Survey Tenders
Survey Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Requirement Is To Provide The Kansas Army National Guard (ksarng) Broadcating Rights And Airtime Only. The Broadcasting Rights And Airtime Will Be Used In Order To Advertise Throughout The State Of Kansas Using The Non-commercial Sustaining Announcement (ncsa) Program. The Kansas Association Of Broadcasters (kab) Offers Commercial Radio And Television Stations Throughout Kansas That Voluntarily Participate In The Association’s Non-commercial Sustaining Announcement/public Education Partnership Program (“ncsa/pep Program”) By Donating Air Time For Use By Kab In Its Ncsa/pep Program. Under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. Ncsa/pep Announcements To Be Aired Over The Participating Stations Sufficient To Achieve A Minimum Value At Four (4) Times Lower Than What Would Otherwise Be Offered And Sold To The General Commercial Markets. This Program Is Offer Exclusively Through Individual State Associations Of Broadcasters Which Represents A Variety Of Broadcast Markets Throughout The State. Various State And Local Government Agencies Use This Program To Promote Safety Issues/initiatives, Services, Emergency Awareness And Preparedness, Consumer Protection And Education And Many Others. The Primary Objective Is To Reach The Kansas Army National Guard (ksarng) Target Demographics Of 17-24 Year-olds, Then 25-35 Year-olds.
the Ncsa/pep Programs Are Only Offered To Government Entities Or Non-profit Organizations. The Kab Which Represents Its Radio And Television Broadcasters, Offers Broadcasts In A Variety Of Markets Throughout The State, While Giving Priority Treatment For Available Airtime, Receiving Repeated Air-time Through A Campaign, And Is More Likely To Air In Desirable Time Slots Between 6:00am And 12:00 Am (midnight) Central Standard Time. This Contract Is Intended To Help Government Agencies And Nonprofit Organizations Deliver Their Important Public Interest Messages Effectively And Affordably.
this Is A Sources Sought Announcement Issued In Accordance With Far 10 And Dfars 206.302-1(d). This Is Not A Request For Proposal (rfp), Request For Quote (rfq), Or An Invitation For Bid (ifb). There Is No Bid Package, Solicitation, Specifications Or Drawings Available With This Announcement. It Does Not Constitute A Commitment By The U.s. Government Or The State Of Kansas. No Contract Will Be Awarded From This Sources Sought Notice. Response Is Strictly Voluntary, And No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information Requests. The Government Shall Not Be Liable, Or Suffer Any Consequential Damages, For Any Improperly Identified Information. This Is A Market Survey And Notification Of Intent Only. This Requirement May Be Solicited At A Future Date.
the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, Including Large Business And The Small Business Community, To Compete And Perform Firm Fixed Price Contracts. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. The Type Of Solicitation To Be Issued Will Depend Upon The Responses To This Synopsis.
no Site Visit Or Industry Day Has Been Planned In Association To This Sources Sought.
project Description:
under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. This Includes Both Television And Radio Broadcasts From Nearly 300 Member Stations Throughout The State Of Kansas. Additional Detail About This Requirement Is Available In The Accompanied Performance Work Statement (pws)
the North American Industry Classification System (naics) Code For This Requirement Is 516120 Television Broadcast Stations. The Small Business Size Standard For This Requirement Is $47 Million.
please Provide The Following Information From Your Company. Your Response Shall Be Limited To Five Pages Total:
1. Company Information (identify If Using A Joint Venture Or Partnering). The Following Information Is Required.
• Company Name
• Mailing Address
• Contact Phone Number And E-mail
• Cage Code *
• Duns Number
2. Capability: Provide Your Firms Capability To Perform This Requirement. Under Federal Acquisition Regulation (far) Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 50% Of The Cost Of The Contract, Not Including The Cost Of Materials, With Their Own Employees For Specialized Services-type Procurement.
3. Capacity: Provide Your Firm’s Capacity To Perform This Requirement:
a. Provide Your Firm’s Capability/availability In Performing The Required Effort, Given The Current Market’s Condition And/or Availability Of Equipment, And Human Resources.
b. Identify Any Workload Constraints Regarding The Work Described In This Sources Sought.
4. Ability To Successfully Comply With The Following Provisions:
a. Far 52.219-8 Utilization Of Small Business Concerns
b. Far 52.204-26 Covered Telecommunications Equipment Or Services – Representation
5. Offeror's Type Of Business And Business Size. If A Small Business, Company’s Current Small Business Category (small Business, Hubzone, Service Disabled Veteran Owned, 8(a) And Woman-owned), As It Relates To Naics Code 622110 Or Something Similar.
