Survey Tenders

Survey Tenders

INDIAN HEALTH SERVICE USA Tender

Automobiles and Auto Parts
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 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
Closing Date1 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Environmental Service
United States
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)
Closing Date11 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
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
Closing Date9 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Software and IT Solutions
Philippines
Details: Description Request For Quotation Quotation/bid No.: C-011-2025 Date: February 13, 2025 Company Name P.r. No.: 2025-02-0023 Purpose: This Will Serve As A Replacement For The Laptop That Was Damaged And Was Utilized For Gis Mapping And Surveying Activities Address Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On ____ February 24, 2025 2:00 P.m._______, Procurement & Property Unit Nia, Iloilo-guimaras Irrigation Management Office, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Joselito J. Depalubos Bac Chairman Acting Section Chief, Asbris And Sris Total Approved Budget For The Contract: ₱107,000.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 1 1 Unit Laptop Processor: 16 Core 30 Mb Cache 5.20 Ghz Display: 16" Ips 165hz Display Memory: 16gb Ddr5 Operating System: Win10 X=x=x=x=x=x=x=x=x=x=x=x=x=x=x=x=x=x=x=x Delivery Period: _____calendar Days Validity Period:_____calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱107,000.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within ________7__________ Working Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Iloilo-guimaras Irrigation Management Office, Brgy. Tacas, Jaro, Iloilo City, Fax No. 320-2500 Or By Email At Igimoppu2019@gmail.com. 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above. Company Name Printed Name/signature Contact/telephone No./ Cellphone No.
Closing Date24 Feb 2025
Tender AmountPHP 107 K (USD 1.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Furnitures and Fixtures
United States
Details: The Department Of Veterans Affairs On Behalf Of The Va Healthcare System In Vamc Canandaigua Ny Has A Requirement For Repose Custom Porter Recliner. this Requirement Is Set Aside For Service-disabled Veteran Owned Small Businesses (sdvosb). all Verified Sdvosb Vendors Meeting The Standard Of An Acceptable Source Under The Terms Of Either A Manufacturer Or Authorized Distributor Are Encouraged To Provide A Bid. all Vendors Are Required To Be Registered With The System For Award Management (sam.gov) And Deemed In Good Standing And Available For Award. All Bids Shall Include The Vendors Unique Entity Identifier Number Provided By Sam.gov. all Bidders Shall Be Registered With / Verified By Sba Vet Check And Provide Proof To That Extent. all Vendors Claiming Authorized Distributor Status Must Provide A Letter From The Manufacturer. quotes Shall Be Firm Fixed Price (ffp); Evaluations Will Be Based On Best Value Criteria, In Accordance With Far 52.212-2, And Utilizing The Evaluation Factors Of Price And Delivery / Installation Schedule (see Clauses Below). items Listed In This Requirement; procurement Requirements/specifications/salient Characteristics: cushions That Are Removable, Cleanable, Re-useable Once Disinfected. removeable Seat Back Padding. customizable Trunk And Head Support. 20 Seat Depth. power Operated Allowing For Independent Repositioning For Appropriate Veterans. qty: 5 program Need Date Is 45 Days From Date Of Award. this Procurement Is Limited To New Equipment Only. Used, Gray, Refurbished Or Aftermarket Equipment Will Not Be Considered For This Requirement. The Veterans Health Administration Prohibits The Use Of Gray/ Aftermarket Items In Their Medical Centers. Gray/ Aftermarket Items Are Considered To Be Items Outside Of The Original Equipment Manufacturer's Intended Distribution Channels. Quotes For Other Than New, Will Be Deemed Non-compliant And Will Be Removed From The Competitive Range Without Discussion. delivery Shall Be Quoted Free On Board (fob) To The Department Of Veterans Affairs, Vha Finger Lakes Healthcare System, Vamc Canandaigua, Physical Medicine & Rehabilitation Service, 400 Fort Hill Avenue Warehouse Bldg. 11, Canandaigua, Ny 14424. clauses addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: price delivery And Installation Schedule past Performance evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Total Evaluated Price Will Be That Sum Delivery And Installation Schedule: The Government Will Evaluate The Schedule By Total Days Proposed For Completed Installed Job. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. clauses Incorporated By Reference: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services. far 52.212-3 Offeror Representations And Certifications Comm Products And Comm Services. far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services. responses To This Notice Must Be Submitted In Writing Via Email To Morgan.weeks1@va.gov And Must Be Received Not Later Than Tuesday February 25, At 12:00 Pm. No Telephone Inquiries Will Be Accepted. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision Far 52.212-1(f).
