Survey Tenders
Survey Tenders
Ordnance Survey Tender
Software and IT Solutions
United Kingdom
Closing Date20 Jan 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | User Experience And User Insight Platform
Ordnance Survey Tender
Others
United Kingdom
Closing Date17 Feb 2025
Tender AmountRefer Documents
Purchaser Name: Ordnance Survey | Occupational Health Services For Os Employees On A Regional Basis
DEPT OF DEFENSE EDUCATION ACTIVITY DODEA USA Tender
Education And Training Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Announcement contracting Office Address:
department Of Defense Education Activity (dodea), Facilities Procurement Branch, The Mark Center, 4800 Mark Center Drive, Alexandria, Virginia 22350. introduction:
the Department Of Defense Education Activity (dodea) Is Issuing This Request For Information (rfi) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For The Dodea Facilities Asset Management Program (fam). This Rfi Is An Opportunity For Industry To Assist In Further Refining Dodea’s Potential Contracting Approaches For Fam. The Intent Is For Industry To Share Their Experiences With Similar Efforts And To Provide Comments And Suggestions On The Candidate Concepts And Objectives In This Rfi. The Government Plans To Use The Information Provided By Industry To Develop A Comprehensive Procurement Strategy And A Fam Solicitation. Any Information Used Will Be On A Non-attribution Basis. This Will Be An 8(a) Competitive Award. dodea Operates A Diverse And Geographically Dispersed School District For 68,000 Military Connected Students In 7 States And 11 Countries And Territories. Dodea’s Goal Is To Provide An Exemplary Education That Inspires And Prepares All Students For Success In A Dynamic, Global Environment. One Of The Prerequisites For Meeting This Goal Is To Ensure That All Schools Meet The Dodea Standard For Providing Safe, Secure, And Well-managed Environments That Focus On Student Achievement. Dodea Supports Its Field Facility Organizations By Providing Standardized Tools And Consistent Performance Metrics To Assist Them In Their Management Of Facility Assets. requirement Description:
maintenance Services Are Required To Maintain A Safe, Healthy, And Sanitary School Environment For All Faculty And Students Within Dodea. The Government Seeks To Provide A Full-service Contract To Support All Operational, Management, And Preventative Maintenance To Ensure That Dodea School Assets Are Managed In Accordance With The Objectives And Standards Outlined Within This Performance Work Statement (pws). Therefore, This Requirement Calls For Continuous Effort On The Part Of The Contractor To Ensure That The Safety And Functionality Of All Dodea Facilities Are Maintained Throughout The Life Of The Contract. scope Of Work. The Contractor Shall Provide All Management, Personnel, Labor, Equipment, Tools, Vehicles, Materials, Supervision, Subcontracts, Transportation, Other Items/services Necessary To Perform All Operations, Inspections, Technical Support, And Facility Management Support Tasks And Functions For All Dodea Facilities As Defined In The Pws. The Contractor Shall Conduct Building And Facility Surveys, Condition Assessments, Data Collection, Reporting, And Database Management (planning, Documenting, Tracking, And Reporting Data/findings). Work Shall Be Performed And Documentation Shall Be Maintained To The Standards Set Forth In This Contract, The Asbestos Hazard Emergency Response (ahera), And All Other Applicable Codes And Regulations To Ensure Full Compliance With Applicable Codes And Standards. The Contractor Will Be Required To Provide And Manage A Full-service Fam Program For All Dodea Installations. The Major Elements Of The Services Required Include: 1. Asbestos Hazard Emergency Response (ahera) Inspections And Reports
2. Facility Condition Assessment (fca) Reports (no Remediation Services)
3. Facility Utilization Survey (fus) Drawings And Database Monitoring/updates
4. Real Property Inventory (rpi) Reports, Reconciliation, Tech Support/database Management, Mitigation And Tracking.
5. Database Management, Maintain A Database For All Data Collected Under This Contract.
6. Transition-in/out. period Of Performance: base Year Plus Four (4) One (1) Year Option Periods. place Of Performance: dodea Has Approximately 700 Buildings That Accounts For Approximately 20m Gross Square Feet In The Continental United States And Outside The Continental United States. Dodea Requires Field Assessments On A Region Per Year Which Is About One Third Of The Portfolio Inventory. sources Sought: the Anticipated North American Industry Classification System Code (naics) For This Requirement Is 541620 – Environmental Consulting Services, With The Corresponding Size Standard Of $19.0 M. This Sources Sought Synopsis Is Requesting Responses To The Following Criteria From All Sources That Can Provide The Required Services Under The Naics Code. If An Alternative Naics Code Is More Appropriate, Please Provide Recommended Codes With Description And Rationale In Your Response. the Responder Is To Provide Answers To The Following Questions: • Do You Have An Accounting System? Date Of Last Audit? Who Performed? Determined Adequate/inadequate?