*if You Do Not Have A Cage Code, And You Are Interested In Pursuing A Contract With The Government, Please Register In The Sam Website As Soon As Possible (register Through
https://www.sam.gov/sam/ Website). A Cage Code Is Required Prior To The Submission Of Your Proposal/bid, But Not Required For This Sources Sought.
offeror’s Are Advised That Information Provided To The Government In Regard To The Products Or Devices Proposed Will Be Considered “for Official Use Only (fouo)” And Will Not Be Released To The Public Or Other Potential Offerors. The Government May Retain This Information For Its Records Indefinitely.
sources Sought Submittals Are Due Ntl 07 February 2025 @ 5pm Cst.
points Of Contacts:
james D Sparkes, Contract Specialist, E-mail: James.d.sparkes.civ@army.mil
or
vernon L. Verschelden Contracting Officer, E-mail: Vernon.l.verschelden.civ@army.mil
Closing Date7 Feb 2025
Tender AmountRefer Documents
Overseas Workers Welfare Administration - OWWA Tender
Others
Philippines
Details: Description "republic Of The Philippines Overseas Workers Welfare Administration Owwa Center Bldg., F.b. Harrison St., Cor. 7th St., Pasay City Tel# 833-0113 Telefax# 833-1010" P.r. No. 2025-02-0003 Date: 6-feb-25 Request For Quotation / Proposal Company Name: Address Of Company: To Whom It May Concern: Please Quote Your Lowest Price/s (taxes Included) On The Lot Or Item/s Below, Subject To The General Conditions Indicated Herein, Stating The Shortest Time Of Delivery And Submit Your Quotation Using Your Company Letterhead Or This Form Duly Signed By Your Official Representative To Overseas Workers Welfare Administration, Third Floor Owwa Center Building, 7th Street Corner, Fb Harrison, Pasay City Not Later Than 13 February 2025 @ 10:00 A.m. Marian Gabrielle F. Pizarra / Nimfa C. Unica Supply Officer / Oic, Ppmd Project Title/name: Proposal For The Purchase Of 2,000 Meters Online Assessment For One (1) Year Dealer's/supplier's Offer Item No. S P E C I F I C A T I O N S Qty Unit Approved Budget For Contract (abc) "unit Cost (vat Inclusive)" "total Cost (vat Inclusive)" 1. Purchase Of Online Assessment -2000- Meters ₱500,000.00 One (1) Lot Purchase Of Assessment System For One (1) Year With The Following Type Of Assessments: Cognitive/aptitude Basic Mental Ability Assessment Profiles Ability Profiler Critical Thinking Assessment / Abstract Reasoning Assessment Mechanical Understanding Test Learning Agility Assessment Personality/behavioral Work Motivational Intensity Counter Productive Work Behavior Profile Survey Emotional Stability Profile Disc Personality Profile / Personality Type Indicator Tenacity Assessment Competency Supervisory Skills Test / Managerial Skills Test Clerical Perception Test Accounting Skills Test Eskills Test (subject And Job Based Test) Basic English Test / Grammar Skills Test Digital Literacy Test Customer Service Skills Test / Training Skills Microsoft Office Subjects Other Requirements: - Provider Should Be In Operation In The Field Of Industrial Psychological Testing For More Than Ten (10) Years Service Provider Proven By Sec Registration/dti Registration - Have Catered To At Least Ten (10) National Government Agencies And/or Government Institutions/government Owned Corporations Within The Past Three (3) Years. As Proof, Service Provider Must Provide Any Of The Following: Notice To Proceed/certificate Of Completion/contract/client Satisfaction Rating - Has Client Satisfaction Rating Of At Least Satisfactory For More Than Five (5) Years. - Offers Online Assessment Site/assessment Center Wherein Users With Administrative Access Can Schedule Applicants For Assessment, Monitor Completion Of Test Status And Generate/view Reports Online Validated During Post Qualification Evaluation - Has A Screen Capture Feature For Off-site Assessment To Validate That The Application Taking The Exam Is Indeed The Scheduled Applicant Validated During Post Qualification Evaluation - Preferably Offers Some Battery Test In Tagalog Validated During Post Qualification Evaluation - Provides Monthly Report Of Meters Used For Proper Monitoring And Information Of Utilization Rate - Has A Helpdesk Readily Available Whether On Line Or Over-the-phone To Assist On The Inquiries Of Employees - Complies With The Provision Of Data Privacy Act Of 2012 Terms Of Payment: Financial Proposal Shall Be Binding On The Bidder For A Bid Validity Of 120 Days Owwa Shall Not Pay Any Additional Charges/fees On Top Of The Approved Proposal Amount/contract Price Additional Documentary Requirements Must Be Submitted Upon Submission Of Offer: 1. Philgeps Certificate Or Philgeps Registration Number 2. Mayor's / Business Permit Please Take Note That The Omnibus Sworn Statement Shall Be Submitted Within 5 Days Upon Acceptance Of Notice Of Award. Note: Bidders May Also Submit Their Bid Proposal And Supporting Documents Through Email Address: Procurement@owwa.gov.ph "general Conditions 1. Entries Must Be Typewritten / If Handwritten, It Must Be Clear And Legible; 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec, Lgu, Dti, Cda, Etc.); 4. All Quotation Can Be Submitted Through The Following Means: A) In A Sealed Envelope, Or B) Thru Electronic Mail, Or C) Facsimile. Label The Envelope With The Following: Bidder's Company Name Philgeps Reference No. Project Title/name Pr No. 