Closing Date25 Feb 2025
Tender AmountRefer Documents 

Province Of Pampanga Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-15 Ig- Bac Invitation To Bid For Purchase Request No. 25-0382 And 23-5096 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description General Fund 28,000,000.00 #25-0382 1 Lot Custom Made Mobile Clinic Barge General Fund 1,500,000.00 #23-5096 Supply And Delivery Of 1 Set Global Navigation Satelite System: Real Time Kinetic (gnss-rtk) Land Surveying Equipment Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 28, 2025 (tuesday) Between 8:00 A.m. To 5:00 P.m. Up To February 18, 2025 (tuesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #25-0382 28,000,000.00 25,000.00 #23-5096 1,500,000.00 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On February 6, 2025 (thursday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of February 18, 2025 (tuesday). Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Opening Of Bids Will Be On February 18, 2025 (tuesday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph January 27, 2025 Francis V. Maslog Chairman Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 28 Million (USD 484 K)

Department Of Public Projects Tender

Services
Others...+3Electrical Cables And Wires, Electrical Generators And Transformers, Electrical and Electronics
Cyprus
Details: The Study Relates to the Construction of a Footbridge Over the Kalogeros River, in the Municipality of Aglantzia, Nicosia District, as a Section of the Cycle Path/Pedestrian Path Between Aglantzia and Geri. The Services Relate to the Preparation of a Study of the Footbridge and Includes, Among Other Things, the Following: • Conducting a Geological and Geotechnical Survey to Determine the Geological and Geotechnical Conditions Prevailing in the Area • Preparing a Static and Anti-Seismic Study for the Construction of the Footbridge • Designing Any Additional Complementary Structures and Measures
Closing Date7 Feb 2025
Tender AmountEUR 19 K (USD 19.7 K)

Land Bank Of The Philippines Tender

Software and IT Solutions
Philippines
Details: Description I. Cloud-based Hosting: • Provide Reliable And Scalable Cloud Hosting Capable Of Supporting Up To 100 Concurrent Users, With Options For Future Scalability As Needed, Including Storage Of Up To 80 Gb, 2 Vcpus, 4 Gb Of Memory, And 2nd Generation Processing Capabilities. • Ensure A 99.9% Uptime Guarantee Through Server Redundancy And Proactive Monitoring To Ensure Uninterrupted Service. • Assist In Configuring An Existing Domain For The Lms. • Ensure Data Encryption For User Security And Maintain Consistent Security Protocols. Ii. Lms Installation And Upgrades • Platform Installation: O Install And Configure The Latest Version Of The Lms Software On The Cloud Server. O Perform An Initial Setup, Including The Configuration Of Essential Features, Integrations, And Plugins To Meet Operational Requirements. • Scheduled Updates: O Perform Updates To Ensure The Platform Remains Secure And Fully Optimized. O Conduct Full Data Backups Before Updates To Protect Against Potential Disruptions And Ensure Data Integrity. O Test Updates In A Controlled Staging Environment Before Implementing Changes On The Live System. Iii. Customization And Branding • Theme Customization: O Customize The Lms Theme To Align With The Llfc’s Brand Identity, Including The Use Of Logos, Color Schemes, And Layouts. O Ensure A Seamless User Experience With A Responsive And Intuitive Design For Both Desktop, Laptop, And Mobile Users. • Mobile App Branding: O Provide Guidance On Customizing The Lms Mobile Application, Including Branding Elements Like Logos, Welcome Screens, And App Color Schemes. O Support The Integration Of Mobile App Features Aligned With Organizational Requirements. Iv. User Training And Onboarding • Comprehensive Training Sessions: O Deliver 40 Hours Of Hands-on And Comprehensive Role-specific Training Sessions For Key Personnel:  Teachers/course Creators: Training On Content Creation, Course Management, Grading, And Reporting.  