Survey Tenders
Survey Tenders
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Construction Material
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Synopsis For Little Rock Afb Base Pavements Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive. experience Required Is As Follows: - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways. the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following: 1. Temporary And Permanent Airfield Markings. 2. Install Erosion Control Measures. 3. Seal Joints. 4. Spall Repair. 5. Bitumen Rejuvenation. 6. Random Crack Repair. 7. Rubber Removal 8. Friction Testing 9. Remove And Disposal Of Concrete Pavements. 10. Remove, Crush, And Stockpile Concrete Pavements. 11. Asphalt Cold Milling And Disposal Of Milled Material. 12. Asphalt Cold Milling And Stockpile Milled Material 13. Placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings. 14. Construction Of New Concrete Pavements. 15. Groove The Runway Surface. 16. Install New Tie-downs In New Or Existing Pavement. 17. Placing Hot Mix Asphalt. 18. Install Subdrains. 19. Grading Airfield Areas To Meet Airfield Criteria 20. Hydroseed And Or Sod Disturbed Areas. 21. Providing Temporary Airfield Lighting During Construction. 22. All Concrete Repairs Require Class F Fly Ash In Mix Design. the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following: 1. Geographic Information Survey (gis) And As-built Drawings 2. Storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards 3. Demolition Of Concrete, Asphalt And Various Structures 4. Concrete Work 5. Architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work 6. Site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition. 7. Landscape Establishment: Topsoil, Trees, Sodding, Seeding. 8. Concrete Joint Sealant 9. Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal 10. Bollard Installation- Various Types Including Lighted 11. Valve, Meter, Hydrants Adjustments 12. Arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction 13. Asphalt Construction 14. Asphalt Cold Milling 15. Roadway Maintenance Of Traffic And Traffic Control Devices 16. Lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage 17. Culvert Installation, Modifications, And Safety End Sections 18. Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications 19. Underdrain Installation 20. Concrete Steps And Sidewalks 21. Traffic Detection Loop Installation And Repair 22. All Exterior Concrete Repairs Require Class F Fly Ash In Mix Design. performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar. period Of Performance (pop): The Period Of Performance Is Expected To Be Either: one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or one (1) Twenty-four (24) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods naics Codes: The Base Pavements Idiq Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors: sector/subsector Size Standard sector 23 – Construction subsector 237 – Heavy And Civil Engineering Construction $39.5m 237310 – Highway, Street, And Bridge Construction $39.5m this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items. information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Sra Lucas Navas At Lucas.navas@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 7 January 2025, 1:00 P.m. Cst. in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought. 1. Company Information: -name -business Address -point Of Contact -telephone Number -e-mail Address -uei Number / Cage Code Number -business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition -number Of Employees -number Of Years In Business, Etc. -a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor. 2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals. 3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate. 4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any. 5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently 6. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor. all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
National Fisheries Research & Development Institute Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 47 Million (USD 802.1 K)
