Survey Tenders

Survey Tenders

National Academy Of Science And Technology Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 780 K (USD 13.3 K)
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Ten (10) Months Subscription Of Cloud Computing, Collaboration, And Productivity Tools And Software Specifications: Types Of Subscription: Business Standard Number Of Users: Eighty (80) Custom Email With Domain Name (nast.dost.gov.ph) Cloud Based Collaboration And Productivity Tools And Software The Collaboration And Productivity Tools And Software Includes: 1) Web-based Email Service 2) File Storage And Synchronization Service (up To 2tb Disk Space) 3) Video Conferencing Application 4) Online Calendar 5) Survey Application 6) Productivity Applications 7) Communication Software Other Requirements:  Twenty-four/seven (24/7) Technical Support (initial Setup, Licensing, Basic Administration)  Provide Services For The Data Migration And Renewal Of Existing Account (customer Account Id Will Be Provided)  Technical Training: 2 It Admin Only  Provision Of Additional Users  Supplier Must Be Authorized Supplier/reseller  Billing Cycle: One-time Payment Upon Delivery And Activation  Activation Date: February 19, 2025 Abc: Php780,063.36 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City   The Deadline For Submission Of Quotation Is On January 20, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation. the U.s. Army Corps Of Engineers – Galveston District Has Been Tasked To Solicit And Award A Construction Contract For The Texas City I Wall. The Proposed Project Will Result In A Firm-fixed Price Contract. The Government Intends To Issue A Solicitation; However, The Results And Analysis Of The Market Research Will Finalize The Determination Of Procurement Method. The Type Of Set-aside, If Any, Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), 8(a) Small Business Development Program, Historically Underutilized Business Zones (hub-zone), Service Disabled Veteran Owned Small Business (sdvosb), And Woman-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Wosb, And Sdvosb Businesses Are Highly Encouraged To Participate. should The Acquisition Be Set-aside For The 8(a) Program, 8(a) Firms Are Reminded They Need To Have A Bona Fide Office In The Geographical Area Of Consideration Where The Work Is To Be Performed As Determined By Sba. project Information: general Description: The Project Includes The Demolition Of Approximately 360 Linear Feet Of Existing Floodwall And Construction Of Approximately 360 Linear Feet Of New Floodwall. Demolition Also Includes Specified Features Such As Pavements, Existing Hesco Barrier And Storm Drain Infrastructure And Other Existing Features In Direct Conflict With Construction That Are Not Handled By The Non-federal Sponsor. The I-wall Will Be Replaced With A Concrete Inverted T-wall That Goes From Ground Elevation (approx. 9.5 Feet On Average) To Elevation 22.25 Feet, Consisting Of Approximately 12,800 Linear Feet Of Steel H-piles, Miscellaneous Earthwork, And Water-tight Door And Frame. The Project Will Not Include The Placement Of Temporary Flood Protection. The Work Area Is Within An Active Chemical Refinery And The Contractor Will Be Required To Provide Security Personnel To Meet Marsec Requirements. Additionally, Vibration Monitoring Will Be Required. All Work Activities Due To Loading And Unloading Along The Dock Must Be Coordinated By Contractor With Ineos.this Project Is Located In Galveston County, Texas City, Texas. completion Time: 9 Months. estimated Magnitude For This Effort Is Between $10,000,000 And 25,000,000. naics Code 237990, Other Heavy And Civil Engineering Construction. sb Size Standard Is $45.0m. psc Code: Y1kz Construction Of Other Conservation And Development Facilities bonding Requirements: The Contractor Will Be Required To Provide The Performance And Payment Bonds Within 3 Calendar Day After Award. The Contractor Shall Begin Work Within 10 Calendar Days After Acknowledgement Of The Notice To Proceed. questions Concerning This Sources Sought Should Be Emailed To The Contract Specialist, Ms. Carmen E Hopkins Carmen.e.hopkins@usace.army.mil. anticipated Solicitation Issuance Date Is On Or About April 2024, And The Estimated Proposal Due Date Will Be On Or About August 2024. The Official Synopsis Citing The Solicitation Number Will Be Issued On Beta.sam And Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. However, All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual, (em 385 1-1, And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations). responses Are Limited To 10 Pages And The Following Information Is Requested: sam Unique Entity Id (uei) & Commercial And Government Entity (cage) (this Information Can Be Obtained From Your System For Award Management (sam) Registration At Www.sam.gov ). name Of Firm W/address, Phone, Fax, E-mail Address, And Point Of Contact. state If Your Company Is A Small Business, Sba Certified 8(a) Firm, Hubzone Small Business, Or Service-disabled Veteran-owned Small Business. Proof Of Small Business Administration (sba) Registration For 8(a), Hubzone Small Business And Woman-owned Small Business Shall Be Provided As Part Of Your Documentation. firm's Bonding Capability (bonding Level Per Contract And Aggregate Bonding Level, Both Expressed In Dollars, Via Letter From The Bonding Company). indicate Whether Your Firm Will Submit A Bid For This Project If Set-aside For Small Business, 8(a), Hubzone Small Business, Service Disabled Veteran-owned Small Business Or Woman-owned Small Business. provide Information On The Most Recent Up To Five Projects That Demonstrate Experience As A Prime Contractor Of Your Firm's Capability To Perform A Contract Of This Magnitude And Complexity. Incorporate A Brief Description Of The Project, Contract Number, Customer's Name And Phone Number, Timeline Of Performance, Customer Satisfaction And Dollar Value Of The Project. firm's Joint Venture Information If Applicable - Existing And Potential. firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. if You Can Meet All Of The Requirements For This Project, Please Respond To This Sources Sought Announcement No Later Than The Response Date And Time Indicated In This Announcement. interested Firms Should Submit Responses Via Email To Carmen E Hopkins Carmen.e.hopkins@usace.army.mil By 9 January 2025 At 1600 Cst. All Interested Firms Must Be Registered In Beta.sam.gov To Be Eligible For Award Of Government Contracts.

