Survey Tenders
Survey Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Chemical Products
United States
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is:
meggitt North Hollywood, Inc. (79318) P/n 320135
the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees.
dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items.
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract.
the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method.
sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025.
valve, Regulating, Fluid Pressure.
rp001: Dla Packaging Requirements For Procurement
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: Http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq002: Configuration Change Management - Engineering Change Proposal
request For Variance (deviation Or Waiver)
rq011: Removal Of Government Identification From Non-accepted Supplies
rq001: Tailored Higher Level Contract Quality Requirements
(manufacturers And Non-manufacturers)
if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of
the Technical Data Package, The Line Items From This Solicitation Are
not To Be Separately Priced. Offerors Must Factor Into The End Item
unit Price All Costs Associated With The Preparation And Delivery Of The
data Deliverables In The Contract.
engineering Data Requirements
note: Military Specifications/standards Will Not Be Furnished In The Bid
set.
the Following Instructions Are Furnished For The Manufacture Of:
valve, Air Press Reg And Shutoff - Intermediate Press (f-16)
national Stock Number: 4810-01-363-1952wf
1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of
the Data Indicated. The Superseded Data Will Not Be Furnished Unless So
indicated.
2. The Sources/materials If Listed On The Standards, Specifications And
drawings Are The Only Sources/materials For Those Items. Substitutions
shall Have Prior Approval By Oo-alc Cognizant Engineering Activity.
3. Deviations From Specifications Identified In Control Drawings Are Not
authorized Without Prior Approval By Oo-alc Engineering.
4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008.
5. C7880 Face (identified By The 32 Roughness Average Value Surface
finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding.
6. Item Unique Identification (iuid)
an Item Unique Identification (iuid) Is Required Per Mil-std-130m.
marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item.
the Following Requirements Describe Iuid Characteristics:
marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or
cermark Process.
thermark Contact Info:
thermark, Corp.
106 S. Main St. Suite 607
butler, Pa 16001
(412) 269-2650
cermark Contact Info:
ferro Corp.
1000 Lakeside Ave.
cleveland, Oh 44114-7000
(216) 641-8580
marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking.
marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code.
marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking
location".
a Deviation/waiver Request Must Be Submitted By The Manufacturer And
approved By Engineering Prior To Any Deviation From The Above Requirements.
reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity.
class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For
approval Unless They Are Authorized By The Specification Requirements.
mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To, Or Come In Direct Contact With, Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea.
portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d).
note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity.
critical Application Item
meggitt North Hollywood Inc 79318 P/n 320135
iaw Reference Drawing Nr 81755 16z001
revision Nr Ak Dtd 03/11/2009
part Piece Number:
iaw Reference Drawing Nr 81755 C7880
revision Nr H Dtd 03/11/2003
part Piece Number:
iaw Reference Drawing Nr 81755 16z001iss204
revision Nr Fz Dtd 12/21/2011
part Piece Number:
iaw Reference Std Nr Mil-std-130n(1) Not 1
revision Nr N Dtd 08/26/2019
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr R Dtd 12/07/1999
part Piece Number:
iaw Reference Drawing Nr 81755 16zy007
revision Nr D Dtd 03/23/1981
part Piece Number:
iaw Reference Drawing Nr 98747 16vy007002-5
revision Nr Dtd 09/21/2023
part Piece Number:
iaw Reference Drawing Nr 81755 16vy007002
revision Nr Z Dtd 09/11/1997
part Piece Number:
iaw Reference Qap 16236 Sqap013631952
revision Nr Dtd 09/13/2024
part Piece Number:
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00
wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c
unit Cont:ed Opi:m
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:zz -zz Special Requirements
palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement
zz -additional Special Marking:
each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number.
hardness Critical Item (hci) Marking.
in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies:
reference; Mil-std 129r 5.10.22.
the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color.
required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers.
serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2.
military Packaging Required.
ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation,
packaging, Packing And Marking.
if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special
packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.
Closing Date5 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Black Hills Health Care System Requires Milk And Dairy Products With The Salient Characteristics Listed Below.
this Is A Sources Sought Looking For Businesses To Provide The Supplies Listed Below For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement.
if You Are A Vendor That Can Provide The Requested Information Above And Required Supplies Described Below With Competitive Pricing, Send Your Information (to Include Your Organization's Unique Entity Identifier Number) With A Description Of Proof Of Capability To: Joey Bloomer, Joseph.bloomer@va.gov, By February 13th At 5pm Cst. Only Emailed Responses Will Be Considered.
additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy.
1.
identify Your Organization's Socio-economic Category.
2.
identify If Your Organization Is The Manufacturer Of The Requested Supplies.â if You Are Not The Manufacturer, Identify The Manufacturer Of The Supplies That You Will Provide, Their Socio-economic Category And A Letter Showing That Your Organization Is An Authorized Distributor For The Requested Supplies.â
3.
fill Out The Certificate Under Far Provision 52.225-2(b), Identifying The Item And Its Country Of Origin. ( Https://www.acquisition.gov/far/part-52#far_52_225_2__d3401e52). If The Product Is A Us Domestic End Product, Write In Usa For The Item's Country Of Origin.
4.
state Whether Any Of The Requested Supplies May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.).
5.
address Whether Your Organization Meets The Requirements Of 13 Cfr 121.406 (b)(1)(i), (b)(1)(ii) And (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-i/part-121/subpart-a/subject-group-ecfr0fca5207262de47/section-121.406#p-121.406(b)).
6.
provide Estimated Shipping And Delivery Information For The Requested Supplies (e.g. Expected Lead Time On Delivery).