• Are You Interested In: Prime Contract? Teaming To Include Joint Venture? Subcontractor Opportunities?
• Please Provide A Listing Of All Active Government-wide Ordering Contracts Currently Held By Your Company That May Accommodate The Scope Of This Requirement. Provide The Contract Number, The Name Of The Contractor, And The Current Period Of Performance Of The Contract. • Include Additional Details That Are Not Already Requested Based On The Constraints Of The Information Request.
• Provide Relevant Details Of The Same Or Similar Service Offered Or Made To The Government Entities In The Last Three (3) Years. Relevant Details To Dodea’s Proposed Acquisition Should Include, But Not Be Limited To:
o Information Regarding The Size And Length Of The Effort;
o Ability To Perform As A Prime Or Subcontractor;
o Customary Practices (warranty, Financing, Discounts, Contract Types, Etc.) Under Which The Sale Of The Service(s) Is Made;
o Any Security Details; the Responder Is Invited To Provide Information And Recommendations For Fashioning This Proposed Acquisition. Recommendation Areas May Include: • Information Regarding Performance Requirements - What To Evaluate, How To Evaluate, And The Performance Standards With Acceptable Quality Levels That Are Similar To Those Utilized In Similar Efforts.
• What Is A Recommended Type Of Contract For This Type Of Service Broken Out By Clin (e.g. Ffp, Fpif Cpif)?
• Anticipated Contract Terms & Conditions, Incentives, Variations In Delivery Schedule, Price And/or Cost Proposal Support
• Evaluation Criteria submission Details:
interested Parties Are Directed To Respond To This Rfi With A White Paper In Microsoft Word For Office Or Compatible Format And Shall Not Exceed 25 Pages. Pages Shall Have A One (1) Inch Margin On All Sides. Font Type Shall Be Times New Roman 12 Point And Include The Following: 1) Company Information (name, Physical/mailing Address, Unique Entity It, Cage Code, Phone No., Website Address);
2) Company Point Of Contact (name Of Primary/alternate Pocs, Title, E-mail, Phone No.);
3) Description Of Principle Business Activity;
4) Naics Recommendation For This Procurement;
5) Business Size And Status;
6) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Address The Administrative And Management Structure Of Such Arrangements And Response To The Questions Above. vendors Who Wish To Respond To This Sources Sought Should Send Responses Via Email Nlt 1:00 Pm Eastern Standard Time (est) January 13, 2025 To Ms. Emani Gray At Emani.gray@dodea.edu. Interested Vendors Should Submit A Response That Demonstrates The Ability To Meet The Requirement As Listed In The Requirement Description Paragraph Above. disclaimer:
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. 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. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.all Government And Contractor Personal Reviewing Responses Will Have Signed Non- Disclosure Agreements And Understand Their Responsibility For Proper Use And Protection From Unauthorized Disclosure Of Proprietary Information As Described 41 Usc 423. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified.