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only To Identify Potential Offerors For The Design Bid Build Construction Project, B783 (p620) Engine Test Cell Facility, Naval Air Station(nas), Jacksonville, Florida. this Is Not A Request For Proposals Or An Invitation For Bid. No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation Currently Available. In Order To Protect The Procurement Integrity Of Any Future Procurement That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. the Purpose Of This Notice Is To Gain Knowledge Of Qualified And Interested Parties In Any Of The Following Categories: Small Business, U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Woman-owned Small Business (wosb), Veteran-owned Small Business (vosb), And Service Disabled Veteran-owned Small Business (sdvosb). Potential Sources Should Have Current Relevant Qualifications, Experience, Personnel And Capability To Perform This Proposed Project. The Type Of Solicitation To Be Issued Will Depend Upon Responses To This Sources Sought Notice. The Government Will Use The Sources Sought Responses Along With Other Market Research To Make Various Determinations Regarding The Procurement. project Description: this Project Is A Design Bid Build Reconstruction Of An Existing Two Bay Engine Test Cell Facility At Nas Jacksonville. The Existing Facility, B873, Will Be Upgraded And Expanded To Accommodate Testing Of The Joint Strike Fighter (jsf) Engine And Legacy Jet Engines. Reconstruction Will Include Aircraft Jet Engine Propulsion Facility Renovation Of Approximately 25,000sf Of The Existing Facility, Expansion Approximately 16,000sf And Construction Of Two New Augmenters Totaling Approximately 6,000sf. Work Will Include But Is Not Limited To, Traditional Construction Elements Such As Concrete, Structural Steel, Roofing, Etc. And Demolition Of Exterior Envelope And Interior Construction. Additionally Work Will Include Specialized Acoustical Attenuation, Multiple Crane Hoists On New Customized Rail System To Include Switches, Procurement Of Equipment Such As A Thrustbed And Specialized Test Cell Support Equipment, Data Acquisition And Control System (dacs) And Facility Control And Monitoring System (fcms), Installation Network Infrastructure, Fuel Farm Expansion, Furniture, Fixture And Equipment (ff&e), Electronic Security Systems (ess) Infrastructure And Construction Support During Engine Correlation. Coordination With Engine Manufacturers Will Be Required. The Estimated Period Of Performance Is 871 Calendar Days. any Resultant Contract Will Be Firm-fixed Price. The North American Industry Classification System (naics) Code Is 236220 – Commercial And Institutional Building Construction With The Annual Size Standard Of $45.0 Million. Project Magnitude Is More Than $100,000,000. There Some Portions Of This Project Will Be Controlled Unclassified Information (cui), Therefore Recipients Of The Subject Documents Shall Be U.s. Citizen-owned Companies And Be U.s. Citizens. All Subject Documents Shall Be Maintained/stored/positive Control Iaw Cui Guidelines. Under The Far Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 20 Percent Of The Contract Work With Its Own Employees. The Anticipated Award Date Is May 2026. industry Will Be Notified Of The Results Of This Evaluation And Set-aside Determination Via The Pre-solicitation/synopsis Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement. Capability Statements Consisting Of Appropriate Documentation Will Be Accepted, Providing It Contains All The Information Required Below (items 1-6). Complete Submission Package Shall Not Exceed 24 Pages. The Information Which Must Be Contained In Your Response Is As Follows: 1) Contractor Information: Name And Address Of Company, Point Of Contact With Phone Number And Email Address. 2) Type Of Business: Identify The Company’s Business Size And Socio-economic Status (hubzone, 8(a), Sdvosb, Wosb, Etc.) For Naics Code 236220 Applicable To This Sources Sought. If Your Firm Is Claiming Hubzone Or 8(a) Status, Provide A Copy Of Your Sba Certification. 3) Bond Capacity: Information Must Include Surety’s Name, Point Of Contact, Telephone Number, Email Address, And The Bonding Capacity Of At Least $130 Million Per Project, And The Maximum Aggregate Bonding. 4) System For Award Management (sam): Evidence Of Registration In The Sam, Including Cage Code And Unique Entity Identifier (formerly Duns Number). 