Site Administrator: Training On System Configuration, User Management, And Troubleshooting. • Provide Detailed Training Materials, Including Step-by-step Documentation, Instructional Videos, And Quick Reference Guides. • Record Training Sessions For On-demand Access By Employees. V. Support Services • Technical And Administrative Support: O Provide 20 Hours Up To Unlimited Support Of Technical And Administrative Assistance. O Offer Multi-channel Support Whether Via Face-to-face, Email, Phone, Or Live Chat. O Ensure Critical Issues (e.g., System Outages) Are Quickly Resolved And Respond To Non-critical Issues Without Delay. O Provide Updated Escalation Matrix. • Proactive Monitoring: O Continuously Monitor System Performance And Server Health To Address Potential Issues Before They Impact Users. Vi. Consulting And Project Management • Consulting Services: O Provide 20 To 30 Hours Of Consulting Support To Optimize Platform Usage, Integrate Advanced Features, And Recommend Enhancements. O Offer Expert Advice On Adopting Best Practices For E-learning And User Engagement. O Schedule Meetings To Track Progress, Address Challenges, And Ensure Timely Delivery Of Deliverables. O Maintain Transparent Communication And Detailed Documentation Throughout All Phases Of The Project. Vii. Reporting And Feedback • Generate And Deliver Monthly Reports, Provided By The Supplier Or Through System-based Generation, Detailing System Usage, Performance Metrics, And User Engagement Trends. • Highlight Areas For Improvement And Provide Actionable Recommendations For Enhanced Performance And User Satisfaction. • Conduct Regular Feedback Surveys And Interviews With Users To Gather Insights On Their Experiences And Identify Areas For Enhancement. • Incorporate Feedback Into System Updates And Future Developments To Ensure Alignment With User Needs. Viii. Minimum Qualifications For The Service Provider • The Lms Provider Should Have Successfully Completed A Minimum Of 5 Contracts With Government Offices, Showcasing Their Ability To Handle Similar Projects. • The Lms Provider Must Have The Capacity And Ability To Provide Maintenance Services And Technical Support. • The Lms Provider Must Be Operating For 5 Years. • The Lms Provider Must Submit A Copy Of The Latest Business Continuity Plan Should Disaster Arise From The Platform. Ix. Deliverables And Timetable: • The Project Engagement Shall Start Not Later Than 15 Calendar Days Upon Receipt Of The Notice To Proceed. Supplier Must Provide Timeline Or Milestones Of The Project. The Project Must Be Completed Within A Maximum Duration Of 12 Months From The Date Of The Notice To Proceed. X. Contract Payment Scheme • 99% Of The Payment Will Be Made Upon Delivery Of The Whole Project Or System, While The Remaining 1% Will Be Withheld After A Year And Upon Satisfactory Fulfillment Of The Agreed Product Requirements Or Approval Within The Specified Timeline.
Closing Date31 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)

NATIONAL PARK SERVICE USA Tender

Others
United States
Details: This Requirement Has Been Cancelledthis Is A Sources Sought Notice (ssn) For The Purpose Of Conducting Market Research. Proposals Are Not Being Requested, Nor Accepted At This Time. Responses Are Being Requested From Both Large And Small Businesses.purpose: The Purpose Of This Notice Is To Gain Knowledge Regarding The Type Of Interested Businesses And Their Qualifications. The National Park Service (nps) Will Use Information Obtained Through This Notice To Develop An Acquisition Strategy. The Government Anticipates Conducting A Competitive Acquisition For This Requirement. The Amount Of Interest Or Lack Thereof Will Determine The Possibility Of A Small Business Or Other Socio-economical Small Business Set-aside For The Solicitation. Analysis Of The Quality Of Responses To This Source Sought Announcement Will Be Considered In The Market Research Being Conducted, And In The Making Of Any Small Business Set-aside Determination For This Requirement. Additional Information: No Acquisition Package Is Available With This Notice. Cost Reimbursement: Response To This Announcement Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information Requests.north American Industry Classification System (naics) Code: 541620small Business Size Standard: $19msolicitation: The Nps Anticipates Issuing A Solicitation Approximately March Of 2025. Project Description:the Geologic Resources Division (grd), National Park Service (nps), In Lakewood, Colorado, Manages The Service Wide Abandoned Mineral Land (aml) Program. Past Mineral Development Has Left More Than 3,400 Aml Sites With Approximately 39,000 Individual Mined Features Or Orphaned Oil And Gas Wells In 150 Units Of The National Park System. Some Of These Features Have Public Safety Or Environmental Impacts. Many Aml Sites Also Have Cultural Values And Provide Important Wildlife Habitat. The Grd Aml Program Seeks To Identify, Assess, And Mitigate Human Safety Hazards And Ecological Impacts At Sites And Features That Require Remedial Action While Also Protecting Natural And Cultural Resources, Wildlife Habitat, And Opportunities For Visitor Education And Enjoyment. The