â
*if Applicable, Vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.*
â
*if Applicable, Vaar 852.212-71 Gray Market Items, Will Apply To The Potential Solicitation.*
*if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses. *
statement Of Work
provide Milk Products Listed In The Schedule Utilizing A 5-year Idiq With 5 One-year Ordering Periods To Run From April 1, 2025, Through March 31st, 2030, For The Following Department Of Veterans Affairs, Medical Centers:
va Black Hills (hot Springs And Fort Meade Campuses)
product Specifications:
all Products Offered Within A Bid Group Will Be Available To Be Ordered For Delivery At Any Location Within That Bid Group.
each Location Will Phone Or Electronically Send In Delivery Orders For Milk Products To The Contractor.
fort Meade Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery Day.
hot Springs Facility Will Require Deliveries Two (2) Days Per Week. Order Will Not Be Required To Be Placed More Than One Week Prior To Delivery.
if An Item Has Been Ordered And Is Not Available At The Time Of Delivery, It Will Be The Vendor S Responsibility To Obtain The Necessary Product That Day.
all Delivery Tickets And Invoices Referencing The Purchase Order Number Must Show The Total Items Delivered For Each Line Item.
the Government Does Not Guarantee The Estimated Yearly Quantity.
please Indicate The Time Orders Are To Be Placed By Location:
fort Meade, Sd 3 Working Day Prior To Delivery
hot Springs, Sd 3 Working Days Prior To Delivery
authorization For Changes. The Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. Only The Contracting Officer Is Authorized To Make Commitments To Issue Changes Which Will Affect The Price, Quantity And Quality Or Delivery Of This Contract.
packaging, Packing And Labeling. All Packaging And Packing Shall Be In Accordance With Good Commercial Practice. Labeling Shall Be In Accordance With Commercial Labeling Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under.
all Items Must Be Identified With Readable Dates (open Code Dates), Or Coded Dates. Contractors Who Do Not Use Open Dating Will Provide A Product Code Number Key Listing To Each Customer Facility. The Product Code Number Key Listing Shall Explain The Actual Date Of Production Or Processing. Copies Of Key-codes Will Be Furnished To Each Destination Receiving Officer And Each Destination Inspection Agency With The First Delivery.
offeror Is To Provide Pricing For Both Each And Squat Containers, If Available. Individual Delivery Locations Will Decide Which Container Type To Order.
all Products Listed Within This Contract Are To Be Available To Any Va Listed In The Contract At The Same Price Quoted In The Contract.
the Government Anticipates Making A Single Contract Award In The Aggregate.
evaluation Of Offers Will Be Based On Capability To Meet The Government Requirements, Past Performance, And Price. Preference May Be Given To Offers That Provide Prices For Product In Containers As Specified. However, Vendors May Offer Alternate Container (packaging) Options And Pricing. Award Will Be Made To The Offeror That Is Determined To Be The Best Value For The Government. Alternative Methods, (i.e. Hormone Free Milk) Are Encouraged. If Presenting Alternative Methods, Please Specify That In Your Bid.
product Quality And Freshness.
all Milk And Dairy Products Shall Be Delivered To The Requested Destinations As Listed In The Schedule. All Milk And Dairy Products Furnished Under This Contract Shall Be Fresh And Of The Highest Quality.
all Products Furnished Under This Contract Shall Be Processed And Packed Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination.
unless Otherwise Specified In The Item Specification Or Solicitation, Marking Shall Be In Accordance With Best Commercial Practice.
any Commercial Or Additional Labeling As Specified Which Complies With The U.s. Food, Drug And Cosmetic Act And Regulations Promulgated There Under, Is Acceptable.
products Manufactured To Metric Dimensions Will Be Considered On An Equal Basis With Those Manufactured Using Inch-pound Units, Providing They Fall Within The Tolerances Specified Using Conversion Dimensions And Those Dimensions Exceed The Tolerances Specified In The Inch-pound Units, A Request Should Be Made To The Contracting Officer To Determine If The Product Is Acceptable. The Cotr, In Accordance With The Contracting Officer, Will Accept Or Reject The Product.
freshness Requirements For Dairy Products. Fluid Dairy And Other Products Shall Have A Minimum Of Ten (10) Days Shelf Life Remaining At The Time Of Delivery Commensurate With Good Commercial Practice And At A Minimum, Maintain Grade A Standards.
deliveries Or Performance.
the Contracting Officer Shall Authorize Va Fort Meade, Sd & Va Hot Springs, Sd Personnel To Place Delivery Orders (do) For Products Listed In The Schedule Of Pricing.
orders Shall Be Placed No Less Than 1 Workday Prior To The Required Delivery Date, Upon Delivery At The Receiving Location, Items Ordered Shall Be Less Than 24 Hours Old.
deliveries Shall Be Made Between 5:30am And 3:30pm, Local Time, On Monday Through Friday, As Requested By The Cotr Or His/her Designee, Excluding Saturdays, Sundays, And Federal Holidays.
deliveries Shall Be Made Within The Premises At The Following Locations:
va Health Care System
dietetics Service
building 146 (hospital)
fort Meade, Sd 57741
va Health Care System
dietetics Service, Building 53
hospital Kitchen
500 North 5th Street
hot Springs, Sd 57747
inspection Of Plants: All Product Furnished Under The Awarded Contract Shall Be Processed At Plants That Have Been Inspected By The Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspection Was Made Not More Than Six (6) Months Prior To The Proposed Contract Period. The Contracting Officer Or His/her Designee Reserves The Right To Make Pre-award, On-site Survey And Inspection Of The Plant, Personnel, Equipment, And Processes Of The Offeror Prior To Making Award And Conditions Found Will Be Considered In Awarding The Contract. Inspection(s) May Also Be Made At Any Time During The Life Of The Contract And, If It Is Found That The Contractor Is Not Complying With Specifications, Deliveries Will Be Rejected, And The Products Covered By This Contract Will Be Procured In The Open Market. Any Excess Cost Occasioned By This Action Will Be Charged Against The Contractor S Account.
description Of Supplies/schedule Of Price/costs: Contractor Shall Provide The Estimated Milk And Dairy Requirements As Described In The Schedule To The Va Black Hills Care System, In Accordance With Specifications Contained Herein, For 5 One-year Ordering Periods. The Government Anticipates Award Of A Firm Fixed-price Estimated Requirements Contract For The Period April 1, 2025 Through March 31, 2030. The Government Does Not Guarantee The Estimated Yearly Quantity. Any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. The Awarded Contract Shall Constitute The Entire Agreement Including All Terms And Conditions Applicable To The Contract.
the Government Does Not Guarantee The Estimated Yearly Quantity.
supplies/services Milk Products Annual Estimation (12 Months)
est Qty
unit
milk, 2%, 0.5 Pint, 50/case
72800
â½ Pint
milk, 1%, 0.5 Pint, 50/case
17000
â½ Pint
milk, Whole, 0.5 Pint, 50 Case
20800
â½ Pint
milk, Skim (nonfat), 0.5 Pint, 50/case
10400
â½ Pint
milk, Chocolate, 1%, 0.5 Pint, 50/case
11600
â½ Pint
milk, 1%, Gallon
50
gallon
milk, 2%, Gallon
300
gallon
milk, Whole, Gallon
50
gallon
milk, Skim (nonfat), Gallon
25
gallon
sour Cream, 5 Lbs., Tray Of 2
80
5 Lbs./2 Tray
sour Cream, 1 Oz. 100/case
100
100 Oz/case
cottage Cheese, (low-fat), 5 Lbs., Tray Of 2
300
5 Lbs./2 Tray
cottage Cheese, (small Curd), 5 Lbs., Tray Of 2
300
5 Lbs./2 Tray
butter, Salted, 1 Lb. Quarters
100
1 Lb. Quarters
buttermilk, 1%, Quart
301
quart
cream Cheese, 8 Oz., Brick
30
8 Oz. Brick
whipped Cream, Aero, 14 Oz.