5) Interest: Indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: _____ Yes ______no. 6) Experience Submission Requirements: responders Shall Submit A Minimum Of Two (2) And A Maximum Of Three (3) Projects Including Contract Numbers, Project Titles, Dollar Amounts, Project Completion Date, Performance Ratings, And Evidence Of Specific Capabilities Listed Below: demonstrate Prime Contractor Experience Constructing And/or Renovating A Jet Engine Propulsion Facilities That Was Self-performed; Must Have Been Completed And Accredited/certified Within The Last Ten Years, Have A Value Of Approximately $50,000,000 Or Greater; And Be Similar In Size, Scope And Complexity To The Proposed Nas Jacksonville Engine Test Cell Facility. provide A Brief Description Including Completion Date And Final Contract Value. If They Are Not Approximately Equal To The Requested Dollar Value, Identify The Dollar Value And Explain In No More Than One Paragraph Why We Should Consider The Project. a. Submissions Shall Contain The Following Items Below (1-6) For Each Project Submitted For Consideration. 1. Include Contract Number, If Applicable 2. Indicate Whether Prime Contractor Or Subcontractor 3. Contract Value 4. Completion Date 5. Government/agency Point Of Contact And Current Telephone Number. 6. Project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size And Scope To The Project Description In This Announcement; And, How The Contract Referenced Relates To The Project Description Herein. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. After Completing Its Analysis, The Government Will Determine Whether To Limit Competition Among 8(a), Hubzone, Sdvosb, Vosb, Wosb And/or Small Business Firms Or To Proceed With Issuing An Unrestricted Solicitation, Inviting Full And Open Competition. interested Parties Should Respond No Later Than February 21 2025, 2:00 Pm Eastern Time Via Email To Cynthia.a.mcmonigle.civ@us.navy.mil And Lindsay.e.betteridge.civ@us.navy.mil. The Subject Line Of The Email Shall Read: B873 (p620) Engine Test Cell Facility At Naval Air Station Jacksonville, Fl. Emails Shall Be No More Than 8 Mb In Size. Responses That Do Not Meet All Requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A Base Plus Four Option Year Contract To Supply Biorad Controls Needed For Quality Control Testing For A Wide Range Of Blood Analytes For The James E. Van Zandt Va Medical Center-2907 Pleasant Valley, Blvd, Altoona, Pa 16602. this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Statement Of Work. the North American Industry Classification System Code (naics) Is 334516 Medical Laboratories, And The Small Business Size Standard Is 1000 Employees For This Type Of Effort. vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov). capability Statement And Documentation: companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information: 1. Company Information: Company Name Company Address Company Uei Sam Company Naics Code(s) Point Of Contact Name Point Of Contact Phone Number Point Of Contact Email Address Company Website (if Available) 2. The North American Industry Classification System Code (naics) Is 339113 Medical Laboratories, And The Small Business Size Standard Is 800. based On This Information, Please Indicate Whether Your Company Is A: service-disabled Veteran Owned Small Business (sdvosb) veteran Owned Small Business (vosb) 8(a) hub Zone Small Business women Owned Small Business small Disadvantaged Business (sdb) small Business Concern large Business 3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Sow). 4. Government Contracts For These Services In The Last 3 Years. Include: government Agency contract Number dollar Value period Of Performance government Point Of Contact Information (name, Email, Phone Number) information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Friday, 01/17/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov. statement Of Work For Biorad Controls: biorad Controls Are Needed For Quality Control Testing For A Wide Range Of Blood Analytes. These Analytes Are Used To Aid Practitioners In The Diagnosis Of Disease. The Quality Control Material Is Used On Our Abbott Alinity Blood Analyzers That Measure These Analytes And Were Set Up By Abbott Upon Initial Installation Of The Analyzers, Passing All Performance Validation Measures. The Biorad Controls Have Specific, Known Levels Of All These Analytes. When These Controls Are Tested On The Analyzer, We Can Determine If The Analyzer Is Functioning Properly And As A Result If The Analyzer Will Test Patient Blood Levels Accurately. Without Proper Verification Of Analyzer Functioning Using This Quality Control Material, We Cannot Proceed With Patient Blood Testing. Biorad Quality Controls Are Compatible With Our Current Test Methods On Our Abbott Alinity Analyzers. Our Laboratory Is Currently Set Up With Bio-rad S Online Quality Control Peer Review Program, Which Allows Us To Compare Our Quality Control Results With Those Of Other Laboratories. Verifying Proper Functioning Of Our Blood Analyzer With The Biorad Controls And Comparing With Other Laboratories On Bio-rad S Peer Review Program, Which Allows The Lab To Accurately Test Patient Blood Samples And Aid Practitioner S