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Quoted Prices Must Be Inclusive Of Taxes And Shall Not Exceed The Approved Budget For The Contract (abc); 7. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted; 8. Proposal/bid Modifications Submitted Beyond The Scheduled Deadline Shall Not Be Considered; 9. Price Quoted/ Submitted On The Deadline Shall Be Considered As Final And Unalterable; 10. Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005; 11. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. " Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Delivery: Within 5 Calendar Days Upon Receipt Of Contract/ntp Terms Of Payment: One-time Payment Price Validity: 60 Days From Date Of Quotation/proposal Company Name Print Name And Signature Of Authorized Representative Designation Company Tel./fax/mobile No. Date
Closing Date13 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice.
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.
the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Nemschoff Patient Serenity Recliner And Nemschoff Patient Ava Recliner To The Ihs, Phoenix Indian Medical Center Located In Phoenix, Az. Reference Ihs1507545-pimc.
requirement: Mfg: Nemschoff, Herman Miller
1. 6-ea, Nemschoff Patient Serenity Recliner
2. 2-ea, Nemschoff Patient Ava Recliner
3. Shipping Charge
delivery To: Phoenix Indian Medical Center, 4212 North 16th Street Bldg-9, Phoenix, Az 85016
the Applicable Naics Code To This Procurement Is 339113 – Surgical Appliance And Supplies Manufacturing And Size Standard Is 800 Employees.
an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time.
is Your Firm A:
___ Indian Small Business Economic Enterprise/native Owned Small Business
or
___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb
___ Small Disadvantage Business, ___ Women-owned Sb
or
___ Other Than Small Business
buy Indian Act
the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees.
definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:
The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;
The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And
The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians.
definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award 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 Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 21, 4:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference: Ihs1507545-pimc.
all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following:
1. Company Name.
2. Point Of Contact (name/title/telephone Number/e-mail Address).
3. Fss / Sewp Contract Number, If Applicable.
4. Duns Number Or Sam Unique Entity Identifier Number.
5. Tax Id Number.
6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies.
7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above.
9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer.
additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1.
to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:
Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,
Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status.
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided.
if You Have Any Questions Concerning This Opportunity Please Contact:
donovan Conley
contract Specialist
phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374
attachment:
1. Ihs Indian Economic Enterprises Representatives Form
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: Amc/amsc: 1g
1 Suitable For Competitive Acquisition. (see Notes 1 And 2)
g The Government Has Unlimited Rights To The Technical Rights To The Technical Data, And The Data Package Is Complete. Valid Amcs: 1 And 2.
drawings –
item Name: Circuit Card Assembly
rp001: Dla Packaging Requirements For Procurement
rd002, Covered Defense Information Applies
ra001: This Document Incorporates Technical And/or Quality Requirements
(identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The
dla Master List Of Technical And Quality Requirements Found On The Web
at:
http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq009: Inspection And Acceptance At Origin
rq011: Removal Of Government Identification From Non-accepted Supplies
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For
manufacturers And Non-manufacturers
rt001: Measuring And Test Equipment
part Name Assigned By Controlling Agency: Circuit Card Assembly, Phase
shifter Driver Electro-static Sensitive Device
mil-std-130n(1) Dated 16 Nov 2012.
identification Marking Of U.s. Military Property
mercury Or Mercury Containing Compounds Shall
not Be Intentionally Added To<(>,<)> Or Come In Direct
contact With<(>,<)> Any Hardware Or Supplies Furnished
under This Contract. Exception: Functional Mercury
used In Batteries, Fluorescent Lights, Required
instruments; Sensors Or Controls; Weapon Systems;
and Chemical Analysis Reagents Specified By Navsea.