Details: Description Supply And Delivery Of Multi-beam Echosounder And Current Profiler Multi Beam Echosounder For Various Research Application Application: Fishery Research Method Volume Backscattering Of The Water Column And Shoal Isolated Fish Target Measurement Morphological Indicators, Height, Elongation, Volume Backscattering Of The Shoal Internal Density Structure Of The Shoal Shoal Dynamics Technology Unique Key Features: Multibeam Sonar / Mills Cross Antenna (along And Across Track Beam Forming) Dual Symmetrical 256 + 256 Beams Of 1.6° Each, Spacing 0.5° Modular System From 1 To 3 Sonar Antenna Units (saus) 7.5 Cm Radial Resolution In All Ranges 8000 Acoustic Samples Per Beam At 600 M Range Customized Number Of Swath* And Echogram Forming Volume Coverage 120° X 120° Stabilized For Each Sau 150 Khz / 4 Kw / Chirp & Cw Biomass Assessment Range From 5 To 450 M Bathymetry Production Up To 600 M Multi Beam Technical Description (hardware) Sonar Antenna Unit (sau) For Portable Model Mounting Flange And Screws Beam Former Processor Unit (bfu) + Ac Power Cable Viewer Processor Unit (vpu) + Ac Power Cable Wireless Qwerty Keyboard (for Vpu) Wireless Trackball (for Vpu) Transducer Cable (20 M) Cable Gland Ethernet Cable (30 M) + 1 Rj45 Connector Vpu Dongle Installation Checklist Installation Manual Operation Manual Packing List Ue Declaration Of Conformity Certificate Of Warranty Customer Satisfaction Survey Calibration Certificate (for Portable Model) Multi Beam Technical Description (software) Advanced & Versatile Graphical Unit Interface Operation Mode Swath And Echograms Real Time Re-construction Of Echogram Sectors Full Resolution Zooms 2d And 3d Ecosystem Mapping And Analysis Biomass Extraction And Analysis Seabed Mapping In Situ Calibration Post Processing Of Data Specifications: Applications: Research Array Steerable: Symmetrical Dual Multibeam Modular Multi Head Sonar: One To 3 Saus Driven With Data Fusion Controlled By Gui Mounting Applications: Downward Looking / Side Looking / Forward Looking Number Of Elements: 64 Across + 64 Along Number Of Beams: 256 + 256, Spacing 0,5°, Split Beam Frequency: 150 Khz Modulation: Cw And Chirp Transmission Power: 2 Kw For Fishery (4 Kw Optional) Beam Stabilization: Tx + Rx, Built-in Mru Beam Resolution: 1.6° Angular / 7.5 Cm Radial Acoustic Sampling In Water Column: 8000 Samples @ 600 M Range Triple Echograms From All Swaths: Adjustable From 1° To 120° Each Typical Range Biomass: @ 500 M, Bathymetry @ 600 M Volume Resolution: 0,6 M3 @100 M Volume Coverage: 120° X 120° Along-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Across-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Echosounder From Across-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder From Along-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder & Swath Zooms: Desired Number Of Detailed Dynamic Zooms From Echograms And Swaths Echosounder Dynamic Reconstruction: Real Time Reconstruction Of Echogram Sectors, Orientation & Opening Angle Signal Processing: Sv, Ts, Normalized Split Beam Ts Accuracy: 0,1 Db (@ +20/-20° Tilt Angles) Split Beam Target Positioning Accuracy: 0,15° Sed Fish Extraction: Up To 200,000 Single Fish Detection Bathymetry Swath Coverage At 100 M Depth: 370 M Across Track / 370 M Along Track (120° Opening) Bathymetry Real-time Production: Equipment Sounding Data Does Not Allow Navigation Safety As Far As Regulation Is Concerned Pelagic Biomass Coverage At 100 M: Depth 370 M Across Track / 370 M Along Track (120° Opening) Semi-rugged Laptop Cpu Intel Core I5 6th Gen Storage 1tb Ssd Memory 16gb Display 14" Hd Touchscreen Non-touch Operating System Windows 10 Pro Camera Webcam Graphics Card Intel Hd Graphics 520 Keyboard Emissive Backlit Keyboard Ports And Interfaces 3 X Usb 3.0 (includes 1 High Powered 1.5a Usb) Hdmi 10/100/1000 Ethernet Headphones/mic Jack Sd Card Reader Port Replicator Connector Vga Serial (true) Insertable Smartcard Reader Dvd Drive Intel Dual Band Wireless-ac 802.11a/b/g/n/ac Bluetooth V4.1 + Edr (class 1) Mil-std-810g Certified (3' Drop, Shock, Vibration, Sand, Dust, Altitude, High/low Temperature, High Temperature Tactical, Temperature Shock, Humidity) Ip51 Certified Note: On-site Local Training For Small Group Atleast 5 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Nfrdi, Quezon City Current Profiler Head Type: 400khz Aqp Standard Head Acoustic Frequency: 400khz Pressure Sensor: 0-100 M Maximum Cell Size: 8 Meters Maximum Number Of Cells: 200 Cells Weight In Air: 3.7kg Internal Memory: 16gb Sd Card Data Logger With Compass & Tilt Sensor Instrument Housing: Standard Housing For Two Batt Or One 100wh Batt Harness For Options: Rs-232+ Analog In Housing For Two Batteries 300m & 6000m Cable For Impulse Connectors: 