Diagnoses. Without It, Patient Testing Cannot Proceed. All Materials Received In One Shipment Must Be Of Same Lot And With The Longest Expiration Date Possible. We Also Need To Have Materials That Have An Expiration Date Of Longer Than One Year To Be Sequestered, As To Limit The Amount Of Lot-to-lot Comparison That Will Need To Be Completed Between Each Lot. This Can Be Time Consuming And Wasteful. special Instructions And Delivery Schedule Needed For Biorad Controls For Optimal Continuity Of Patient Care: item #697 Biorad Liquid Unassayed Multiqual Level 1 quantity =14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #698 Biorad Liquid Unassayed Multiqual Level 2 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #699 Biorad Liquid Unassayed Multiqual Level 3 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #360 Biorad Liquichek Ia Plus, Trilevel   quantity = 42 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #544 Biorad Liquichek Ethanol/ammonia Level 1 Quantity = 16 Ship Ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #545 Biorad Liquichek Ethanol/ammonia Level 2 Quantity = 16 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #546 Biorad Liquichek Ethanol/ammonia Level 3 Quantity = 16 Ship All Same Lot #, Longest Expiration Date Of At Least Year item #397 Biorad Liquichek Urine Level 1 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #398 Biorad Liquichek Urine Level 2 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #146 Biorad Liquichek Cardiac Markers Plus Level 1 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #147 Biorad Liquichek Cardiac Markers Plus Level 2 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #148 Biorad Liquichek Cardiac Markers Plus Level 3 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: ***request For Information Only - Looking For Sources *** Location Of Work Is Natick, Ma. Lecture Hall And Lobby Audio/visual (a/v) Refreshmarket Survey Request: This Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. Background: The United States Army Medical Research Institute Of Environmental Medicine (usariem) Is Requiring A Microsoft Teams Supported Solution (logitech Preferred To Align With Other Conference Room Spaces) For Both Their Lecture Hall And Their Building Lobby Area. Requirement: Desired Outcomes For Usariem Lecture Hall And Lobby Audio / Visual (a/v) Refresh: Note: Simplicity And Stability In This Design Is Important. Also, As-is Drawing Of Current System Connectivity (as Provided By Installer Who Put It Together) Is Available. 1.) Lecture Hall: Remove:(all Removed Items Must Be Retained By Usariem For Proper Turn In And Disposal). All Existing Cisco Codec And Associated Peripherals That Will Not Be Reused In This Design A. Projector B. Projector Ceiling Mount. Keep: A. Existing Ceiling Mounted Bose Speakers B. Existing Podium (unless Theres A Reason To Remove And Replace With A Better Solution) C. Existing Side Wall Mounted Camera To View The Presenter On Stage (unless Theres A Reason To Remove And Replace With A Better Solution). Install: A. New Ms-teams Native Solution Installed (logitech Preferred To Align With Other Conference Room Spaces) B. In-ceiling Microphones Throughout The Room C. Display Wall To Support High Resolution Images Clearly Visible From All Angles Of The Room D. Expected Dimensions: 12ft Wide By About 7ft High (16:9 Width To Height Ratio) Desired End State Of Lecture Hall: A. High Quality Display Easily Viewable From Any Seat In The Room In Any Lighting Condition The Room Provides (lights All On Or Partial On-off). B. Ms Teams Supported Solution To Allow Easy Integration. C. Ability To Use A Laptop That Plugs Into The Room Via A Single Usb-c Connection And Provides Audio (output From Laptop As Well As Microphone Input To Laptop) As Well As Video Output To A Large Display To Be Procured And Installed As A Part Of This Contract. D. Ability To Use The In-room Audio (podium Microphone And In-room Speakers) And A Means To Turn Up/down Volume Levels Via Some Simple And Obvious Interface Available To The Presenter. E. Microphones That Can Pick Up Audio From All Throughout The Room, Not Just At The Podium For The Presenter. 2.) Lobby: (simplicity And Reliability Are The Most Important Factors For This Design). Remove: (note: Electronics Items To Be Retained By Usariem For Proper Turn In And Disposal). A. Two Existing Wall Mounted Tvs. Keep: A. Not Applicable. Install: A. Two Tvs Mounted On Right Wall When Entering The Building (wall 190 Inches H X 94 Inches W). B. One Vertical Display Which Will Be Used For Digital Signage ? Expected Dimensions: 5ft Tall By About 3ft Wide (16:9 Ratio). C. One Horizontal Display Which Will Be Used To Display Both Interactive And Non-interactive Content: Expected Dimensions: 60-inch Display, Likely Approx. 