portable Fluorescent Lamps And Portable Instruments
containing Mercury Shall Be Shock Proof And Contain
a Second Boundary Of Containment Of The Mercury Or
mercury Compound. (iaw Navsea 5100-003d).
reference Control Part Number 7624570 Cage 53711
sampling:
the Sampling Method Shall Be In Accordance With Mil-std-1916 Or Asq
h1331, Table 1 Or A Comparable Zero Based Sampling Plan Unless Otherwise
specified By The Contract. If The Applicable Drawing, Specification,
standard, Or Quality Assurance Provision (qap) Specifies Critical, Major
and/or Minor Attributes, They Shall Be Assigned Verificaiton Levels Of
vii, Iv And Ii Or Aqls Of 0.1, 1.0 And 4.0 Respectively. Unspecified
attributes Shall Be Considered As Major Unless Sampling Plans Are
specified In Applicable Documents. For Mil-std-1916, The Manufacturer
may Use The Attribute Or Variable Inspection Method At Their Option Or
per The Contract. Mil-std-105/asq Z1.4 May Be Used To Set Sample Lot
size, But Acceptance Would Be Zero Non-conformances In The Sample Lot
unless Otherwise Specified In The Contract.
overall Length: 5.740 Inches Nominal Overall Width: 1.619 Inches Nominal
major Components: Connector Assy, Electrical (7624566-2/53711) 1;
printed Wiring Board, Phase Shifter Driver, 1; No Keying Pins Special
features: No Keying Pin; Model With Keying Pin Is 7624570-1. End Item
identification: As-4108/spy Phased Array Antenna
critical Application Item
iaw Basic Drawing Nr 53711 7624570
revision Nr D Dtd 06/21/2011
part Piece Number:
iaw Reference Drawing Nr 53711 7624570
revision Nr F Dtd 02/06/2009
part Piece Number:
iaw Reference Drawing Nr 10001 2900594
revision Nr Ae Dtd 12/01/2014
part Piece Number:
iaw Reference Drawing Nr 10001 3256939
revision Nr P Dtd 02/28/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624560
revision Nr A Dtd 06/19/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624561
revision Nr B Dtd 01/30/2018
part Piece Number:
iaw Reference Drawing Nr 53711 7624562
revision Nr C Dtd 05/08/2019
part Piece Number:
iaw Reference Drawing Nr 53711 7624563
revision Nr L Dtd 03/10/2017
part Piece Number:
iaw Reference Drawing Nr 53711 7624565
revision Nr Dtd 09/22/2005
part Piece Number:
iaw Reference Drawing Nr 53711 7624566
revision Nr G Dtd 02/21/2020
part Piece Number:
iaw Reference Drawing Nr 53711 7624567
revision Nr A Dtd 01/15/2007
part Piece Number:
iaw Reference Drawing Nr 53711 7624569
revision Nr C Dtd 08/19/2009
part Piece Number:
iaw Reference Drawing Nr 53711 7624573
revision Nr D Dtd 10/17/2023
part Piece Number:
iaw Reference Drawing Nr 53711 7624574
revision Nr B Dtd 09/07/2011
part Piece Number:
iaw Reference Drawing Nr 53711 7624575
revision Nr C Dtd 06/25/2020
part Piece Number:
iaw Reference Drawing Nr 53711 7624576
revision Nr D Dtd 11/07/2018
part Piece Number:
iaw Reference Drawing Nr 53711 7624578
revision Nr A Dtd 05/15/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624581
revision Nr Dtd 05/13/2004
part Piece Number:
iaw Reference Drawing Nr 53711 7624583
revision Nr A Dtd 07/11/2016
part Piece Number:
iaw Reference Drawing Nr 53711 7624590
revision Nr A Dtd 02/13/2018
part Piece Number:
iaw Reference Drawing Nr 53711 7624591
revision Nr B Dtd 05/23/2017
part Piece Number:
iaw Reference Drawing Nr 53711 7624592
revision Nr A Dtd 06/30/2008
part Piece Number:
iaw Reference Drawing Nr 53711 7624593
revision Nr C Dtd 05/10/2018
part Piece Number:
iaw Reference Drawing Nr 53711 7624596
revision Nr B Dtd 06/28/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624597
revision Nr A Dtd 06/13/2006
part Piece Number:
iaw Reference Drawing Nr 53711 7624598
revision Nr C Dtd 05/14/2020
part Piece Number:
iaw Reference Drawing Nr 53711 7624599
revision Nr B Dtd 09/07/2011
part Piece Number:
iaw Reference Drawing Nr 53711 7624600
revision Nr C Dtd 01/10/2018
part Piece Number:
iaw Reference Drawing Nr 53711 7624602
revision Nr C Dtd 01/10/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624603
revision Nr C Dtd 07/01/2010
part Piece Number:
iaw Reference Drawing Nr 53711 7624604
revision Nr A Dtd 01/10/2013
part Piece Number:
iaw Reference Drawing Nr 53711 7624605
revision Nr Dtd 09/22/2005
part Piece Number:
iaw Reference Drawing Nr 53711 8306492
revision Nr B Dtd 08/21/2020
part Piece Number:
iaw Reference Drawing Nr 10001 Ws10288
revision Nr Ab Dtd 04/05/2001
part Piece Number:
iaw Reference Drawing Nr 10001 Ws10298
revision Nr Dtd 06/29/1983
part Piece Number:
please Review The Nsn Listed Above And Provide Any Sources That May Be Able To Manufacture These Items. The Approved Sources For This Nsn Are Currently Listed Above. All Information May Be Submitted Directly To The Contract Specialist Listed Above. This Information Must Be Provided By The Response Date Indicated Above.