300
14 Oz.
yogurt, Vanilla, 24 Oz.
300
24 Oz.
yogurt, Plain, 24 Oz.
50
24 Oz
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
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) 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45m. 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. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement.
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 (usace), Los Angeles District Will Select Construction Contracting Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Construction Projects At Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Action Construction (rac), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $249,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2027 With A Five Year-base Period.
task Order Limits:
minimum: $1,000,000.00
maximum: $50,000,000.00
project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rac Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Construction Contractor Will Be Expected To Perform The Work Described In The Rod Alternative 3b, Including The Dam Removal Noted Below, Retaining Wall Construction, Creating A Cap For The Two Repositories, And Other Construction Activities As Described And/or As Needed For The Site.
alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway.
additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. A Specific Plan For Removal Of The Dam Will Be Provided To The Dam Removal Contractor.
additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils.
on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time
the Contractor Performing This Work 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.
supplemental Information
iron King Mine - Humboldt Smelter
dewey-humboldt, Az
site Documents & Data
https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc
iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa.
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. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. 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 Joint Venture (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
1) our Firm Will Be Proposing On This Project As A:
a. sole Contractor
b. prime Contractor (if Small Business) Self-performing At Least 15% Of The Work, Or
c. 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).)
d. Other Than Small Business (otsb)
section 3: Past Performance/capability
past Performance Must Include Project Examples From $5,000,000.00 To $249,000,000.00 In Value. The Idiq Will Be Up To $249,000,000.00 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), Resource Conservation And Recovery Act (rcra) And/or Military Installation Restoration Program Sites.
the Paste 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.
1) provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type.
2) construction Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List.
a. dam Removal, All Types .
b. concrete Dam Removal.
i. provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal.
c. borrow Area Excavation, Restoration, And Revegetation Plans.
d. retaining Wall Construction.
e. stream Restoration And Activities Following Dam Removal.
f. waste Repository Construction.
i. regulatory Compliance.
ii. landfills And Repositories Liner And Cover Systems Design And Construction.
iii. landfill Monitoring Instrumentation Installation.
g. examples Of Projects Using Specifications Using Unified Facilities Guide Specifications (ufgs) Products.
h. ecosystem Restoration Design And Application.
3) provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years.
4) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00 Within The Past 5 To 10 Years.
5) provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging In Value From $20,000,000.00 To $99,000,000.00 Within The Past 5 To 10 Years.
6) provide Ability To Satisfy Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations.
7) offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Local Contracting Capacity.
8) describe Examples Of Contracting With Local/regional Businesses.
provide Examples Of Epa Work Experience, If Applicable.
“the Remedial Action Construction (rac), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $249m, Notice Id W912pl25s0009, Contract Award Will Not Be Dependent Upon Completion Of The Initial Design Packages From Iron King Mine – Humboldt Smelter, Remedial Design (rd), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $49m, Notice Id W912pl25s0007. The Rac Base Initial Task Order Scope Will Be Changed From Execution And Construction Of Rd (to Include Repository Construction, Dam Removal, Site Restoration) To Construction Of Site Work That Defines The Ikm-hs Transportation Routes And Construction Staging Areas.”
Closing Date11 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Request For Expressions Of Interest (development Opportunity)
for Service-disabled Veteran-owned Small Businesses (sdvosb) /
veteran-owned Small Businesses (vosb)
central Arkansas Veterans Healthcare System
notice
this Advertisement Is A Notice Of A Potential Opportunity. This Request For Expressions Of Interest (the Advertisement ) Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. Respondents Are Advised That The Government Assumes No Responsibility To Award An Enhanced-use Lease (eul), Or Historic Reuse Program (hrp) Based Upon Responses To This Advertisement.
this Sources Sought Notice Is To Identify Potential Sources For Information And Planning Purposes Only And Is Not Intended To Pre-qualify Or Disqualify Any Potential Respondents. The Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible And Qualified Sources Exist To Redevelop The Assets Described In Section Iii.
the Information Gained From This Sources Sought Will Be Used To Assist The Government In Determining If This Development Opportunity Can Be Competitive And/or A Total Service-disabled Veteran-owned Small Business (sdvosb) Or Veteran-owned Small Business (vosb) Set-aside. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement.
the Government Requests That Interested Parties Respond To This Notice With The Specific Information Requested In Section V Of This Notice And Identify Their Small Business Status.
only Sdvosbs And Vosbs Are Encouraged To Participate In This Market Research.
va Is Seeking Information On The Sdvosb/vosb Respondent S Qualifications Only To Confirm The Respondent S Capability To Perform A Minimum Of 51% Of The Development Opportunity Described In This Notice.
contractors/institutions Responding To This Market Research Should Be Aware That Participation In This Survey May Not Ensure That They Qualify For Any Underlying Future Solicitation Or Contract Award. Additionally, Responding To This Sources Sought Notice Is Not A Prerequisite To Respond To Any Future Subsequent Solicitations.
the Government Will Not Reimburse Participants For Any Expenses Associated With Their Participation In This Sources Sought.
the Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability Or Completeness Of The Information Contained In This Notice.
overview And Objectives
this Sources Sought Notice Is For The U. S. Department Of Veterans Affairs (va) Reuse And Development Of Vacant And Underutilized Buildings At The Central Arkansas Veterans Healthcare System; Eugene Towbin Campus Located At 2200 Fort Roots Drive. North Little Rock, Ar. 72114 These Following Buildings Are Available For Outlease Under The Eul Or Hrp: Buildings Quarters 12, 13, And 24; Buildings 32, 37, 41, And 58. The Eul Projects Are To Be A Long-term Outlease Or Exchange.