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought (ht005019f0002): Defense Health Agency (dha) – Acquisition Support Services (aqss) the Dha Is Issuing This Sources Sought As A Means Of Conducting Market Research To Identify Resources And Capability To Provide Contract Support Services For The Dha. this Is A Sources Sought Only. It Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Dha Will Contract For These Services Contained In This Sources Sought. This Sources Sought Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Sources Sought Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Sources Sought. Responses To This Sources Sought Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Posted On Sam.gov At A Later Date And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Sources Sought Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Information, Or Costs Incurred. All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. description: The Government Is Contemplating Extending The Current Task Order Against A Gsa Schedule Contract To Perform In Accordance With The Existing Performance Work Statement (pws). Aqss Provides Deputy Assistant Director For Acquisition (dad-a)(j-4), Dha And Its Two Major Functions Comprised Of The Component Acquisition Executive (cae) And Head Of The Contracting Activity (hca) That Include Program Management Office, Career Management, Acquisition, Planning Support Office, Systems Engineering, Agreements, Manager's Internal Control Program, Acquisition Policy, Test And Evaluation, Cost Estimating, Data Analytics And Metrics, Business Process Improvement, Business Operations Division, Procurement Policy, Acquisition Systems, Government Purchase Card, Quality Management, And Administrative Support Services Within The Dha. The Contractor Will Provide Qualified Personnel, Transportation, And Services To Complete The Tasks As Outlined Within The Pws. instruction For Submission Of Response: Full Performance Is To Begin On 15 February 2025, And We Anticipate It Will Have A Base Period Of Performance Of 6 Months With No Options. The Government Anticipates This To Be A Short-term Extension So That Services Can Be Maintained Until The Follow-on Contract Can Be Awarded. This Requirement Has Been Solicited Under Ht001524r0010. The Due Date For Proposals Was 19 September 2024. The Government Is Currently Evaluating Offers And Expects Award In Response To Ht001524r0010 In The First Half Of 2025. The Period Of Performance For Any Work In Response To This Sources Sought Will Be Only Until Performance Begins Under The Award Made In Response To Solicitation Ht001524r0010. submit Questions To This Sources Sought By 3 January 2024 At 10:00 Am Central Time. All Responses And Any Questions Under This Sources Sought Must Be Emailed To Ms. Pam Bryerton, E-mail: Pamela.j.bryerton.civ@health.mil And Stephani Preusser, Email: Stephani.n.preusser.civ@health.mil. the Subject Line Of The Email Must Read “(type Here Business Name) – Response To Sources Sought Ht005019f0002 note: In Accordance With Far 10.001(b), Potential Sources Are Not To Submit More Than The Minimum Information Necessary. In Accordance With Far 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Potential Set-aside For This Requirement Will Be Based On The Responses To This Sources Sought And Additional Market Research. Maximum Participation By Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small, Disadvantaged Business, And Women-owned Small Business Concerns Is Encouraged. At This Time, The Dha Does Not Guarantee Any Future Contracts; And Responses To This Sources Sought Do Not Bind Dha To Any Agreement With The Responder, Be It Explicit Or Implied. no Solicitation Or Marketing Materials Shall Be Submitted. Any Response Submitted For This Sources Sought Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Associated Support Contractors Who Are Regulated. No Information Will Be Disclosed Outside Dha. Dha Will Not Provide Feedback To Any Information Submitted. submissions To This Sources Sought Is Deemed To Be Dha Property Which Shall Not Be Returned To Sender. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 92.1 Million (USD 1.5 Million)
Details: Description The National Irrigation Administration-regional Office Xii, Through The National Expenditure Program (nep) Fund Cy 2025 Intends To Apply The Sum Of Ninety-two Million One Hundred Fifty Thousand Pesos (p92,150,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cluster 1: Cy2025 Scsimo Spdpip (contract No. Niaro12-infra-scsimo-2025-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The National Irrigation Administration-regional Office Xii Now Invites Bids For Construction Of Irrigation Facilities And Supply, Delivery And Installation Of 4 Units Solar-powered Pump Irrigation System With Complete Accessories & Temporary Facility, Ala Ris – Sto. Niño Area (2 Units), Badtasan - Koronadal Area (1-unit), Bo. 7 – Kiamba Area (1 Unit). Completion Of The Works Is Required One Hundred Eighty (180) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From National Irrigation Administration-regional Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25- February 17, 2025from Given Address And Website/s Below And Upon Submission Of A Letter Of Intent And Duly Signed Certificate Of Site Inspection And Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only P 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 17, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 17, 2025 @ 10:15 Am At Nia Regional Office 12 Conference Room, Koronadal City, South Cotabato. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: A. Contractor’s Size Range (minimum): Medium A, License Category B Valid Pcab Categorization: Ge-2 (irrigation Or Flood Control) Key Personnel With Corresponding Work Experience: 1 – Project Manager Completed At Least One (1) Similar Project 3 – Project Engineer Completed At Least One (1) Similar Project 1 – Office Engineer Completed At Least One (1) Similar Project 1 – Material Engineer Dpwh Accredited With Relevant Experience 1- Electrical Engineer/electronic Engineer Conduct The Electromechanical Works, Completed At Least 1 Similar Project 3 –safety Officer 3 Duly Accredited By The Department Of Labor And Employment 3 -electrical Technician Duly Accredited By The Tesda Nc Ii Conducted Electromechanical Works. 3 – Construction Foreman, Completed At Least One (1) Similar Project 1 – Butt Fusion Technician, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 3 Units – 4-6.0 Cu.m³ Dump Truck 3 Units – 8-10 Tons Cargo Truck (stake/boom) 4 Units – 0.7-1.0 Cu.m. Crawler Excavator 1 Unit – 160kn-m Vibro Hammer 3 Unit – 1-bagger Concrete Mixer 1 Unit – 1 Tonner Vibratory Compactor (walk Behind) 3 Units – 5-7 Hp Concrete Vibrator 2 Units – 4'' Diameter Water Pump 2 Units – 6-''10'' Dia. Butt Fusion Machine 3 Units – 11-15 Kw Generator Set 3 Units – 200-400 Amp Welding Machine 2 Sets – Slump Cone 4 Sets – Concrete Cylindrical Moulder 2 Units – Survey Instrument 2 Sets – Fdt Apparatus The National Irrigation Administration-regional Office Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Obtain Information From Qualified Sources With Special Interest Relative To The North American Industry Classification Code (naics) 325412, Pharmaceutical Preparation Manufacturing And/or 424210, Radiopharmaceutical Merchant Wholesalers. the Government Will Not Pay For Information Received In Response To This Sources Sought, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided. This Sources Sought Does Not Constitute A Commitment By The Government. Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Contractor Participation Is Not A Promise Of Future Business With The Government. requirement
the William S. Middleton Memorial Veterans Hospital, Nuclear Cardiology Lab Located At 2500 Overlook Terrace, Madison, Wi, 53705-2286 Has A Requirement For Radiopharmaceutical Isotopes. Radiopharmaceutical Isotopes Will Be Used For Diagnostic Testing And Quality Assurance. estimated Annual Requirement Based On Historical Data:
item #
description/part Number*
qty
unit
1
99mtc-tetrofosmin (myoview)
2200
ea
2
99mtc-pertechnatate (natco4)
3000
un
3
99mtc-methyldiphosphonate (mdp, Medronate)
20
ea
4
ultratag Rbc Labelling Kit
5
un
5
67ga-gallium Citrate
1
un
6
131i-sodium Iodide
20
un interested Contractors Must Be Capable Of Meeting The Following Specific Tasks: provide Radionuclides To The Nuclear Cardiology Department At The Veterans Affairs Hospital (va) In Madison, Wisconsin.
secure System To Place Orders For Next Day Delivery equipment And Materials Necessary To Generate Radiopharmaceutical Isotopes In A Form Ready To Be Administered Directly To The Patient Or Used For Equipment Maintenance. This Includes:
generation And Compounding Of The Radionuclides.
quality Control And Purity Testing Of The Radionuclides. dispensing Of Individual Patient Doses Into Syringes Using A Minimum Volume Of 2cc.
labeling Of Individual Doses With The Patient S Name, Radionuclide, Dose/time Requested, The Lot Number Of The Kit Used For Manufacturing The Radiopharmaceutical, Dose Activity At The Time Of Drawing Up And Calculated Activity At The Specified Time Of Administration, Product Purity, And The Name Of Pharmacist/ Tech Responsible For The Dose Preparation.
comply With All Department Of Transportation (dot) Regulations Regarding The Transport And Delivery Of Radioactive Materials.
deliver Required Products Monday - Friday, 7:00 Am To 2:00 Pm, Excluding Federal Holidays. quality Control Testing Results Of Radiopharmaceuticals Will Be Provided To The Designated Contracting Officer Representative Upon Request. provide Monthly Report Of Individual Products (including Date, Patient Name, And Specific Product), For Which The Va Will Be Billed.
the Va Nuclear Cardiology Technical Staff Will Provide The Contractor A Minimum Of 16 Hours Notice, If A Non-tc99m Radiopharmaceutical Will Be Required. The Nuclear Cardiology Technical Staff At The Va Will Notify The Contractor, Via Phone Call, If An Order For A Non-tc99m Radiopharmaceutical Will Be Cancelled.