5m Rs232 Poly Cable With 8-pin Connector With Usb Antifouling Patches: Antifouling Patches Aqp 400khz Profiler 400khz With Laptop Inclusion For Software Processing Windows 10 Home, Inter I5-1135g7, Geforce Mx 350, 15.6 Full Hd, 8gb Ddr4, 512 Gb M.2 Pcie Nvme Ssd, Ms Office Home Ans Student 2019, English Internation Keyboard With Numeric Keypad, 2 Usb 3.2, 1 Usb 2.0, 1 Audio Jack, 1 Hdmi 1.4, 1 Sd Card Slot Lifetime Free Service Warranty Preventive Maintenance Should Be Served By A Certified Service Engineer At Least 2 Years Training On The Use, Care And Maintenance Of The Equipment Note: On-site Local Training For Small Group Atleast 6 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Ffrdc, Taal, Batangas
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania. project Description: the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus. the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: The U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For The Lease Of Approximately 4,000 To 8,000 Ansi/boma Occupant Area (aboa) Square Feet Of Medical / Clinical Office Space In Portsmouth, Nh Or Newington, Nh.
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers.
submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred Associated To This Request For Capability Information.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered As Either Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Va.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. description: The Va Seeks To Lease Between Approximately 4,000 And 8,000 American National Standards Institute/building Owners And Managers Association (ansi/boma) Occupant Area (aboa) Square Feet (sf) Of Medical / Clinical Space And Approximately 40 Parking Spaces For Use By The Va As A Community Based Outpatient Clinic (cboc) Within The Delineated Area Of The Town Limits Of Portsmouth Nh Or Newington Nh. Va Requires Space Located In An Existing Building That Is Currently Designed For Medical / Clinical Use. parking Space Requirement Is 40 Parking Spaces, Or 5 Per 1,000 Rentable Square Feet Offered, Whichever Is Greater, And Must Include A Minimum Of 1 Handicapped Van Accessible Space And 3 Handicapped Accessible Spaces. aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Areas Required By Code Are Deducted From The Rentable Square Feet (rsf) Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. lease Term: 10 Years With 4 Years Firm Term And 6 Years Soft Term. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Town Limits Of Portsmouth Nh Or Newington Nh. location Requirements: In Addition, The Offered Space Must Meet The Following Additional Requirements:
offered Space Must Be Located On No More Than One Floor And All Space Must Be Contiguous.
if Offered Space Is Not On The Ground Floor, Then A Minimum Of Two (2) Elevators Must Be Provided.
space Must Not Be Located On A Level Below Ground. the Building Must Have Metro-ethernet Data And Voice Communication Circuits Available For Demarking In The Telecommunication Room.
the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
parking Shall Be Contiguous And Adjacent To The Building. Handicap Spaces Shall Be Within 100 Feet Of A Building Entrance.
structured Parking Under The Space Is Not Permissible.
offered Space Cannot Be In The Fema 100-year Flood Plain.
offered Space Must Be Zoned For The Va S Intended Use.
offered Space May Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Establishments Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance.
space May Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards.
the Building Must Be Handicapped Accessible. The Space And Parking Area Must Meet The Requirements Of The Architectural Barriers Act Accessibility Standards And The Va Barrier Free Design Standard (available At Barrier Free Design Standard (va.gov)). clinical Space Requirements: The Va Is Seeking Space That Is Already Built Out For Clinical Use. The Space Must Accommodate The Minimum Needs Of The Space Program Listed Below.
6-12 Patient Care Rooms For Exam, With Sinks, Approximately 100 140 Square Feet Each.
4 Patient Care Rooms For Consult, May Or May Not Have Sinks, Approximately 100 -140 Square Feet Each.
1 Waiting Room, Approximately 180 - 350 Square Feet.
1 Check-in Area With Space For 1-3 Computer Stations, Approximately 80 - 160 Square Feet.
space For 12-20 Touchdown Desks. This Can Be One Large Space, Or The Desks Can Be Divided Across Multiple Rooms.