53-inch X 30-inch. D. Horizontal Display Will Be Slight Right Of The Center Of Overall Wall. E. Vertical Display Will Be Centered Between Left Wall And Horizontal Display F. Mechanism To Update Content On Both Displays. G. Displays Will Have Frames Around Them Desired End State Of Lobby: A. Two Displays That Are Easily Updated Either Through Network Connected Software Or Usb (back-up If Only Option). B. Network Setup Should Not Include Any Type Of Media Server If Going That Route. Submittals: Summaries Of The Services As Listed Above Shall Be No More Than Five (5) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A Page) And Shall Describe Service Capabilities In Each Of These Areas. Interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 238210, Electrical Contractors, And Other Wiring Installation Contractors, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Governments Requested Date Of Submittal Of 07 January 2025, 11:00am Eastern Standard Time (est). Interested Parties Shall Submit Information In Response To This Rfi To: Jennifer.s.bassett.civ@health.mil. Responses Shall Be Submitted And Received Via Email No Later Than Two O-clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And Or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. Questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Jennifer.s.bassett.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. Please Provide Information On Your Organization In The Following Areas: 1. Company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. 2. Duns Number And Cage Code 3. Confirmation Of Current Active Registration In System For Award Management (sam) 4. Primary Naics Code(s) And Business Size (i.e., Small/large) 5. Gsa Schedule, If Available 6. Commercial Price List, If Gsa Schedule Is Not Available 7. Product Specific Brochures Literature. Provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. Request For Information For Planning Purposes (oct 1997)(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Lecture Hall And Lobby Audio / Visual (a/v) Refresh. (end Of Provision)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Energy, Oil and Gas...+2Electrical Generators And Transformers, Electrical and Electronics
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: In Accordance With (iaw) Far 15.201(c)(3) This Is A Sources Sought For Market Research. This Sources Sought Is Not A Request For Proposals, Quotations Or Bids. This Announcement Constitutes A Sources Sought (market Survey). This Notice Is A Request For Information To Provide Data For Planning Purposes Only And Does Not Constitute An Invitation For Bids, A Request For Proposals, Solicitation, Request For Quotes, Or An Indication The Government Will Contract For The Services Contained In This Sources Sought. This Sources Sought Is A Market Research Tool Used By The Acquisition Team To Determine Potential And Eligible Businesses That Have The Capability And Interest In This Requirement. This Also Serves As A Request For Comments On The Draft Statement Of Work (sow). the U.s. Department Of Commerce, National Institute Of Standards & Technology (nist), Acquisition Management Division (amd) Seeks Information From Prime Contractors Capable Of And Interested In Providing Services For Central Utility Plant Generator Replacement For The Nist Boulder, Co Site Prior To Determining The Method Of Acquisition. this Request Is Not To Be Construed As A Commitment On The Part Of The Government To Award A Contract, Nor Will The Government Pay Or Reimburse Respondents For Any Information Submitted As A Result Of This Notice. Any Responses Received Will Not Be Used As A Proposal. Respondents Will Not Be Notified Of The Sources Sought Evaluation Results, Nor Will Questions Be Addressed By The Government. the Results Of This Sources Sought Will Be Utilized To Assess The Amount Of Interest And Capability In The Current Market, And To Determine If Any Small Business Set-aside Opportunities Exist For This Potential Requirement. All Small Business Set-aside Categories Will Be Considered. This Market Research Tool Will Be Used To Identify Potential And Eligible Firms, Of All Sizes, Prior To Determining The Method Of Acquisition And Level Of Announcement For Issuance Of A Solicitation. the Request For Comments Portion Of This Sources Sought Provides Contractors The Opportunity To Make Any Comments, Including Recommendations, Regarding The Draft Statement Of Work (sow) For The Potential Project. Comments Will Be Used For Consideration In The Development Of The Sow. The Government Will Not Provide Responses To Any Questions Or Requests For Information Regarding This Project As A Part Of This Sources Sought And Request For Comments. project Description: 1. Nist Is Soliciting Capability Statements From All Interested Parties To Perform As A Design-build (db) Contractor For The Design And Construction Of The Central Utility Plant Generator Replacement. 