adams And Langley Afb - Virginia Area) these Include Fresh Milk, And Dairy Products. The Freshness Requirement Of The Product Being Delivered May Not Be Compromised. the Offeror’s Distance From The Delivery Location Is Very Important. The Offeror Must Be Capable Of Delivering Product To Arrive At The Delivery Location The Same Day For Emergency Orders If Necessary. commercial Standards Should Be Used To Maintain Temperatures Appropriate For The Individual Items. when Proposing In Response To A Solicitation, Failure To Propose The Specified Quality Requirement Per Item As Identified Above May Render An Offeror’s Proposal Technically Unacceptable. This Will Consist Of Four Dod/troop Customers In Virginia In The Fort Eustis, Fort Ap Hill, Fort Gregg Adams And Langley Afb Areas. After Soliciting, The Agency Intends To Make One Award. Offerors Are Required To Propose On All Items In The Schedule Of Items On Which It Offers. Failure To Do So May Result In A Proposal Being Deemed Technically Unacceptable And Therefore Excluded From Further Consideration For Award. Because The Contracting Officer Is Not Obligated To Initiate Negotiations, When Proposing To The Solicitation Each Offeror Shall Submit Its Most Competitive Proposal. Said Proposal Shall Be Responsive To All Of The Solicitation’s Requirements And Free From Any Deficiencies. period Of Performance For The Resultant Contract Is From July 20, 2025, To July 15, 2028. If Interested, We Strongly Encourage You To Respond Using The Attached Questionnaire. We Appreciate And Thank You In Advance For Any Feedback. Your Responses Regarding This Solicitation Are Requested Back By The Close Of Business On February 10, 2025. Please Respond Via E-mail To The Following Addresses: Katie Ann Wimsey, Contract Specialist, 215-737-8600, Katieann.wimsey@dla.mil And James Barr, Contracting Officer, James.barr@dla.mil *email Comms Preferred*
Closing Date10 Feb 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Ks city: Topeka delineated Area: City Limits Of Topeka minimum Sq. Ft. (aboa): 7,824 maximum Sq. Ft. (aboa): 8,215 space Type: Office parking Spaces (total): 8 Surface, Reserved full Term: 180 Months firm Term: 60 Months option Term: One 5-yr Option additional Requirements: contiguous In A Building accessible 24/7/365 able To Accommodate All Office Space On First Floor maneuverability Of Trucks/trailers cannot Be Located Within A High Crime Area As Determined By Local Law Enforcement offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: 1/10/2025 market Survey (estimated): January/february 2025 occupancy (estimated): 6/1/2026 send Expressions Of Interest To: name: Jill Wilkinson email Address: Jill.l.wilkinson@gsa.gov government Contact: Gayle Dunning, Lease Contracting Officer expressions Of Interest Must Include The Following Information: building/site Name And Address And Location Of The Available Space Within The Building/site; rentable Square Feet Available And Expected Rental Rate Per Rentable Square Foot, Showing The Rent Broken Into Shell Rent And Operating Expense Rent; ansi/boma Office Area-(aboa) Square Feet To Be Offered And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount, (if Any); date Of Space Availability; building Ownership Information; amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking, Plus Address How The Parking Will Be Met. energy Efficiency And Renewable Energy Features Existing Within The Building And If It Is Energy Star Rated; list Of Building Services Provided; one-eighth Inch Scale Drawing Of Proposed Space Offered Or Marketing Brochure Illustrating The Floor Plans And Proposed Space, Or Proposed Site Layout; name, Address, Telephone Number, And Email Address Of Authorized Contact; in Cases Where An Agent Is Representing Multiple Ownership Entities, Written Acknowledgement; interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To The Advertisement. your Letter Must Include Solicitation #2ks0140 And Be Emailed Or Mailed To The Primary Point Of Contact.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

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 
5701-5710 of 6982 archived Tenders