1 Single-person Office, 80-120 Square Feet.
lab/blood Draw Space, With A Sink, Minimum Of 120 Square Feet.
1 Alcove Or Room For A Height/weight Station, Minimum 20 Square Feet.
1 Clean Storage Room, Minimum 120 Square Feet.
1 Soiled Storage Room, Minimum 30 Square Feet.
1 Telecommunications Room, Minimum 80 Square Feet.
restrooms/toilets As Required By Local Code.
there May Be Some Allowance For Tenant Improvements To Meet The Space Program Requirements. However, No More Than 25% Of The Space Offered Should Require Tenant Improvements To Meet The Space Program Requirements. conference Space Requirements: The Va Potentially Might Also Be Interested In Combining A Lease Of Approximately 4,000 Aboa Of Conference Center Space With The Clinical Space Lease. These Are Separate Requirements. The Space Need Not Be In The Same Building Or Site But Must Be Within The Original Delineated Area Of Portsmouth Or Newington, Nh. conference Center Space Should Be Able To Accommodate:
2 Conference Rooms, Approximately 1,400 Square Feet Each.
3 Offices, Approximately 100 Square Feet Each.
1 Kitchenette, Approximately 80 Square Feet.
restrooms/toilets As Required By Local Code.
there Is No Restriction On Tenant Improvements For The Conference Space.
if The Lessor Also Has Conference Space Meeting The Above Requirements, Please Provide That Information In The Submission. expressions Of Interest:
all Submissions Should Include The Following Information:
name Of Current Owner.
point Of Contact With Email Address And Phone Number.
address Or Described Location Of Building(s).
location On Map Demonstrating The Building(s) Lies Within The Delineated Area.
site Plan Depicting The Building(s) And Parking.
floor Plan, With Aboa, Of Proposed Space(s).
identify Your Socioeconomic Status And Business Size Type. (i.e.: Wosb, Small Business, Other Than Small Business).
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $47 Million, Please Identify As Such And Attach Proof Of Status. all Interested Parties Must Respond To This Advertisement No Later Than January 9, 2025, At 4 Pm Et. e-mail Responses To:
melinda Sanderson Melinda.sanderson@va.gov
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Synopsis Announcement, A Market Survey For Information To Be Used For Preliminary Planning Purposes. The Information Received Will Be Used Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. The Intent Of This Sources Sought Synopsis Is To Identify Potential Qualified Small Businesses, U.s. Small Business Administration (sba) Certified 8(a) Businesses, Sba Certified Hubzone Small Businesses, Women-owned Small Businesses, And/or Service-disabled Veteran-owned Small Businesses. this Sources Sought Synopsis Is One Facet In The Government’s Overall Market Research In Regards To Whether The Proposed Solicitation Will Be Issued As A Competitive Set-aside Or As Full And Open (unrestricted). No Procurement Strategy Will Be Determined Based Solely On The Information Received In Response To This Sources Sought Synopsis. no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. This Notice Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment By The Government For Any Purpose Other Than Market Research. Respondents Will Not Be Notified Of The Results Of This Market Research. naval Facilities Engineering Systems Command (navfac) Southwest Is Seeking Small Business, Sba Certified 8(a) Business, Sba Certified Hubzone Small Business, Women-owned Small Business, And/or Service-disabled Veteran-owned Small Business Sources With Current And Relevant Experience, Personnel, And Capability To Perform A Multiple Award Construction Contract For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Acm At Various Government Installations Located In California, Nevada, Arizona, Colorado, Utah, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California. the North American Industry Classification System (naics) Code Is 236220 (commercial And Institutional Building Construction) With A Small Business Size Standard Of $45 Million. Task Orders Issued Under The Proposed Multiple Award Contract(s) Will Be Performed At Various Government Installations Within The Area Of Responsibility (aor) Of Naval Facilities Engineering Systems Command Southwest Including, But Not Limited To, California, Arizona, Nevada, Utah, Colorado, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California. The Proposed Contract(s) Will Be For One (1) Base Period Of Two (2) Years And Three (3) Option Periods Of One (1) Year, Resulting In The Contract Performance Period Maximum Of Five (5) Years. The Estimated Total Contract Price For The Base Period And One Option Period For All Contracts Combined Is $1,500,000,000. The Task Order Range Is Estimated Between $15,000,000 And $150,000,000. projects Will Be Design-build For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Alternate Construction Methods (acm). Examples Of Acm May Include, But Are Not Limited To: Modular Units, Pre-fabricated And Pre-engineered Structures, Tension Fabric Structures, Tilt-up Walls, And Interior Modular Systems. Projects May Include, But Are Not Limited To: Airport Building, Office/administrative Building, Communications Facility, Vehicle Maintenance Facility, Armories, Parking Garage (paved Parking Lots Will Not Be Considered Relevant), Barracks Facility, Prison Facility, Fire Station, Dining Facility, Hospital/medical Facilities, Warehouse Facility, School Facility, Child Care Facility, And/or Retail Facility. For This Announcement, New Construction And/or Repair Of Single Family Homes Will Not Be Considered Relevant. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Form Provided Under Separate File Titled “sources Sought Information Form”. The Following Information Shall Be Provided: 1) Contractor Information: Provide Your Firm’s Contact Information, Including Uei Number And Cage Code. 2) Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Women-owned Small Business Concern. For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov/. 3) Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project, And Your Aggregate Maximum Bonding Capacity. 4) Locations: Identify The Locations In Which You Are Willing And Capable To Work. 5) Experience: Submit A Minimum Of Three (3) And Maximum Of Five (5) Recent Specific Government Or Commercial Projects Your Firm Has Performed To Demonstrate Your Experience In The Construction, Repair, Or Renovation Of Commercial And Institutional Buildings Using Acm And Design-build As Indicated In This Announcement. A Specific Project Is A Single Project Or A Single Task Order Under An Indefinite Quantity Contract Or On-call Type Contract. “recent” Is Defined As Having Been 100% Completed Within The Seven (7) Years Prior To The Sources Sought Synopsis Issuance Date. All Projects Shall Have A Minimum Construction Cost Of $15,000,000. Projects Which Do Not Meet These Requirements May Not Be Considered Relevant. additional Submission Requirements: at Least One (1) Relevant Project With A Construction Cost Of $50,000,000 Or Above. at Least One (1) Relevant Project Demonstrating Experience With The New Construction Or Repair Of An Aircraft Hangar Or Vehicle Maintenance Facility. for Each Of The Projects Submitted For Experience Evaluation, Provide The Following: title And Location award And Completion Dates contract Or Subcontract Value type Of Work For Overall Project And Type Of Work Your Firm Performed current Customer Information Including Point Of Contact, Phone Number And Email Address whether The Work Was Performed As A Prime Or Subcontractor type Of Contract (design-build – See Sources Sought Information Form) narrative Project Description To Include Acm Components Used, Subcontractors/vendors Used And Acm’s Effect On The Project’s Cost And Schedule for Design-build Projects, Identify The Name And Address Of The A-e Firm Used To Provide Design Or Specify If Design Was Performed In-house. Identify Your Working Relationship With The Design Firm (i.e., Number Of Years Working Together). 6) Safety: Submit Osha Days Away From Work, Restricted Duty, Or Transfer (dart) Rates And Total Case Rate (tcr) For Each Of Calendar Years 2019, 2020, 2021, 2022 And 2023. For Any Dart Rate Of 3.0 Or Greater Or Any Tcr Of 4.5 Or Greater, Provide An Explanation To Address The Extenuating Circumstances That Affected The Rate And Any Corrective Actions Taken. Instructions For Calculating The Dart Rate And Tcr Can Be Found At Http://www.bls.gov/iif/osheval.htm. For Joint Ventures Or Mentor-protégé Agreements (mpa), Provide The Required Information For Each Entity In The Joint Venture Or Mpa. Navfac May Make An Acquisition Strategy Determination That Excludes Contractors That Do Not Submit The Required Information Or Contractors With Unexplained High Dart Or Tcr Rates From The Pool Of Sufficiently Qualified Contractors. in Sections Where Recent Experience Is Requested, All Experience Will Be Evaluated For Market Research Purposes Only. Firms Are Advised That While Experience Older Than Seven (7) Years Or Not Yet 100% Complete May Demonstrate Capability To Perform The Scope Of Work, It May Not Indicate That The Firm Could Be Competitive During A Future Solicitation Where Only The Most Recent Seven (7) Years Of Experience Will Be Accepted. Navfac May Make An Acquisition Strategy Determination Based On The Likelihood That A Sufficient Pool Of Qualified Contractors Will Be Competitive On A Future Solicitation. responses To This Sources Sought Announcement Are Due No Later Than 2:00 P.m. (pacific Standard Time) On January 8, 2024. Please Email Your Response, In A Pdf Format, To Shane.k.mahelona.civ@us.navy.mil. All Navfac Southwest Solicitations Are Posted On The Website At Https://sam.gov And Begin With “n62473.”