2. The North American Industry Classification System (naics) Code For The Proposed Acquisition Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $39.5 Million. 3. Planned Acquisition Type: Firm Fixed-price Contract. The Acquisition Is Planned To Be Performed In Accordance With Far Part 36 Construction And Architect-engineer Contracts And Far Part 15 Contracting By Negotiation. 4. Project Magnitude: In Accordance With Far Part 36 The Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. sources Sought: Interested And Capable Prime Contractors Are Requested To Electronically Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length Inclusive Of The Following Information: 1. Company Name And Address. The Name, Position Title, Telephone Number And Email Address Of A Company Point Of Contact (poc). 2. Unique Entity Identifier (uei) In The System For Award Management (sam) At Www.sam.gov. 3. Indicate Whether Your Company Is A Large Business Or A Small Business Under The Naics Code Specified In This Announcement. Small Businesses Shall Also Include Status As Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, And/or Women-owned Small Business. 4. Company Profile Description: statement Of Capability Stating Your Company’s Skills, Experience, Knowledge, Bonding Capability (single And Aggregate), And Equipment To Perform The Type Of Work Identified In This Sources Sought. This Should Include Documentation Of Past Specialized Experience And Technical Competence In Performing Similar Projects, Up To Ten (10) Recent And Relevant Past Projects For Which Your Company Was The Prime Contractor. For The Purposes Of The Sources Sought, "similar" Is Defined As The Replacement Of A Commercial Generator Similar To The One Described In The Draft Sow And Accompanying Specifications Document At An Occupied Campus/base, With Construction Costs Equal To Or Greater Than $1 Million. 6. Recent Experience Is Experience Performed Within The Last Five (5) Years. For Each Project Experience, Identify The Following: a. Did Your Company Perform As A Prime Or Sub-contractor? b. Description Of The Work Performed By Your Company. Identify/describe The Work Types (i.e. Civil, Mechanical, Electrical, Architectural, Structural, Etc.) c. Was Your Company’s Work Design-build (db) Or Design-bid-build (dbb)? d. Identify The Work As New Construction Or Renovation Of An Existing Facility. For Renovation Work, Did The Work Require Working Around Occupied Spaces? e. Approximately What Dollar Amount And Percentage, And What Types Of Work Did Your Company Perform Directly? What Percentage And Types Of Work Did Your Company Sub-contract Out? f. Provide A Contract Number, The Customer Organization Government/agency Or Private Firm), A Poc, And A Current Telephone Number And Email Address For The Customer Poc. 7. Can Your Company Provide The Db Work Per The Draft Sow As A Prime Contractor? 8. Would Your Company Provide The Db Work Per The Draft Sow As A Part Of A Joint Venture, Partnership, Mentor/protégé Or Other Legal Arrangement? If So, Please Identify The Legal Arrangement. 9. Would Your Company Sub-contract Work In The Performance Of The Sow? If So, What Percentage Of Work Would Your Company Perform As A Prime Contractor? 10. Any Other Relevant Information That Is Not Listed Above Which The Government May Consider In Developing The Service Requirement And Market Research. 11. Company Sales Brochures Or Marketing Packages Will Not Be Considered. request For Comments: All Comments Provided In Response To The Sources Sought Shall Be Submitted Electronically On The Attached Request For Comments Sheet. Comments Will Be Used For Consideration In The Development Of The Sow. The Government Will Not Provide Responses To Any Questions, Requests For Information, Regarding This Project As A Part Of This Sources Sought And Request For Comments. submittal Instructions: all Responses To This Sources Sought Shall Be Submitted Via Email By The Required Response Date To Primary Point Of Contact With A Courtesy Copy To The Alternate Point Of Contact In This Announcement. all Correspondence Sent Via E-mail Shall Contain A Subject Line That Reads Central Utility Plant Generator Replacement Sources Sought. If This Subject Line Is Not Included, The E-mail May Not Get Through E-mail Filters. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachment. Attachments With Files Ending In .zip Or .exe Are Not Allowable And Will Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your E-mail. All Other Attachments May Be Deleted. responses Shall Not Include Classified Data. Proprietary Information, If Any, Shall Be Kept To A Minimum And Must Be Clearly Marked. To Aid The Government, Segregate Proprietary Information. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned.