in Order To Be Considered An Interested Party, Vendors Must Complete And Return The Attached Market Survey To The Contract Specialist Listed Above By The Required Response Date.
note: This Project Contains Drawings/specifications. You May Access The Tdp Directly From Cfolders And Searching For The Above Cited Solicitation Number.
you May Access Them Only Through The Following Link: Https://pcf1.bsm.dla.mil/cfolders.
the Drawings Cannot Be Accessed Through Dibbs.
thank You In Advance For Your Assistance.
Closing Date10 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice.
description:
this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000.
the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following:
evaluation And Feasibility Studies To Include Engineering Modeling And Simulation
demolition Of Nist Structures, Utilities, And Infrastructure
repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations).
repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures
comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property
interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety.
cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project)
life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal.
hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint)
roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs.
commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan
program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.)
value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability.
record Drawings Development From Compiled As-built Set.
surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning)
roads/sidewalks Repairs And Replacement
evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings
landscaping Design
gates, Fencing, And Related Engineering Necessary To Support A Campus Environment
permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval
environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements
construction Quality Management To Include But Not Limited To Commissioning Services
contract Information:
the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000.
the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government.
submission Requirements:
consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities.
firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”:
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov
Teresa.harris@nist.gov
qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted.
along With The Sf-330, Offerors Shall Include:
a Copy Of Your Current Registration In System For Award Management (sam);
proof Of Small Business Status;
a Cover Page That Provides:
offeror’s Name And Address;
offeror’s Uei Number; And,
the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror.
submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government.
request For Information (rfi)
questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” :
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov.
the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications.
selection Criteria:
all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party.
part I: Evaluation Of Sf-330
prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance:
factor 1: Specialized Experience
page Limit – 15 Pages
firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award.
offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner.
A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied.
B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered.
C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold).
D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced.
factor 2: Professional Qualifications
page Limit – 17 Pages
the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines:
principle
senior Architect
senior Cost Estimator
senior Civil Engineer
senior Electrical Engineer
senior Fire Protection Engineer
senior Geo-technical Engineer
senior Laboratory Planner
mechanical Engineer (piping)
senior Mechanical Engineer (piping)
senior Mechanical Engineer (hvac)
senior Environmental Engineer
senior Scheduler
senior Surveyor
senior Water Proofing Engineer
senior Structural Engineer
2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline.
3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1.
4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants.
factor 3: Geographical Location
page Limit – 1
offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist.
factor 4: Capacity
page Limit – 2 Pages
the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog.
the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements.
factor 5: Past Performance
page Limit – None
offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs).
if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report.
if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project.
if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation:
contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies,
interviews Within Nist If Offeror Holds/held Previous Contracts,
interviews With Program Managers And Contracting Officers, And;
other Sources Known To The Government, Including Commercial Sources.
in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably.
part Ii: Oral Presentations
in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward.