the Enhanced-use Lease Authority, Title 38 United States Code Sections 8161-8169 And As Amended, Allows Va To Outlease Facilities (available Land, Buildings, And Other Resources) To Provide Supportive Housing That Engages Tenants In On-site And Community-based Support Services For Veterans Or Their Families Who Are At Risk Of Homelessness Or Are Homeless. Enhanced-use Leases Are Long-term Leases (up To 99 Years) Of Facilities Under Va S Jurisdiction Of Control To The Public Or Private Sector. This Program Is Administrated By Va S Office Of Asset Enterprise Management (oaem).
va Is Seeking Expressions Of Interest From Qualified Sdvosbs And Vosbs To Serve As A Developer For Purposes Of Redeveloping Underutilized Vacant Buildings For Services That Benefit Veterans (directly Or Indirectly) And/or Creating Permanent Supportive Housing For The Homeless And/or At-risk Of Homeless Veterans Or Families.
for Purposes Of This Effort, The Developer Would Be A Non-va Entity Who Has The Qualifications Outlined In Section V Of This Notice. The Developer Will Be Expected To Develop Services And/or Permanent Supportive Housing For Homeless And At-risk Veterans At The Central Arkansas Healthcare System North Little Rock Campus. The Opportunity Would Involve A Developer Entering Into A Eul With Va And Financing, Renovating/constructing, Operating, And Maintaining Facility(s) And On-site Community-based Support Services For Veterans And Their Families.
va Conducted A Public Hearing On The Eul Concept On January 23, 2025, Via Virtually Though Video Conference Utilizing Microsoft Teams Application.
the Objectives Of This Development Opportunity Include But Are Not Limited To:
to Provide An Innovative Solution Within Current Authority To Preserve A Va-owned, Historic Property;
to Enable A Productive Use Of These Properties That Do Not Involve Va Capital Dollars And Benefits All Stakeholders; And
to Meet Va S Obligations Under Section 110 Of The National Historic Preservation Act (nhpa) To Better Preserve And Protect The Property.
repurpose Historic Buildings For Purposes Of Permanent Supportive Housing; And,
develop A Housing Model Geared Towards Enabling Veterans To Achieve Self-sufficiency And Live Independently.
additional Information On The Va S Eul Program May Be Obtained At: Http://www.va.gov/assetmanagement/.
development Scope
the Intent Of This Notice Is To Determine If There Are Experienced Sdvosb Or Vosb Developers That Can Develop Scenarios And Implement The Agreed Upon Scenario To Transform The Central Arkansas Healthcare System Underutilized Assets For Services That Benefit Veterans (directly Or Indirectly) And/or Creating Permanent Supportive Housing For The Homeless And/or At-risk Of Homeless Veterans Or Families On A Priority Basis.
the Developer Would Undertake All Necessary Investigation Activities To Produce Development With The Underutilized Historic Buildings At The Central Arkansas Healthcare System North Little Rock Campus.
the Assets To Be Developed By The Developer Are The Following: Buildings 12, 12, 24, 32, 37, 41, And 58 For Veterans On A Priority Basis.
please See Attachment A For A Building Location Map. Please Note The Parcel Outline Shown In Attachment A Is Subject To Change.
medical Center Background
the Va Central Arkansas Healthcare System Is One Of The Largest And Busiest Va Medical Centers In The Country. Conducting Research To Discover Knowledge, Develop Va Scientists And Health Care Leaders, And Create Innovations That Advance Health Care For Veterans And The Nation. The Central Arkansas Veterans Health Care System (cavhs) Campus Located In North Little Rock, Arkansas. The Campus Consists Of Approximately 200 Acres, With 64 Major Buildings And Some Smaller Auxiliary Support Buildings. The Eugene J. Towbin Healthcare Center In North Little Rock Is Located On The Grounds Of An Old Army Post Known As Fort Roots. Eugene J. Towbin Healthcare Center Also Provides A Full Complement Of Services To Patients, Including Chronic Pain Management, Rehabilitation, Mental Health Services, And More. .
sources Sought Response Requirements
va Is Seeking Qualified Sdvosb/vosb Developers Who Have A Proven Company Track Record Of:
adaptively Reusing Historic Assets For A Multitude Of End Uses And Financial Wherewithal To Successfully Operate The New Entity.
Developing Supportive Housing Projects;
financial Wherewithal Required To Successfully Develop Housing Communities With Associated Infrastructure, Roads, And Amenities;
securing Public And Private Financing For Multi-family Residential, Affordable, And Supportive Housing Projects;
redeveloping Historic Assets; And,
operating And Staffing Affordable And Supportive Housing Projects.
note: Va Is Seeking Information On The Sdvosb/vosb Respondent S Qualifications To Confirm The Respondent S Ability To Perform A Minimum Of 51% Of The Development Opportunity Described In This Notice.
responses Should Be Submitted On Official Letterhead, Must Include A Point Of Contact And The Signature Of At Least One Organization Officer. Responses Must Address The Following Elements In Sufficient Detail To Highlight The Sdvosb/vosb Respondent S Ability To Undertake The Principal Developer Scope As Set Forth In This Sources Sought Notice. Responses Must Not Exceed 20 Pages, Single Spaced With A Minimum 12-point Font.
response Content Should Consist Of The Following:
business Information
please Provide The Following For Your Company:
company Name
address
point Of Contact
phone Number
e-mail Address
web Page Url
duns
cage Code
based On The Naics Code Identified In The Sources Sought, Please State Whether Your Company Is:
veteran Owned Small Business* (yes / No)
service Disabled Veteran Small Business* (yes / No)
small Business (yes / No)
woman Owned Small Business (yes / No)
small Disadvantaged Business (yes / No)
8(a) Certified (yes / No)
hubzone Certified (yes / No)
*if Your Company Is Sdvosb And/or Vosb, Please Attached Vip Verification.
qualifications To Undertake This Development Opportunity
corporate Overview: Provide Overview Of Sdvosb/vosb Respondent S Organization; Indicate Type Of Organization (for-profit, Non-profit, Etc.) And Core Business Activities; Specify Age Of Organization; Identify Leadership.
