Survey Tenders

Survey Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
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.

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
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 Rocky Mountain Regional Va Medical Center On Siemens Ysio Max X-ray Tube. 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 Lynn.lim@va.gov By 12:00 Am Mt On Tuesday, February 18, 2025. 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: unique Entity Id: country Of Origin/manufactured: the Anticipated North American Industry Classification System (naics) Code Is 334517 Irradiation Apparatus Manufacturing. 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 800 Employees; (for Naics 334517, 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. 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.

Municipality Of Basud, Camarines Norte Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 95.1 Million (USD 1.6 Million)
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

DEPT OF THE ARMY USA Tender

Software and IT Solutions...+1Security and Emergency Services
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
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

DEFENSE LOGISTICS AGENCY USA Tender

Food Products
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
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*

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
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 Rocky Mountain Regional Va Medical Center On Pest Control Services. 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 Lynn.lim@va.gov By 12:00 Am Mt On Monday, February 10, 2025. 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: unique Entity Id: the Anticipated North American Industry Classification System (naics) Code Is 561710 Exterminating And Pest Control Services. 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 800 Employees; (for Naics 561710, 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. 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.
5711-5720 of 6982 archived Tenders