fee Proposal
only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Ascension Parish Government Tender
Environmental Service
Corrigendum : Closing Date Modified
United States
Details: Request For Qualifications Request For Qualifications Will Be Received By The Ascension Parish Government At The Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, La 70737 Until January 2, 2025, At 3:00 P.m. (cst) For The Following: Wetland And Delineation Services Statement Of Work Ascension Parish Government/east Ascension Consolidated Gravity Drainage District #1 (parish) Hereby Issues A Request For Qualifications (rfq) From Consulting Firms (consultant) To Provide Wetland Permitting And Delineation Services. The Parish Is Soliciting Statement Of Qualifications (soq) For Professional Services In The Project Environmental Field. The Slected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare United State Army Corps Of Engineers Peritting Applications, Wetland Delineations, Louisiana Department Of Energy And Natural Resources Permitting Applications And Wetland Mitigation Services. Other Tasks As Identified Under Services To Be Provided Selected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare Usace Wetland Delineations And Permit Applications As Well As Other Tasks As Identified. The Services To Be Provided Will Include, But Not Be Limited To: Serve As The Owner’s Rep When Needed On Environmental Issues Or Meetings Preparing And Submission Of Wetland Delineations Preparing And Submission Of Wetland And Environmental Permitting Preparing Permit Renewals For Expiring Permits Assist In Ensuring The Parish Complies With Environmental Regulations Agency Coordination With The United States Army Corps Of Engineers (usace) And The Louisiana Department Of Energy Natural Resources (ldenr) Respond To Comments From The Commenting Agencies On Permits Threatened And Endangered Species Surveys And Agency Consultation Participating In And Providing Input For Any Environmental Concerns And Coastal Plans Providing Input Regarding Current And Future Permit Applications Providing Mitigation Consultation And Services As Needed National Environmental Policy Act (nepa) Reviews And Documentation Phase I Environmental Site Assessments Conduct Site Investigations Gis Mapping And Remote Sensing All Questions Regarding The Rfq Shall Be Submitted To The Purchasing Department Via Email At Purchasing@apgov.us By 3:00 P.m. Local Time (cst) On December 17, 2024. Responses Will Be Coordinated With The Project Coordinator And Posted On The Www.centralauctionhouse.com By 3:00 P.m. Local Time (cst) No Later Than December 23, 2024. Firms/individuals Who Are Interested In Providing Services Requested Under This Rfq Must Submit Six (6) Copies (one Stamped “original”) Of The Information Specified In This Section. The Information Shall Be Received In Hard Copy (printed) Version By: Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, La 70737 On Or Before 3:00 P.m. Central Standard Time On The Date Specified In The Schedule Of Events. Electronic Submittals Are Permitted Via Http://www.centralauctionhouse.com; However (6) Hard Copies Must Still Be Submitted Within 24 Business Hours Of The Proposal Submission Deadline (i.e. The Monday Following The Submission Deadline Since Parish Buildings Are Closed On Fridays). The Parish Reserves The Right To Disqualify Any Bid, Request For Quotes, Response To A Request For Qualifications, Or Request For Proposals If It Is Determined That The Submitting Business Entity Is Not In Good Standing With The Louisiana Secretary Of State Or Is Not Authorized To Do Business In The State Of Louisiana. Ascension Parish Government Reserves The Right To Reject All Proposals For Just Cause. Donaldsonville Chief Please Publish 12/5/2024, 12/12/2024, 12/19/2024 Gonzales Weekly Please Publish 12/5/2024, 12/12/2024, 12/19/2024
Closing Date9 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Repost:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
original Posting:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Others
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice.
this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only.
background:
the National Institute On Aging (nia), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments.
purpose And Objectives:
the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments:
q Exactive Hf Model No. 0726041 Serial No. Sn05734l
ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689
dionex Autosampler Model No. 5826.0020 Serial No. 8180055
orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536
vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482
faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311
accelerome Model No. C0960-01-00109 Serial No. 665140
contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians.
anticipated Period Of Performance:
the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods.
place Of Performance:
the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825.
in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25.
capability Statement /information Sought.
companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses.
interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number.
one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing.
the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required.
the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested.
all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted.
the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov.
the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard Time.
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement.
the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf).
any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb.
overview
the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r).
the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support.
additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well.
the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft.
requested Information
information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page:
company Name/division, Address, Telephone Number, Website Url.
point-of-contact Name, Title, Telephone Number, And E-mail Address.
unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov).
business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business).
the Facility Clearance Of The Offeror.
based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address:
experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems.
experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems.
in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems.
provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements.
responses
interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below.
ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil
questions
questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
Closing Date31 Jan 2025
Tender AmountRefer Documents
7201-7210 of 7496 archived Tenders