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Revision 1 - 1/13/2025: Updated Response And Archive Date From 2024 To 2025. Revised Response Date To Bejanuary 28, 2025. this Is A Sources Sought Notice Only. This Is Not A Request For Proposal. the U.s. Army Corps Of Engineers (usace), Baltimore District (nab) Requests Capability Statements From Qualified Industry Partners. Usace Nab Is Considering The Solicitation And Award Of A Firm-fixed-price Acquisition Support Services Contract To Support Usace Nab On Various Pre- And Post- Award Contract Functions. By Way Of This Market Survey/sources Sought Notice, Usace Nab Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. the Naics Code For This Acquisition Is 541611 – Administrative Management Consulting Services With A Size Standard Of $24,500,000. Psc Code For This Acquisition Is R707 – Support - Management: Contract/procurement/acquisition Support Services. project Description & Overview: this Requirement Is To Provide Acquisition Support Services Consisting Of All Aspects Of The Process From Pre-award To Post-award Including Contract Closeouts For Nab And Supporting District Resident Offices. Nab Anticipates Needing Between Two (2) And Five (5) Contract Support Staff Full Time For A Base Period Of 1-year With Four (4) Six-month Option Periods. These Services Would Require The Contract Support Staff To Work In-person (with Telework Opportunity) At One Or More Offices Within The Baltimore, Md Metro Area. Staff Are Required Gain A Dod Common Access Card (cac) After Award. At A Minimum, One Staff Member Must Have An Existing Top Secret Clearance. the Contractor Shall: Prepare And Process A Variety Of Contractual Forms And Memos To Include But Not Limited To Support Of Market Research Efforts And Preparing Planning Documents; Prepare Request For Proposal (rfp) Letters; Various Communications With Contractors; Reviewing Technical Analyses; Preparing/reviewing Pre Negotiation Objective Memorandums (pom); Price Negotiation Memorandums (pnm); Competitive Range Determinations (crd); Source Selection Decision Documents (ssdd); Award Letters; Award Documents In Procurement Desktop-defense (pd2 Or Also Known As Sps), The Army Contract Writing System (acws), And Corps Of Engineers Financial Management System (cefms); Unsuccessful Letters And Debriefing Documents; Process Novation Agreements; Prepare General Administrative Contract Modifications For Contract And Purchase Order Files; And Process Contract Closeouts. Applicable Regulations And Policies Include The Federal Acquisition Regulation (far), The Defense Federal Acquisition Regulation Supplement (dfars), Army Federal Acquisition Regulation Supplement (afars), Us Army Corps Of Engineers Acquisition Instruction (uai), Joint Federal Travel Regulations (jftr) And Other Agency Supplemental Regulations As Appropriate. The Contractor Should Be Proficient Within The Following Systems: Sps/pd2, Acws, Cefms, And The Army’s Paperless Contract File (pcf) System. The Contract Employees Shall Be The Technical Equivalent/proficiency Of A Government Contract Specialist Fully Functioning At Minimum The Gs12 Skill Level. Majority The Acquisition Support Services Are Anticipated To Be For Actions Under The Simplified Acquisition Threshold, Sole Source Contracts, Or Modifications, But May Include Other Procurements Based Upon Need. industry Interest And Capability: the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community Comprised Of: Small Business (sb), 8(a) Small Disadvantaged Business (sdb), Historically Underutilized Business Zone (hubzone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). Large Businesses Are Also Encouraged To Submit A Response To This Notice. Please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. responders Should Address All The Following In Their Submittal: firm's Name, Address, Phone Number, Email Address, Point Of Contact, And Uei Number. indicate If Your Company Is Currently Registered In The System For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Plans To Register. in Consideration Of Naics Code 541611 – Administrative Management Consulting Services With A Size Standard Of $24,500,000, Indicate Which Of The Following Small Business Categories Your Business Is Classified Under: Small Business, 8(a) Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Or Woman-owned Small Business. provide Information To Demonstrate The Necessary Past Performance And Resources/staffing To Perform The Contract Support Services Described Above. Capability Statements Should Include Details On The Following: demonstrate Similar Support Services Within The Past Five (5) Years To Include One (1) Similar Contract With A Dod Agency. Narratives Should Include: A Description Of The Services Performed; The Role Of The Firm In Performing The Services; Contract Number; Contract Period Of Performance; Contract Award Amount; And Project References (including Owner/awarding Agency Office With Phone Number And Email Address). provide Information On How The Firm Intents To Support The Staffing Described Above. For Example, Does The Firm Have Current Resources On Board, Or If Required To Recruit Resources, What Process And Timeline Would Be Required. information Regarding Salary Requirements And Potential Staffing Options Is Appreciated. if The Offeror Is A Joint Venture, Mentor/protégé, Or Is Utilizing An Affiliate, At Least Two Projects Submitted Must Be Experience Representing The Small Business/protégé Prime Offeror. if Firm Is A Small Business, Provide A Supplemental Explanation Of Your Company’s Ability To Perform At Least 50% Of The Services. if Your Company Has An Existing Gsa Schedule Contract Covering These Services, Please Provide The Applicable Gsa Schedule And Contract Number. narratives Shall Be No Longer Than Ten (10) Pages In One (1).pdf File. Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice No Later Than 4:00pm Eastern On January 28, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Brooke.l.patterson@usace.army.mil, Tamara.c.bonomolo@usace.army.mil, And Paula.m.beck@usace.army.mil Referencing The Sources Sought Notice Number In The Email Subject Line. Telephone Inquiries Will Not Be Accepted Oracknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. administrative Information: this Notice Does Not Constitute A Solicitation. It Does Not Guarantee The Future Issuance Of A Solicitation, Nor Does It Commit The Government To Contract For Any Supply Or Service. Furthermore, Usace Nab Will Not Accept Unsolicited Proposals. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. Information In This Notice Is Subject To Change. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow-up Information Request(s). All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense.