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For Performing Pre-construction Services And Construction Services For P-993/995, F-35 Aircraft Sustainment Center And Composite Repair Facility, Marine Corps Air Station (mcas) Cherry Point, North Carolina. project Description: the F35 Sustainment Center Is A 255,461 Sf Depot Level Hangar To Support (20) F-35 Aircraft. The Facility Is Also A Pilot Project To Evaluate The Use Of Sustainable Building Materials In Military Construction (milcon). In Addition To The Hangar Maintenance Bays, The Project Will Also Include 4 Paint Booths, Administrative Space, Aircraft Part Modification And Tool Shops, And A Secure Area Built To Icd705 Standards. The Main Facility Is A Precast Structural Concrete Panel With A Pile Supported Foundation, Slab On Grade, And Cross Laminated Timber Roof Deck. The Structure Is A Single Story With A Two-story Administrative Space. The Site Development Scope Includes Utility Improvements To Support Entire Hancock Village, Taxiway With A Bridge And Aircraft Parking Apron. The 105,755 Sf Composite Repair Facility Is A New Consolidated Depot-level Facility For Advanced Composites And Rotor Blade Repair. The Project Consists Of Two Major Sections, A Composite Repair And Manufacturing Shop That Will Include A Disassembly Area, Parts Kitting Area, Production Control/clean Parts Area, Assembly Area To Include Climate Controlled Dirty Room, Bonding Room, Clean Room, Depot And Fleet Classrooms And Engineering/laboratory Space. Also Included Is An Aircraft Rotor Blade Repair Shop That Includes A Disassembly And Staging Area, Dirty Room, Sanding Pit, And Bonding Room. Shared Spaces That Include Painting, Parts Wash, Freezer, Hygiene Facility, Bathrooms, And Breakrooms To Minimize Construction Costs And Improve Sustainability. Construction Of The Facility Consists Of Structural Steel Roof Framing With Standing Seam Metal Insulated Roof System On Load-bearing Concrete Masonry Unit (cmu) Walls With Exterior Finish Of Brick Veneer And Metal Wall Panels. Foundation Design Includes Reinforced Concrete Floor Slabs On Prepared Subgrade, And Shallow Concrete Spread Footings Bearing On Controlled Structural Fill. the Completed Time For This Contract Is 1,274 Calendar Days After Award. p993/995 Are Design-bid-build Projects. This Procurement Will Utilize The Early Contractor Involvement (eci) Approach And Be Procured In Two Segments: Segment I – Early Contractor Involvement Preconstruction Services And Segment Ii – Construction Services. segment I - This Solicitation Is Being Advertised As "unrestricted" For Full And Open Competition. The Segment I Source Selection Procurement Requires Both Non-price (technical And Past Performance) And Price Proposals For The Preconstruction Efforts And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation For Segment I. The Government Intends To Select Up To Three Contractors For Award Of The Eci Preconstruction Services. segment Ii – The Contractors Who Are Selected For Segment I Will Be Prequalified To Propose On The Construction Services. Only The Contractors Who Participated On The Eci Segment Will Be Prequalified. The Segment Ii Source Selection Procurement Requires Both Non-price And Price Proposals For The Construction And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation For Segment Ii. Only One Of The Prequalified Offerors Who Participated In The Eci Will Be Selected For The Construction Services. the Eci Preconstruction Efforts Will Focus On P993 But Will Also Consider Coordination And Schedule With P995. The P993 And P995 Projects Will Be At The 65% Design Stage. The Selected Contractors For The Eci Will Work Collaboratively With Designer Of Record (dor) And The Government Team To Improve The Overall Project Delivery. The Preconstruction Services Will Generally Include: Reviewing And Evaluating The Design Documents At Specified Stages Of Development To Identify Potential Constructability Challenges And Risks; Providing Value Engineering-style Recommendations And Alternative Ideas To Improve The Final Product Considering Cost And Schedule; Advising On Efficient Construction Means And Methods; Providing Regularly Updated Construction Cost Information With Substantiating Documentation; Identifying Construction Cost And Schedule Risks And Mitigation Recommendations; And Identifying Opportunities To Increase Small Business Subcontractor Participation. The Dor Will Collaborate With The Construction Contractor To Ensure The Design Does Not Inhibit Use Of Efficient Construction Means And Methods, And To Develop Design Solutions That Avoid Constructability Challenges And Minimize Cost And Schedule Risks. The Dor Will Maintain Responsibility For The Quality And Engineering