the Va Nuclear Cardiology Technical Staff Will Provide At Least 60 Minutes Notice To The Contractor If Tc99m Products Need To Be Provided Or Recalibrated And Relabeled. The Va Nuclear Cardiology Technical Staff Will Notify The Contractor, Via Phone Call, At Least 30 Minutes In Advance If A Tc99m Product Will Not Be Required. interested Contractors Capable Of Meeting The Requirement Should Provide The Following Information In Response To This Sources Sought. 1. Company Name, Address, Point Of Contact And Email Address 2. Size Status And Representation/s Of The Company (i.e., Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.) 3. Is The Company An Sba Certified Service-disabled Veteran Owned Small Business (sdvosb) Under The Naics Code 424210 And/or 325412? 4. Include Descriptive Literature Such As Illustrations, Brochures, Catalogs, Booklets, Etc. 5. Are The Proposed End Items Manufactured Or Produced In The United States? 6. If The Company Has A Current Federal Contract, Are The End Items Being Offered Available On The Federal Supply Schedule (fss)? If So, What Is The Fss Contract Number? questions Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. responses To This Sources Sought Must Be Received No Later Than February 20, 2025, At 5:00pm. as A Reminder, This Is A Sources Sought Announcement Only. There Is No Guarantee, Expressed Or Implicit, That The Market Research For This Acquisition Will Result In A Particular Set-aside Or Sole Source Award, Or Any Other Guarantee Of Award Strategy. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 7.3 Million (USD 127.4 K)
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Nep Fund Cy 2025 Intends To Apply The Sum Of P 7,372,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025-marbel 2 Ris Lutayan Area-repair Nis: Construction Of 32.74m Left Side & 32.74m Right Side Protection Works Sta. 0+009.41- 0+042.15, 3-units Steel Gates & 1-unit Check Structure W/turn-in Str. @ Balicao Area & Temporary Facilities. (nia12 -scsimo -infra -2025-014). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05, 2025-february 24, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On February 11, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before February 24, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 24, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Project Foreman, Completed At Least One (1) Similar Project 1 – Welder, Ncii, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 1 Unit – Concrete Mixer (1 Bagger), 7.5hp 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind) 1 Ton 1 Unit – Welding Machine 400amp 1 Unit – Generator Set Single Phase 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Synopsis Issued In Support Of Navair Pma 202 And Its Mission To Develop, Integrate, And Support Aircrew Systems For The Navy And Marine Corps By Supporting The Following Programs: Aircrew Endurance (ae), Improved Joint Helmet-mounted Cuing System (ijhmcs), Night Vision Cueing And Display (nvcd), Hearing Protection Helmet. This Posting Will Determine The Interest In This Requirement And Determine If That Interest Warrants A Full And Open Competition. description this Is A Sources Sought Synopsis Only And Does Not Constitute A Solicitation Announcement. This Is Not A Request For Proposals Or A Quote And In No Way Obligates The Government To Award Any Contract. This Sources Sought Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation Announcement For Quotes/proposals And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Has Been Issued To Survey The Market And Assist The United States Navy (usn) In Determining Possible Sources For Consideration. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request To Be Considered For A Contract Award. the Usn Is Conducting Market Research To Seek Sources That Have The Capability To Manufacture The Following Item (the Usn Is Seeking Manufacturers Only): description: product Description: communication Head Set With The Following Functionality: omni-directional Microphones And High Fidelity Speakers That Are Optimized For Clear And Accurate Sound Replication boom Microphone Providing 18db Of Noise Cancellation Measured At 10mm Distance, Normalized For 0db At 1khz. 4 Pin U-174 Plug And Will Connect Directly Into Your Existing Push-to-talk Radio Adapters shielding Within The Cables And Around The Circuitry To Reduce The Effects Of Radio Frequency (rf) And Electromagnetic Interference (emi) push-to-talk Radio Adapter swivel, Molle Clip connection To Military 6-pin Radio ( 6-pin Mil-c-55116) Or Motorola Apx Series Radios push To Talk Must Be Designed To Fit The Size And Shape Of Either Hand And Be Used With A Gloved Hand headset Connection Serves As A Break-away Connector For Removal In Emergency Situations hearing Protection noise Reduction Rating (nrr) 20-23db • Tested In Accordance To Ansi S3.19-1974 impulse Noise Protection Tested To 168db Peak Spl In Accordance With Ansi S12.42-2010 must Meet The Single Hearing Protection Requirement Listed In Da Pam 40-501 Army Hearing Conservation Program 2015 For Both Steady-state