Inventory, Assessment, Reclamation, Closure, And Safety Actions Taken At Each Aml Feature Require Specific Environmental, Mine Engineering, Resource, And Construction Project Expertise. Specific Aml Program Needs Include Inventories, Assessment, Research, Compliance Documentation, Project Planning, Reclamation, Safety, Training, Outreach, And Closure Expertise, As Well As Project Management. Mining Engineer:the Process Of Reclaiming, Closing, Or Improving The Safety At Aml Sites Requires Expertise And Experience In Geology, Mining, Natural Resources, Cultural Resources, Engineering, And Nps Management Objectives. Grd Requires The Planning, Implementation, And Oversight Of Aml Reclamation, Closure, And/or Mitigation Projects; Monitoring Of Project Effectiveness; Management Of Multiple Mitigation And Reclamation Projects At One Time; And Conducting Of Aml Site And Feature Inventories, Site Investigations And Evaluations, And Surveys. Natural/cultural Resources Specialist: The Compliance Needed At Aml Sites Includes The Evaluation, Consultation, And Documentation Required By Laws Such As The National Park Service Organic Act, Endangered Species Act, National Historic Preservation Act, The Wilderness Act, National Environmental Policy Act, And Park Enabling Statutes; Executive Orders; Tribal Consultation Requirements; Safety Requirements; And Applicable Permitting Requirements (such As The Minimum Tool Analysis Under The Wilderness Act). Project Manager: The Project Manager Will Work With The Aml Coordinator To Provide Leadership, Direction And Guidance On Over 100 Park Projects Worth Over $50m Focusing On Protection And Restoration Of Natural And Cultural Resources From Impacts Of Abandoned Mining, Oil, And Gas Legacy Work. submittal Contents: Interested (small And Large) Businesses Should Submit The Following Information: 1) Company Name: A. Uei Number B. Address C. Point Of Contact D. Telephone Numbere. Email 2) Business Type: Classification As A Large Or Small Business Under The Above Listed Naics, Small Business Administration (sba) Certified Historically Underutilized Business Zone (hubzone), Veteran-owned Small Businesses (vosb), Service-disabled Veteran-owned Small Businesses (sdvosb), Sba Certified Woman Owned Small Business (wosb), Economically Disadvantaged Woman Owned Small Business (edwosb). The Size Of A Small Business Firm Includes All Parents, Subsidiaries, Affiliates, Etc.¿see 13 Cfr 121.108.) Misrepresentation Of Size Status Can Result In Penalties.3) Information Demonstrating Experience And Capability On Projects Of Same Or Similar Size, Scope And Complexity4) In Addition Businesses May Submit Existing Marketing Materials Such As Capability Statements And Brochures.submit To: Andrea_hannon@nps.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Healthcare and Medicine
United States
Description: Sources Sought Notice #: W900kk-25-ssn-mioss2 introduction: the U.s. Army Contracting Command - Orlando (acc-orlando) Is Issuing This Sources Sought Notice (ssn) On Behalf Of The U.s. Army Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Product Lead, Live Individual And Collective Training (pdl Live), Project Lead, Training Aids Device Simulators And Simulation (tadss) Support Operations (pl Tso), As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest In Supporting The Requirements Of The Medical Simulation Training Center (mstc), Instructor, Operator Support Services (mioss) Acquisition. it Is The Usg Intent To Set-aside For Small Business. The Result Of This Market Research Will Confirm That At Least Two Small Businesses Are Capable Of Performing. In Addition, All Small Business Socio-economic Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. program Background: the Requirements Within Mioss Are Currently Being Satisfied By Peo Stri Through The Training Instructor Operator Support Services (trioss) Contract. The Anticipated Period Of Performance (pop) Is A Base Period Of Twelve (12) Months, With At Least Two (2) And Potentially Four (4) One-year Option Periods. the Mioss Effort Consists Of Credentialed Contractor-provided Instructor/operators (i/os) Providing Instructional Services Following The Guidance And Approval Of The Medical Proponent’s Programs Of Instruction (pois), Curriculum, And Training Support Packages. Instruction Is Facilitated Through The Operation Of Hi-fidelity Mannequins And Other Mstc Program-of-record (por) Tadss. Training Includes Medical Sustainment Training Of Combat Medics (68w), Medical Education And Demonstration Of Individual Competence (medic) (tc8-800 Tables), Tactical Combat Casualty Care (tccc Or Tc3), And National