INDIAN HEALTH SERVICE USA Tender
Automobiles and Auto Parts
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents
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 Brand Name Or Equal Stryker Prime Electric Big Wheel Stretcher, Accessories, Delivery, Installation, And Trade-in To The Ihs, Whiteriver Service Unit Located In Whiteriver, Az. Reference Ihs1507718-wrsu. requirement Brand Name Or Equal: Stryker Price Electric Big Wheel Stretcher, 10-each 1.0 1115000000e Prime Electric Big Wheel Stretcher, 10-each
1.1 1115016000 700lbs Weight Capacity
1.2 1008001110 Electric Lift Base
1.3 1115003004 4 Sided Brake/steer Control
1.4 1115005610 3 Sided Hydraulic Controls
1.5 1070010200 Chaperone Stretcher Exit Alarm(includes Scale)
1.6 1008010010 Comfort Control Siderails
1.7 1008015020 Foot End Nursing Controls
1.8 1105011160 Dual End Siderail Release
1.9 1105048030 Pop-up Push Handles (head End)
1.10 No Transfer Board No Transfer Board
1.11 1008146050 Domestic - Retractable Cord
1.12 1105045035 Integrated Pump Rack
1.13 1105035342 3 Stage Iv Pole Head Left
1.14 1105045022 Foot Supports
1.15 1806034300 Isoflex Se Fire Barrier, 30in
1.16 1105003554 Red Id Bumpers
1.17 1105023004 Emergency, Set
1.18 1008010401 Domestic Labeling - English
1.19 9000900910 Unboxed
1.20 1115001903 1115-e, Dpm Label
1.21 1018025305 4 Sided Brake & Steer Control
1.22 1018026300 Prime Big Wheel Base - 3 Sided
1.23 1115101003 Label, Specification
1.24 No Plug No Plug
1.25 1105210375 Footend Cover Option
1.26 1105210063 Head End Cover Option
1.27 1070017500 Scale Spacer Assembly
1.28 1115600000 Domestic Manual Option 1115 2.0 1105045700 Serving/instrument Tray 10-each
3.0 Trade-in, 11-each Wrsu Stretchers delivery To: Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, Az 85941 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 2/1/2025 3:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1507718-ihs Wrsu Stretchers 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) Or Sb Or Other Than Sb 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
DEPT OF THE ARMY USA Tender
Environmental Service
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 562910 (remediation Services). The Small Business Size Standard Is 1000 Employees. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. there Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. contract Information: The U.s. Army Corps Of Engineers, Los Angeles District Will Select Environmental Remediation Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Environmental Remediation Services, Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $100,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 1st Quarter Fiscal Year 2026 With A Five Year-base Period. task Order Limits: minimum: $ 1,000,000.00 maximum: $20,000,000.00 project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). the Remedial Action Cleanup Includes Excavation And Removal Of Contaminated Soil Exceeding Established Cleanup Levels, Disposal Of Contaminated Soil, And Restoration At Residential And Nonresidential Properties And At Selected Areas At The Former Mine And Smelter Properties (project). the Ra Will Be Completed In Accordance With The Record Of Decision – Iron King Mine-humboldt Smelter (usepa, 2023) The Residential Design Plan (weston-techlaw, 2024) And Supplemental Design Information. The Contractor Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. https://cumulis.epa.gov/supercpad/cursites/csitinfo.cfm?id=0905049. https://experience.arcgis.com/experience/c37b8129bf304fa0ad034d3ebf2a4626 submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025 The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Jv, Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement our Firm Will Be Proposing On This Project As A (select All Applicable): a. Sole Contractor b. Prime Contractor (if Small Business) Performing At Least 50% Of The Work With Subcontractors(s) c. Prime Contractor (if Small Business) Performing At Least 50% Of The Work With The Following Team Member Subcontractor(s) (insert Business Name, Business Size, Uei, And Work Which Will Be Subcontracted), Or d. Joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).) e. Other Than Small Business (otsb) section 3: Past Performance/capability past Performance Must Include Project Examples From $5,000,000.00 To $20,000,000.00 In Value At Residential And Non-residential Properties. The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Comprehensive Environmental Response, Compensation And Liability Act (cercla) Sites. the Past Performance Information Should Include: project Title And Location general Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted dollar Value Of Contract percentage Self-performed Vs Subcontracted agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years * Note: If Providing Info About A Contract Team, Jv, Etc, Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type. provide Examples Of Experience With Residential Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years. provide Examples Of Community Involvement Experience. provide Examples Of Experience With Waste Investigations, Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00. provide Examples Of Experience With Waste Investigations, Remediation And/or Waste Removal Within The Past 5 To 10 Years. provide Examples Of Experience With Environmental Remediation Experience Of Similar Size And Scope Within The Past 5 To 10 Years. provide Ability To Satisfy The Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations. offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Capacity. -the Size Standard For 562910-remediation Services ($25m) Has Been Changed To 562910-remediation Services (1,000 Employees)
7321-7330 of 7493 archived Tenders