And Impulse Noise electro Magnetic Interference Must Be Tested In Accordance To Mil Std 461e/f integrated Respiratory & Communications must Allow For A Connection To Oxygen Systems (haho/halo Operations) And The First Responder Respirator (frr). When Used With The Frr, The Operator Will Not Need To Remove The Boom But Plug The Respirator Microphone Cable Into The Back Of The Headset. must Offer A Communication Cable Option For The Joint Service General Purpose Mask Allowing The Operator To Plug The Headset Into Their Ptt And Provides A Mic Line That Connects To The Respirator’s Internal Mask Microphone. communications Interface downleads Terminate In A Standard U/174 Nato Wired “quick Disconnect” Plug. must Offer A Single Downlead Headset With A 5-pin Connector To Support Connection To Dual And Multi Comm Communication Control Units (ccus) responses responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Responses Should Include Approximate Lead-time For Delivery Of Product. Please Respond To The Following Questions: is Your Business Considered A Manufacturer, Distributor Or Reseller? is Your Business A Large Or Small Business And How Many Employees? what North American Industry Classification System (naics) Code Does Your Company Use For This Type Of Service? if Small, Does Your Firm Qualify As A Small, Emergent Business, Or A Small, Disadvantaged Business? if Disadvantaged, Specify Under Which Disadvantaged Group And Is Your Firm Certified Under Section 8(a) Of The Small Business Act? is Your Firm A Certified Hub Zone Firm? is Your Firm A Woman-owned Or Operated Business? is Your Firm A Certified Service-disabled Veteran-owned? is Your Product Listed On A General Services Administration (gsa) Schedule? do You Have Other Dod Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers? For Agencies Using This Product, How Many Units Have Been Delivered In The Past 90 Days after The Review Of The Responses To This Sources Sought Announcement, The Usn Will Determine Whether Or Not To Proceed With A Solicitation Announcement. Responses To This Sources Sought Synopsis Are Not Adequate Responses To Any Future Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation In Addition To Responding To This Sources Sought Synopsis. Responses To This Sources Sought Synopsis Are Not A Request To Be Added To A Prospective Offerors List Or To Receive A Copy Of The Solicitation.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date18 Jan 2025
Tender AmountRefer Documents
Details: ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Nurse Advice/nurse Triage Telephone Services tracking Number: Ss-gsu-25-0005 the Indian Health Service (ihs), Gallup Service Unit, Located In/at 516 E. Nizhoni Blvd, Gallup, Nm 87301;crownpoint Health Care Facility,hwy Junction 57, Rt9, Crownpoint, Nm 87313; Andkayenta Health Center, Hwy 160 S Mile Post 394.3,kayenta, Az 86033 Is Seeking Capable Sources For Nurse Advice/nurse Triage Telephone Services the Anticipated Period Of Performance Is 06/01/2025 Through 05/31/2030. See Below For Full Service Performance: base Period: 06/01/2025 - 05/31/2026 1st Option Period: 06/01/2026 - 05/31/2027 2nd Option Period: 06/01/2027 - 05/31/2028 3rd Option Period: 06/01/2028 – 05/31/2029 4th Option Period: 06/01/2029 - 05/31/2030 the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 621399 With A Small Business Size Standard Of $10.0 Million. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 17, 2024; 10:00 A.m. (mdt). at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 621399 With A Small Business Size Standard Of $10.0 Million if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: Adrian Segay, Contract Specialist Adrian.segay@ihs.gov place Of Performance: Gallup Indian Medical Center 516 E. Nizhoni Blvd Gallup, Nm 87301 Crownpoint Health Care Facility Hwy Junction 57, Rt9 Crownpoint, Nm 87313 Kayenta Health Center Hwy 160 S Mile Post 394.3 Kayenta, Az 86033 this Is Not A Solicitation.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 9.3 Million (USD 160.2 K)
Details: Description Invitation To Bid For Callawa Cis 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,383,647.23 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Callawa Cis, Ddn Lmc 2025-11. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Canalization At Main Canal (hdpe Pipes) Along Damaged Portion - Callawa Cis,completion Of The Work Required 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 – January 22, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On January 6, 2025 , Monday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 22, 2025, Wednesday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 22, 2025, Wednesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Stake Truck (6-8 Cu.m.) 1 Backhoe 1 Dump Truck (9 Cu.m.) 2 Concrete Cylinder Molds 3 Walk Behid Compactor 1 Ton 1 Concrete Vibrator 1 Survey Instruments (level) 1 One Bagger Mixer 2 Low Bed 1 Pick Up 1 9. The National Irrigation Administration-davao Del Norte Imo, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
6631-6640 of 7835 archived Tenders