Compliance For The Design, And The Construction Contractor’s Involvement During The Design Phase Does Not Absolve The Dor Of This Contractual Responsibility Or Architect-engineer (ae) Liability. the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000. in Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $250,000,000 And $500,000,000. this Office Anticipates Award Of A Contract For These Pre-construction Services By March 2025 And Award Of The Construction By February 2026. a Sources Sought Notice (n4008524r2513) Was Issued On 6 February 2024 On Sam And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Allowing For Full And Open Competition. The Navfac Mid-atlantic A Dd2579 Small Business Coordination Record Was Approved By The Navfac Midlant Small Business Professional Concurred With This Approach On 17 December 2024, And The Small Business Administration (sba) Procurement Center Representative (pcr) Concurred On 27 December 2024. the Drawings And Specifications For This Project Will Be Posted With The Solicitation And Are Not Available At This Time. The Solicitation Will Be Issued By Navfac Mid-atlantic, Con21 On Or About 14 January 2025. The Solicitation Number Will Be N40085-25-r-2515. All Documents Will Be In Adobe Pdf File Format And Downloadable From The Piee And Sam.gov Website. The Official Address To The Solicitation Is Https://piee.eb.mil And Https://www.sam.gov Under “contract Opportunities” When It Becomes Available. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. A Free Acrobat Reader, Required To View The Pdf Files, Can Be Downloaded From The Adobe Website. important Notice: All Prospective Offerors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Https://www.sam.gov. questions Regarding This Notice Should Be Directed To Brittany Cristelli At Brittany.n.cristelli.civ@us.navy.mil.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania. project Description: the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov see Attached Document: P01 - Sow.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: mario Hairston contract Specialist mario.hairston@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 224.2 K (USD 3.8 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Repair/rehab. Of Rhu Halfway House Goods-np2024-022 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “repair/rehab. Of Rhu Halfway House” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Two Hundred Forty-four Thousand Two Hundred Fifteen Pesos Only (php 244,215.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 16, 2025, Before 10:00 A.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 16, 2025, Before 10:00 A.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Section Vi. Schedule Of Requirements Project Name: Repair/rehab. Of Rhu Halfway House The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Cement Bags 61 Sand Cu.m. 5 Gravel Cu.m. 2 12mmø Rsb Pcs 17 10mmø Rsb Pcs 32 G.i. Tie Wire Kgs 5 (4") Chb Pcs 520 (1/4") Marine Plywood Shts 13 (1/2") Marine Plywood Shts 4 (2" X 3" X 3m) Good Lumber Pcs 40 (1" X 8" X 3m) Good Lumber Pcs 8 C.w. Nail (assorted) Kgs 10 F. Nail (1.5") Kgs 2 Water Closet Including Fittings & Accs. Set 2 Ceramic Lavatory Set 2 (8ft) Corr. G.i. Roofing (pre-painted) Shts 5 (12ft) Corr. G.i. Roofing (pre-painted) Shts 5 Plain G.i. Sheet Shts 2 Plain G.i. Gutter Pcs 6 Umbrella Nail Kgs 2 Multi-purpose Sealant Pcs 1 (60cm X 40cm) Jalousie Window Unit 4 (150cm X120cm) Jalousie Window Unit 2 (210cm X 70cm) Pvc Flush Door Unit 2 Door Knob Pcs 2 Jetmatic Pump Unit 1 (1" Dia.) Pe Pipe Sdr11 (60meters) Roll 1 (1" Dia.) Pe Pipe Coupling Pcs 1 (1" Dia.) Pe Pipe Elbow Pcs 1 (1") Pvc Foot Valve Pcs 1 (1") Pvc Check Valve Pcs 1 (1 1/4"x1") Pe Reducer Pcs 1 (1/2") Pvc Pipe S-blue Pcs 6 (1/2") S-blue Elbow Pcs 10 (1/2") S-blue Coupling Pcs 5 (1/2") S-blue Tee Pcs 4 (1/2") S-blue Female Adapter Pcs 4 (1/2") S-blue Male Adapter Pcs 4 (1/2") Pvc Faucet Pcs 4 Teflone Tape Roll 2 Cement Solvent Can 1 (4") Sanitary Pvc Pipe Pcs 2 (4") Elbow Pcs 3 (4") Tee Pc 1 (2") Sanitary Pvc Pipe Pc 1 (2") Elbow Pcs 2 (2") Tee Pcs 2 (4"x4") Floor Drain Pcs 2 Led Bulb (18w) Pcs 4 Receptacle Pcs 4 Junction Box Pc 1 Utility Box Pcs 2 Single Switch Pcs 2 (1/2" Dia.) Flexible Hose Mts 10 2.0mm^2 Wire Mts 20 Electrical Tape Roll 2 Acrytex Primer Gals 4 Acrytex Reducer Gals 2 Acrytex Tinting Color (varies) Lits 2 Acrytex Top Coat (white) Gals 4 Paint Brush Pcs 4 Paint Roller Pcs 4 Baby Roller Pcs 4 Qde Primer Gal 1 Qde Top Coat Gal 1 Paint Thinner Bot 2 Sand Paper (varies) Yard 5 Tile Adhesive Bags 3 (40cm X 40cm) Ceramic Glazed Tile Pcs 60 (40cm X 40cm) Ceramic Unglazed Tile Pcs 24 Tile Grout Packs 3 Tile Trim (3 Meter Length) Pcs 4
7411-7420 of 7629 archived Tenders