housing Development Experience: Summarize The Sdvosb/vosb Respondent S Similar Housing Development Experience And Provide Brief Descriptions Of At Least Three (3) Similar Scale Housing Projects That The Sdvosb/vosb Respondent Has Developed, Including Any Associated Project Infrastructure, Within The Last 10 Years. Include Information Such As: Name, Location, Description Of Housing Type, Number Of Units (specify Market Rate, Affordable Supportive, Etc.), Associated Project Infrastructure, New Construction/renovation, Age, The Number Of Years Involved With The Development, And The Role Of The Sdvosb/vosb Respondent.
affordable And/or Supportive Housing Financing Experience: Summarize The Sdvosb/vosb Respondent S Experience Directly Securing Financing For Similar Scale Affordable And/or Supportive Housing Developments In The Last 10 Years. Provide Brief Descriptions Of At Least Three (3) Similar Affordable And/or Supportive Housing Developments For Which The Sdvosb/vosb Respondent Has Directly Secured Financing. Include Project Information Such As: Name, Location, Description Of Housing Type, Number Of Units (specify Market Rate, Affordable Supportive, Etc.), Total Development Cost, Specific Funding Sources Secured, And Role Of Sdvosb/vosb Respondent.
supportive Housing Development Experience: Summarize The Sdvosb/vosb Respondent S Supportive Housing Development Experience And Provide Brief Descriptions Of At Least Three (3) Similar Supportive Housing Development Projects That The Sdvosb/vosb Respondent Has Developed Within The Last 10 Years. Include Information Such As: Name, Location, Description Of Project (including Supportive Services), Age, The Number Of Years Involved With The Property, And The Role Of The Sdvosb/vosb Respondent.
supportive Housing Management Experience: Summarize The Sdvosb/vosb Respondent S On-site Supportive Housing Management Experience And Provide Brief Descriptions Of Three (3) Similar Supportive Housing Development Projects That The Sdvosb/vosb Respondent Has Directly Managed/operated/owned Within The Last 10 Years. Include Information Such As: Name, Location, Description Of Facilities (including Supportive Services), On-site Staff (if Any), Age, The Number Of Years Involved With The Property, And The Extent Of Your Company S Participation.
supportive Services Experience: Summarize Briefly Your Experience Providing Supportive Services To Veterans Who Are Homeless And/or At Risk Of Homelessness.
historic Rehabilitation Experience: Summarize Briefly Your Experience Developing, Managing, And Operating Historic Rehabilitation Projects. Summary Should Demonstrate A Proven Track Records In The Development, And Experience In Redevelopment, Reuse And Operation, Of Historic Structures.
financial Wherewithal: Provide Evidence Of Your Firm S Financial Wherewithal To Develop Similar Scale Housing Communities Or Adaptively Reuse Historic Building(s) And Attach Supporting Documentation (note: Supporting Documentation Is Excluded From The Page Limitation).
deadline To Submit Questions Regarding Notice
any And All Questions Regarding The Contents Of This Notice Should Be Submitted Via To Richelle Wagner At Richelle.wagner@va.gov By February 24, 2025, At 5:00pm Et. Questions Will Be Answered As An Amendment To The Advertisement.
deadline To Submit Responses To Notice
if Your Organization Has The Qualifications Set Forth In Section Vi Of This Notice And Is Interested And Capable Of Executing All Aspects Of This Opportunity, Please Email Your Response As An Attachment To Richelle Wagner At Richelle.wagner@va.gov
[february 24, 2025, By 5:00pm Et.
Closing Date24 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting.
also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance.
************************************************************************************************
note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary
presolicitation Notice/advertisement Va Office Of Real Property
u.s. Government
veterans Administration (va) Seeks To Lease The Following Space:
the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor.
state:
indiana
city:
indianapolis
delineated Area:
north: Washington Street Indianapolis, Indiana
east: Tibbs Avenue Indianapolis, Indiana
south: Kentucky Avenue Indianapolis, Indiana
west: Interstate 465 Indianapolis, Indiana
minimum Sq. Ft. (aboa):
10,400
maximum Sq. Ft. (aboa):
10,400
space Type:
optical Manufacturing
parking Spaces (total):
50
parking Spaces (surface):
50
parking Spaces (structured):
0
parking Spaces (reserved):
0
full Term:
240 Months
firm Term:
180 Months
option Term:
n/a
additional Requirements:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located In An Existing Single Tenant Building.
if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, 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.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet.
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential.
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel.
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner.
address Or Described Location Of Building.
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area.
description Of Ingress/egress To The Building From A Public Right-of-way.
description Of The Uses Of Adjacent Properties.
fema Map Of Location Evidencing Floodplain Status.
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction.
a Document Indicating The Type Of Zoning.
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use.
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development.
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building.
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement.
action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
************************************************************************************************
action Required:
use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary.
action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page.
do Not Use For Full And Open Procurements.
note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable.
consideration Of Non-productive Agency Downtime In A Cba Should Be Rare.