Registry Of Emergency Medical Technician (nremt) Training (all Levels). Additional Training Provided At The Mstc Includes Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tccc. The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. the Medical Simulation Training Center (mstc) Program Is The Only Peo Stri Tadss-related I/o Support Services Program Currently Being Considered For The Mioss Acquisition. While Future Requirements Cannot Be Predicted, Please Use The Program Scope Provided Below In Answering The Questions Stipulated In Paragraph 4 Of This Notice. medical Simulation Training Centers (mstc) i. Description: Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tactical Combat Casualty Care (tccc). The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform. ii. Summary Of Requirements: The Contractor Shall Provide Instruction Of Tc 8-800 Medical Curriculums And Operation Of Fielded Army Medical Training Tadss Within 21-25 Us Army Mstcs Globally. iii. Training Foci: Mstc Training Will Primarily Focus On Providing Tactical Combat Casualty Care (tccc); Tc8 -800, Medical Education And Demonstration Of Individual Competence (medic); And Sustainment Training For The 68w Military Occupational Specialty (mos), And Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. iv. Other Training: Other U.s. Army Medical Center Of Excellence (medcoe) Approved National Registry Emergency Medical Technician (nremt) And The Proponent Via The Medcoe Mstc Program Director Through The Mstc Director/alternate Contracting Officer Representative (acor) Or Their Authorized Representative Or Command Authority May Teach Miscellaneous Courses And Training Events On A Site-specific Basis After Approval. v. Place Of Performance/personnel Staffing: The Contractor Shall Staff Each Mstc Sufficiently To Ensure The Training Throughput Capability To Train At Least 2,500 Soldiers In 68w Recertification Tc 8-800 Requirements And/or Combat Lifesaver Skills (cls) Annually Using Only Contractor Instructor Personnel. The Contractor Shall Not Staff To A Lesser Throughput Capability Even If Scheduled Classes Differ, Or The Number Of Students Scheduled Is Lower Than The Aforementioned Requirements, Or If The Installation Provides Military Instructors. Currently The Conus Locations Include -ft Moore, Ga; Ft Bliss, Tx; Ft Liberty, Nc; Ft Campbell, Ky; Ft Carson, Co; Ft Drum, Ny; Ft Cabazos, Tx; Ft Indian Town Gap (fig), Pa ; Joint Base Lewis-mcchord, Wa; Ft Riley, Ks; Ft Stewart, Ga; Ft Dix, Nj ; Ft Mccoy, Wi; Camp Atterbury, In; Camp Dodge, Ia; Camp Shelby, Ms; Camp Ripley, Mn; Camp Williams, Ut And Oconus Locations In Ft Wainwright, Ak; Vilseck, Germany; Schofield Barracks, Hi; Camp Humphreys, Korea. Other Sites May Be Added Or Removed As Required By The Government. further Analysis Is Being Conducted To Determine An Accurate Potential Ceiling Value For This Effort; Therefore, The Government Is Not Releasing Any Dollar Values For This Requirement At This Time. acquisition Strategy - Planning Information: 1. Contract Vehicle: The Determination Of Contract Vehicle And Small Business Set Aside Or Full And Open Competition Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. 2. North American Industry Classification System (naics): The Applicable Naics Code For This Requirement Is 541990, All Other Professional, Scientific, And Technical Services, With An Associated Size Standard Of $19.5 Million In Average Annual Receipts. *note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards. *note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years *note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months. 3. Contract Type: The Determination Of Contract Type Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved. submission Details: interested Businesses Shall Submit A Capability Statement (10 Pages Maximum) That Demonstrating Their Ability To Fulfill The Functions And Tasks Described Herein. your Response To This Sources Sought Notice Shall Be Electronically Submitted To The Contract Specialist Via Email, Usarmy.orlando.peo-stri.mbx.mioss@army.mil, No Later Than 4:00 P.m. (est) On 08 January 2025 And Reference Sam Notice Number And Title In The Subject Line Of The E-mail And On All Enclosed Documents. Responses Shall Either Use Microsoft Office 2013 Compatible (.xlsx, .docx Or .pptx) Or Adobe Acrobat 9 Pro (.pdf) Formats. Responses Shall Be In Sufficient Detail For The Government To Determine That Your Business Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Information And Materials Submitted In Response To This Request Will Not Be Returned. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. Do Not Submit Classified Material. written Responses To This Sources Sought Notice Should Consist Of The Following: a. Company Profile / Capabilities company Profile To Include Company Name, Office Location(s), Duns/cage Code Number, Email Address, And Small/large Business Status (i.e. - Certified 8(a), Service Disabled Veteran-owned (sdvosb), Woman-owned (wosb), Economically Disadvantaged Woman-owned (edwosb), Or Certified Hubzone). Large Businesses Are Permitted To Respond To This Notice. company Point Of Contact (poc) Name, Title, Office Address, Phone Number And Email Address. describe Briefly The Capabilities Of Your Organization And The Nature Of The Services You Provide. Include A Description Of Your Background And/or Your Staff Composition To Include Advanced Academic Degrees. Please Also Include Professional Experience Of Your Staff. The Focus Of This Description Of Capabilities Is To Determine If Your Organization Has A Deep Understanding Of Training Services Within The Defense Industry. include Information About Your Firm's Ability To Grow, Such As Available Letters Of Credit And Ability To Quickly Hire Qualified Personnel. prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Government Organization Supported Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. organization's Ability To Have Personnel Located At Oconus Locations. Does Your Company Currently Have Employees Working Full-time, With The Appropriate Labor Law Approvals In Alaska, Germany, Hawaii, And/or Korea? If Not All Locations, Identify Where And How Many Employees Are At Each Location. b. Vendor Perspective (acquisition And Contracting Strategies) what Would Be Your Organization's Management Approach To Staffing This Effort With Qualified Personnel? what Is Your Company's Ability To Begin Performance Upon Contract Award, And/or Do You Have Any Recommendations As It Relates To A Transition Period. is Your Company Capable Of Providing A Team Composition That Can Support The Scope Of This Requirement, While Also Performing At Least 50 Percent Of The Work? Explain Which Portion Of The Scope You Would Perform And Which Portion You Would Utilize The Capabilities Of Teaming Partners? Please Consider The Language At Far 52.219-14 (c) (1) - Limitations On Subcontracting. are There Primary Risk Areas And/or Potential Issues Associated With An Acquisition Of This Type? How Do You Propose To Mitigate These Risk(s)? identify The Contract Type (e.g., Firm Fixed Price (ffp), Cost, Etc.) You Believe Is Appropriate For This Requirement As Well As Any Limitations To Your Organization's Ability To Propose A Ffp With Cost Provisions Contract. the Potential Contract Will Likely Include One (1) Base Year Pop, Plus At Least Two (2) Or As Many As Four (4) Option Years. Describe How The Government's Decision On Pop May Affect Your Organization's Ability To Execute This Requirement. c. A Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 541990 (all Other Professional, Scientific, And Technical Services); If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)]. *note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself. proprietary Data: All Submittals Containing Proprietary Data Must Be Appropriately Marked. It Is The Respondent's Responsibility To Clearly Define To The Government What Is Considered Proprietary Data. The Government Reserves The Right To Make Public Any Information That Would Provide Clarification On The Requirement For Industry In Preparing For Proposals. Responders Are Advised That Any Data Submitted To The Government In Response To This Notice May Be Released To Non-government Program Support Contractors For Review And Analysis. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. These Personnel Will Have A Non-disclosure Agreement In Place. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. this Request For Information Is Published In Accordance With Far Part 15.201(e), And Is For Planning Purposes Only. It Does Not Constitute A Request For Proposal (rfp) Or A Commitment By The U.s. Government, Nor Should It Be Construed As Such. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; And The Government Assumes No Financial Responsibility For Any Costs Incurred. There Shall Be No Basis For Claims Against The Government As A Result Of Any Information Submitted In Response To This Sources Sought. respondents Are Advised That All Submissions Become Government Property And Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted Under This Sources Sought Notice.
Closing Date8 Jan 2025
Tender AmountRefer Documents 
7331-7340 of 7496 archived Tenders