expressions Of Interest Due:
wednesday, January 15, 2025, 12:00pm Est
market Survey (estimated):
january 20 22, 2025
occupancy (estimated):
september 21, 2025
incumbent
send Expressions Of Interest To:
name/title:
andrew D. Seaman, Lease Contracting Officer
8888 Keystone Crossing Suite 325
indianapolis, In 46240
email Address:
andrew.seaman2@va.gov
government Contact Information
lease Contracting Officer
lee M. Grant
email Address:
lee.grant@va.gov
Attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
X (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
__ (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
indianapolis, In Domiciliary Lease Pre-solicitation Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification);
Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
hidden And Deleted By Macro
Closing Date15 Jan 2025
Tender AmountRefer Documents
Municipality Of Mankayan, Benguet Tender
Civil And Construction...+4Building Construction, Construction Material, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Province Of Benguet Municipality Of Mankayan Project Name : Geotechnical Investigation (soil Testing, Exploration, Etc.) At Barangay Poblacion Location : Mankayan, Benguet (various Barangays) Contract Duration : 30 Calendar Days Approved Budget For The Contract (abc) : Php 270,000.00 Source Of Fund : Saip No. 06 Mode Of Procurement : Public Bidding Terms Of Reference Geotechnical Investigation (soil Testing, Exploration, Etc.) (various Site Location) I. Introduction A. Background The Local Government Unit Of Mankayan Is Embarking On The Implementation Of Multiple Vertical Infrastructure Projects, Including Public Buildings, Healthcare Facilities, And Commercial Centers. These Projects Are Integral To Supporting Community Development, Improving Public Services, And Promoting Economic Growth Within The Municipality. Given The Diverse Nature Of These Projects, It Is Crucial To Guarantee That The Proposed Structures Are Designed And Constructed To Meet Safety, Durability, And Sustainability Standards. The Success Of These Projects Relies Heavily On The Stability And Suitability Of The Underlying Soil And Subsurface Conditions. As Such, A Comprehensive Geotechnical Investigation Is Essential To Provide The Data And Analysis Necessary For Informed Decision-making During The Design And Construction Phases. The Geotechnical Investigation Aims To Evaluate The Physical, Chemical, And Mechanical Properties Of The Subsurface Materials At Each Project Site. This Assessment Will Identify Potential Geotechnical Challenges, Such As Soil Instability, Low Bearing Capacity, High Groundwater Tables, Or The Presence Of Expansive Or Liquefiable Soils, Which Could Impact The Structural Integrity Of The Proposed Buildings. Furthermore, The Investigation Will Ensure Compliance With Local Building Codes And Regulatory Requirements While Optimizing Design Solutions To Balance Safety, Performance, And Cost-efficiency. B. Objectives 1. To Determine The Soil Bearing Capacity To Guide Foundation Design. 2. To Evaluate Soil Composition And Its Properties To Be Able To Assess Soil Stability. 3. To Analyze The Data Obtained And Give Engineering Consideration And Recommendation On The Selection And Design Of Foundation. 4. To Address Seismic Considerations. 5. To Ensure Regulatory Compliance And Standards. 6. To Support Cost-effective Design. C. Scope Of Work The Proposed Projects Are The Subject Of Subsurface Soil Exploration Work Including Geotechnical Report. Name Of Project And Location Number Of Bored Hole Mankayan Public Market, Poblacion 6 Poblacion Barangay Hall, Poblacion 3 Ii. Scope Of Services A. General 1. The Consultant Shall Be Responsible For Carrying Out The Necessary Subsurface Soil Exploration Works In Respect To The Project Stated. 2. After The Issuance And Receipt Of Notice To Proceed (ntp), The Consultant Shall Coordinate With The Municipal Engineering Office To Identify The Site Of The Project. 3. Upon Completion Of The Subsurface Exploration Work Activities, The Consultant Shall Submit Their Final Report Containing Geotechnical/ Geological Reports To The Municipality. 4. All Damages Incurred By The Project Shall Be Restored By The Contractor. 5. The Consultant Shall Be Responsible For The Reliability Of The Work Presented. B. The Service 1. Subsurface Soil Exploration Works A. Location The Consultant Shall Coordinate With The Municipal Engineering Office Before The Conduct Of Subsurface Soil Exploration Works For Proper Identifying The Location Of The Projects. B. Scope Of The Project The Consultant Shall Provide All The Labor, Instrument/ Equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Subsurface Exploration Herein Required, Viz: I. Drilling And Sampling Ii. Standard Penetration Test (spt) Iii. Water Level Measurements Iv. Laboratory Testing And Analysis V. Preparation And Submission Of Reports The Consultant Shall Be Held Solely Responsible For The Result Of This Boring/ Drilling Exploration And Other Activities Under The Terms Of Reference (tor). C. Detailes Exploration Requirements/ Specifications Drilling And Sampling 1. Location And Number All Boreholes At The Specified Location Should Be Shown On The Plans. Include Coordinates. 2. Depths Of Borings Shall Be Equal To 15 Meters Or Extend If Necessary, Depending On The Soil Classification. 3. Procedure In Sand, Clay, And Slit Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, “n”-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run, Ensuring That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The Riverbed To Hard Strata Using 50 Cm Split Spoon Sampler. In A Soft Cohesive Layer, Disturbed Sample Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravely On Rock Formation. Core Samples Shall Be Undertaken Wherever Solid Information Is Encountered. D. Equipment 1. Drilling Machine The Consultant Shall Utilize At Least Two (2) Drilling Machine And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. 2. Bits The Consultant Shall Have An Example Supply Of Different Types Of Bits To Adapt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. 3. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Obtaining Maximum Core Recovery Shall Be Used. 4. Casing The Consultant Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casings Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Beed Finished, The Casings Shall Be Retrieved. E. Handling And Core Samples The Consultant Shall Provide All The Materials, Equipment, And Labor Necessary For Preserving Samples. F. Standard Penetration Test (spt) The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kgs (140 Lbs.) Hammer Falling 76.0 Cm (30 In.) At 1.50 Mts Interval Or Closer If Necessary. G. Water Level Measurement The Water Level Shall Be Measured Daily (before And After) Whenever Encountered In A Borehole. H. Laboratory Testing Analysis The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Test Shall Be Made On Samples Obtained From Boring And Drilling. 1. Split – Spoon Analysis I. Visual Soil Description Ii. Mechanical Analysis, Aashto Designation T88 Iii. Liquid Limit, Plastic Limit And Plasticity Index, Aashto Designation T89 And T90 Iv. Group Index And Soil Classification, Use Unified Soil Classification C. Report Outputs/ Deliverables 1. Final Output The Consultant Shall Prepare The Final Report Containing Geological/ Geotechnical Reports And Analysis In Five (5) Bound Copies In The Form And Substance To Be Submitted To The Local Government Of Mankayan – Engineering Office Together With The Detailed Engineering Plans, Thirty (30) Days From The Commencement Of Work And/ Or At The Termination Of The Contract. The Final Report Shall Not Be Limited To The Following: A. Field Investigation And Methodology B. Borehole Drilling And Sampling C. Laboratory Testing D. Final Boring Logs (bl) E. Final Laboratory Test Results (fltr) F. Borehole Location Plan G. Soil Profile Along Structures Showing Boring/ Drilling Logs H. Soil Liquefactions Investigation Report I. Soil Bearing Capacity J. Detailed Discussion Of The Result Of Geological/ Geotechnical Investigation And Laboratory Testing K. Recommendation (foundation Type And Required Geotechnical Parameter For Design) Other Data To Be Submitted By The Consultant Along With The Final Report Are The Following: Boring Logs A. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor B. Weather Condition C. Depth Of Boring At Start Of The Day D. Method Of Penetration And Flushing System E. Description Of Soil Strata Encountered F. Depth Of Soil Boundaries G. Size, Types And Depth Of Samples And Sample Number H. Type And Depth Of In – Situ Test I. Standard Penetration Test Resistance, “n” Value J. Recovery Ratios Of Samples K. Detailed Notes On Boring/ Drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/ Drilling Tools L. Depth Of Boring At End Of The Day M. Other Relevant Information Such As Rqd, Percent Core Recovery, Andle Of Fiction, Etc. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Consultant And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: A. Equipment Used B. Core Drilling Operation C. Water Level Measurements D. Performance Of Spt And Shelby Tube Samples E. All Cores In The Core Boxes, Spt And Shelby Tube Samples F. Date Photographs Was Taken. Note: Photographs Will Be Printed As A Part Of The Final Report. Produce Another Set Of Photographs In 3r Size. Iii. Implementation A. Key Experts’ Qualification And Requirements The Following Experts/ Professionals And Their Member Shall Be Required To Carry Out The Consulting Services For The Projects And Should Have Appropriate Educational Degree, Relevant Training And Adequate Years Of Experience In The Conduct Of Sub-surface Soil Exploration. Position/ Key Staff Number Of Staff Detailed Tasks/ Responsibilities Required Qualifications Team Leader 1 • Overall Guidance, Direction, Supervision And Coordination Of Members Of The Team • Study And Determination Of Items And Method Of Soil Investigation And Laboratory Test • Perform Necessary Subsoil Investigations On Representative Sections Of The Road With Samples To Be Taken At Suitable Intervals • Investigate The Physical Properties Of Materials To Facilitate The Design Of Structures • Bs In Civil Engineering; Ms Or Doctoral Degree Is An Added Advantage • Duly Licensed/ Registered Civil Engineer • At Least 10-year Experience On Soil, Sub-surface And Geotechnical Survey And Study Of Structures, Roads And Bridges The Consultant Shall Provide Technical And Administrative Support Staff As May Require. B. Contract Period The Consultant’s Contract Period For Undertaking The Detailed Engineering Design And Final Report Shall Be Thirty (30) Calendar Days And The Consultant Shall Commence Work After Receipt Of Notice To Proceed. C. Assistance To Be Provided By The Client The Lgu Of Mankayan Shall Ensure That The Consultant Has Access To All Relevant Information Necessary To The Performance Of The Above Services. The Consultant Is Expected To Provide Office Space And Equipment And All Other Resources For Completing The Service. Prepared By: Recommending Approval: Mharidion L. Gas-ing Jonathan S. Casaldo Architect I Municipal Engineer Approved: Hon. Dario S. Banario Municipal Mayor Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 26, 2025 Dropping Of Bids, (08:00am-09:30am) At Municipal Library February 26, 2025 Opening Of Bids, (10:00am) At Municipal Library A Complete Set Of Bid Documents May Be Acquired From The Bac, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Prepared By: Digno M. Valentin Mbac-chairman
Closing Date13 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: This Is A Sources Sought Announcement Only And Serves As Market Research In Accordance With Federal Acquisition Regulation (far) Part 10. This Synopsis Is Issued Solely For Market Research And Planning Purposes. The Purpose Is To Improve The Government's Understanding Of The Current Marketplace And To Identify Capable Sources – This Is Not A Request For Proposal. This Synopsis Is Not To Be Construed As Commitment On The Part Of The Government To Award A Contract Nor Does The Government Intend To Directly Pay For Any Information Submitted As The Result Of This Synopsis.
the Department Of The Air Force, Air Force Materiel Command (afmc), Air Force Life Cycle Management Center (aflcmc), Fighters & Advanced Aircraft Directorate (aflcmc/wa), F-15 System Program Office (aflcmc/waq), Wright-patterson Air Force Base (wpafb), Ohio, Is Seeking Capabilities Packages Of Potential Sources, Including Large And Small Business (sb), 8(a), Hubzone, Women-owned (wo), And Service-disabled Veteran-owned (sdvo) Small Businesses That Are Capable Of Providing The Personnel, Supervision, Items, And Services Necessary To Perform The Requirements To Support The Depot Activation And Sustainment Capability For The F-15e/ex Molecular Sieve Oxygen Generator Subsystem (msogs). Firms That Respond Shall Specify That Their Capabilities Meet Specifications Provided In The Attached Program Requirements And Provide Detailed Information To Show Clear Technical Compliance.
instructions For Responses:
read The F-15e/ex Msogs Depot Activation Program Requirements Attached To Determine If You Believe Your Company Has The Expertise, Capabilities, And Experience To Perform This Type Of Effort.
if, After Reviewing, You Believe Your Company Can Meet The F-15e/ex Msogs Depot Activation Requirements, You May Provide Documentation That Supports Your Company’s Expertise, Capabilities, And Experience. To Do So, Provide Answers To Capabilities And Part I: Business Information In Accordance With Part Ii; Communication, All Shown Below.
this Publication Is Intended To Elicit Responses From Sources With The Knowledge, Skills, Data, Equipment, Proper Facilities, And Capacity To Meet The Air Force's Requirements. The Dollar Value And Period Of Performance (pop) Will Be Commensurate To The Requirement. Contract Efforts Are Subject To Far 52.232-18 Availability Of Funds.
aflcmc/waq Is Continually Surveying The Market To Identify Sources Able To Perform All Previously Mentioned Requirements. Qualified Sources Must Have The Knowledge And Capability To Perform All Stated Requirements Starting Approximately Fiscal Year 2026. If A Contractor Believes That They Have The Capability And Are Qualified To Meet The Usg’s Requirements, Please Respond To This Pre-solicitation Synopsis With The Following Information For Af Assessment:
capabilities:
the Capabilities Package Should Be Brief And Concise, And Clearly Describe The Capabilities Of Your Company And Nature Of The Good And/or Services You Provide, Along With Your Ability To Meet The F-15e/ex Msogs Depot Activation Requirements. The Package Should Include The Following Information:
recent, Relevant Experience In Above Discussed Areas.
teaming And/or Subcontracting Arrangements Should Be Clearly Delineated, And Previous Experience Teaming Must Be Provided. If Subcontractors Are To Be Used, Provide Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses Will Be Used.
major Risks: Identify Any Major Performance, Schedule, Or Cost Risks Anticipated.
a Response Offering Other Than The Requirements In The Attached Program Requirements Will Be Considered Non-responsive. The Contractor May Provide Additional Tasks Required For Successful F-15e/ex Msogs Depot Activation Not Specified With Adequate Justification In Their Response.
requested Responses
part I: Business Information:
please Provide The Following Business Information For Your Company And For Any Teaming Or Joint Venture Partners:
name Of Company
contractor And Government Entity (cage) Code
address
point Of Contact (to Include Phone Number And Email Address)
web Page Url
facility And Security Clearance
firms Responding To This Announcement Should Indicate Whether They Are A Large Business, Small Business, Small, Disadvantaged Business (sdb), Woman-owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), 8(a)-certified Business, Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Or Historically Underutilized Business Zone Small Business (hubzone).
the National American Industry Classification System (naics) Code For This Action Is 541330, Size Standard 1,000 Employees; Please Indicate Number Of Employees Relative To The Size Standard Of 1,000. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Department Of Defense (dod) Contract.
identify If Your Company Is Domestically Or Foreign Owned. If Foreign, Please Indicate The Country Of Ownership.
respondents Should Also State Whether They Are Interested In Being A Prime Contractor For This Requirement Or A Subcontractor.
acquisition Strategy Has Not Yet Been Determined; Market Research Results Will Assist The Af In Determining Whether This Requirement Will Be A Full And Open, Small Business Set-aside, Or Sole Source Acquisition.
note: If There Is Sufficient Demonstrated Interest And Capability Among Small Business Concerns, A Key Factor In Determining If A Portion Or Portions Of An Acquisition Or The Entire Acquisition Will Be A Small Business Set Aside Is A Reasonable Expectation That Two Or More Responsible Small Business Concerns Will Submit Offers That Are Competitive In Terms Of Fair Market Prices, Quality, And Delivery. If This Effort Is Not Set Aside For Small Business, Small Business Utilization Will Be Considered. Request That Large And Small Businesses Provide A Reasonable Expectation For Small Business Utilization As A Percent Of Total Contract Value. Please Provide Supporting Rationale For The Recommended Percentage.
part Ii: Communication:
all Submissions Are Requested To Be Made Electronically By 4 Pm Est On 25 February 2025 And Sent To The F-15 Development System Office, Attention: Valerie.neff@us.af.mil. Please Limit The Response To The Equivalent Of 100 8.5 X 11-inch Pages With No Smaller Than 12-point Font. Only Affirmative Responses To This Notice Will Be Assessed To The Extent Necessary For The Government To Determine The Technical Capability Of The Firm To Meet The F-15e/ex Msogs Depot Activation Requirements. Submissions Must Not Exceed 4 Mb.
annual Appropriations Are Anticipated As The Funding Source. Any Information Submitted By Respondents To This Synopsis Is Strictly Voluntary. This Synopsis Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Reimburse The Respondents For Any Costs Associated With Their Responses. This Synopsis Does Not Constitute A Request For Proposals (rfp), Or An Invitation For Bids (ifb), Nor Does Its Issuance Restrict The Government As To Its Ultimate Acquisition Approach. The Government Reserves The Right To Contact The Submitting Parties As Required, For Further Clarification On Material Provided. Respondents Will Not Be Notified Of The Results Of The Assessment.
contracting Office Address:
aflcmc/waqk
f-15 Division
attention:
area B, Bldg 553 Rm 290
2690 Loop Road
wright-patterson Afb, Ohio 45433-7424
Closing Date25 Feb 2025
Tender AmountRefer Documents
Ministry of Justice Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
France
Details: This Framework Agreement Covers The Carrying Out Of Preliminary Land And Urban Planning Studies (Data Collection, Feasibility Study) And The Drafting Of Specific Files (Project Declaration, Declaration Of Public Utility, Environmental Study, The Carrying Out Of Impact Studies, Of The Compatibility File Of Urban Planning Documents (Excluding The Land Survey File) Relating To The Construction Of Large (Several Hundred Places) And Small Capacity (Between 15 And 150 Places, Such As Semi-Freedom Center Or Structure For Support Towards Release) Penitentiary Establishments In Mayotte. It May Be Executed Via The Issuance Of Purchase Orders And Subsequent Contracts. Framework Agreement Without Mini / With A Maxi Over The Total Duration Of The AC Of €198,000 excluding VAT. AC With A Duration Of 12 Months Renewable 3 Times - 48 Months (4 Years) Max.
Closing Date13 Jan 2025
Tender AmountRefer Documents
MUNICIPALITY OF DOLNI LANOV Tender
Others
Czech Republic
Details: The subject of the public contract is construction work and related supplies and services consisting in the reconstruction of the existing bridge structure, which transfers local traffic over the bed of a watercourse with a permanent flow (malé Elbe – Vodní Linie Idvt: 10100231). The existing bridge shows a number of faults that need to be resolved as soon as possible. A separate diagnostic construction and technical survey was prepared for the bridge structure, including recommendations for further management of the bridge structure. For this reason, the contracting authority decided to carry out the reconstruction of the existing bridge structure within the given scope, while retaining the existing horizontal supporting structure. The necessary modification of the local traffic on both bridgeheads is also being addressed as part of the reconstruction. The reconstruction requires the lateral relocation of the cable line.
Closing Date7 Jan 2025
Tender AmountCZK 6.7 Million (USD 275.4 K)
Other Organizations Tender
Electrical Goods and Equipments...+1Electrical and Electronics
France
Details: Diagnostics of the South Posts of Building N at the Onera Center in Palaiseau The Work Units Are as Follows: • Review of the File and Drafting of a Strategic Note; • Site Installation; • Visual Inspection and Crack Survey; • Reinforcement Coating Measurements; • Moisture Measurement; • Permeability/Capillarity Measurement; • In Situ Carbonation Measurement; • Chloride Ion Dosage Measurement; • Mortar and Concrete Surface Cohesion Measurement; • Electrochemical Potential Measurement; • Measurement of the Compressive Strength of a Test Piece; • Sclerometer Measurements; • Delivery and Return of a Nacelle; • Daily Rental of a Nacelle; • Test Report; • Final Test Summary Report; • General Hypothesis Note; • “Contractual Load Case” Calculation Note; • Calculation Note “Current Load Cases”; • Calculation Note “Acceptable Load Cases”; • Recommendation Report on Repairs and Monitoring of Posts; • Final Diagnostic Report.
Closing Date22 Jan 2025
Tender AmountRefer Documents
7401-7410 of 7496 archived Tenders