Survey Tenders
Survey Tenders
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
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
National Institutes Of Health Tender
Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa).
the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes:
1) Nih Main Campus, Bethesda, Maryland
2) Nih Animal Center, Poolesville, Maryland
3) Fort Detrick Campus, Frederick, Maryland
4) Research Triangle Park, North Carolina
5) Rocky Mountain Laboratories (rml), Hamilton, Montana
6) Epidemiology & Clinical Research Branch, Phoenix, Arizona
7) Bayview Campus, Baltimore, Maryland
8) Rental Facilities Maintained By Nih
description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m.
the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m.
the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction.
contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission.
projects May Include, But Are Not Limited To The Following Areas:
animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals.
biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4.
health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services.
office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping.
interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following:
mechanical, Electrical, And Plumbing Systems.
high Voltage Electrical
central Utility Plant (cup)
hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls.
steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems.
compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems.
central Co2 Systems.
central Liquid Nitrogen Systems.
fuel Oil Systems.
storm Water And Sanitary Sewer Distribution Systems.
wastewater Treatment Systems.
electrical Substations.
landscaping Irrigation Systems.
commissioning
commissioning, Qualification, And Validation (cqv)
historical
geotechnical
elevator
physical Security
interior / Exterior Lighting
telecommunications
building Envelope
roofing
building Model Information (bim)
net Zero Emissions
this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations.
maryland Facilities Include:
nih Main Campus, Bethesda, Md
nih Animal Center, Poolesville, Md
fort Detrick Campus, Frederick, Md
bayview Campus, Baltimore, Maryland
rental / Leased Facilities Maintained By Nih
it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract.
research Triangle Park, North Carolina
for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project.
rocky Mountain Laboratories (rml), Hamilton, Montana
for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project.
architect / Engineer Services
the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly.
in General, Pre-design And Design Phase Services Will Include, But Not Limited To:
field / Site Investigations, Inclusive Of Pre-tab Investigations
planning And Coordination Drawings
building Information Modeling (bim) (only If Applicable To The Task Order)
sustainable Design
program Of Requirements (pors)
special Studies
schematic Design
design Development
construction Documents (65%)
construction Documents (95%)
construction Documents (100%)
rendered Perspectives Of Proposed Building Construction And Substantial Site Development
construction Cost Estimate(s)
construction Baseline Schedule
geotechnical Investigations
preparation Of Reports
the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To:
construction Bidding And Negotiation Support
construction Inspections / Site Representation
construction Progress Meetings
requests For Information (rfis)
construction Submittal Reviews
change Order Reviews / Support
punch Lists
inspection Of Stored Items
construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training.
a/e Record Documents
commissioning Support Services
commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks:
review Specifications And Drawings
review Submittals
develop Commissioning Scripts
review O & M Manuals
witness Testing Of Electrical And Mechanical Systems
construction Quality Management (cqm)
general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project.
project Governance
preparation And Maintenance Of A Project Management Plan (pmp)
assist In The Implementation Of The Project Governance Structure
reviews And Document Management
monthly Reports
requests For Information (rfi)
submittals
financial Management
budget/cost Control Monitoring And Management
invoices / Application For Payment Review
change Order Control Process And Management
estimating Services
scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required.
quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program.
potential Sources Shall Complete And Submit The Attached Forms:
sources Sought - Contractor Information Form
1.1 Complete The Sources Sought – Contractor Information Form
if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration
if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status.
certificate Of Insurance
1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement:
naics Code(s)
evidence Of The Ability To Work In Occupied Space.
evidence Of The Ability To Work On Multiple Projects Simultaneously.
evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below.
self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order).
building Information Modeling (bim) Capability.
leed Capabilities.
2. Sources Sought – Project Data Form
2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience:
one (1) Utility Infrastructure / Utility Generation /distribution System Projects
one (1) Biomedical Research Lab; And
one (1) Healthcare / Hospital Project.
[note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.]
2.2 Project Experience Requirements:
type - Specialization Category/facility Types Such As:
interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems
biomedical Research Laboratory Facilities
health Care Facilities
office/public Space Facilities
animal Care Facilities
2. Complexity - Special Design/construction Considerations Such As:
physical Security Requirements
adjacencies To Occupied Space(s) Restrictions/ Limitations
limited Access Restrictions
vibration / Noise Limitations
joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments)
implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria
special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space.
historic Preservation Requirements
storm Water Management And Erosion & Sedimentation Control
use Of Building Information Modeling (bim)
net Zero Emission Requirements
for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco).
nih Design Requirements Manual (drm)
3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above.
all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Details: Sources Sought Notice
n00019-24-rfpreq-tpm273-0095
t-45 F405 Engine Contractor Logistics Support (cls) Fy27-32
naics: 336412, Aircraft Engine And Engine Parts Manufacturing
psc: J028
place Of Performance: Naval Air Station Kingsville (nask), Naval Air Station Meridian (nasm), Naval Air Station Pensacola (nasp) And Naval Air Station Patuxent River
1.0 Introduction
naval Air Systems Command (navair) In Patuxent River, Md Along With The Naval Undergraduate Flight Training Systems Program Office (pma-273) At Naval Air Systems
command (navair), Also Located At Patuxent River, Md Is Conducting A Market Survey Of Industry To Identify Potential Sources Capable Of Providing The Skills And Experience Required To Perform All Intermediate (i)-level And Depot (d)-level Maintenance And Logistics Support For The F405-rr-401 Engine And Mk Ii Gas Turbine Starter (gts). The Contract Will Include All Necessary Engineering Support To Maintain The Engine At The Organizational (o)-level, I-level And D-level. Engine Repair Services Will Be In Support Of Various Naval Air Station Facilities For The T-45 Goshawk Aircraft’s Engine Cls Contract. This Requirement Is Anticipated To Be A Five-year Idiq Contract, Beginning In Late Fiscal Year (fy) 2027 And Through Late Fy 2032.
this Notice Serves As A Market Research Tool Conducted In Accordance With Federal Acquisition Regulations (far) Part 10 To Assess Potential Sources And Their Technical Capabilities For The F405 Engine Contractor Logistics Support (cls) Contract. The Findings From This Market Research Will Assist In Determining The Appropriate Procurement Strategy, Including Whether To Issue A Competitive Solicitation Or Make A Sole Source Award To Rolls Royce, The Designer, Developer And Manufacturer Of The F405-rr-401 Adour Engine. Only Those Firms Who Believe They Possess The Capability To Provide The Required Supplies And Services And Can Meet The Requirements As A Prime Contractor Or As A Joint Venture Are Invited To Respond To This Notice.
primary Work Location/place Of Performance:
nas Kingsville, Tx
Percentage Of Total Effort ~ 50%
On-site Government – 100%
nas Meridian, Ms
Percentage Of Total Effort ~ 40%
On-site Government – 100%
nas Pensacola, Fl
Percentage Of Total Effort ~ 10%
On-site Government – 100%
nas Patuxent River, Md
Percentage Of Total Effort – <1%
On-site Government – 100%
various Detachments To Support Carrier Qualifications
Percentage Of Total Effort – <1%
On-site Government – 100%
contractor Program Management, Engineering, Administrative & Manufacturing Support
Percentage Of Total Effort – Unknown
On-site Government – 0%
2.0 Disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary.
3.0 Anticipated Contract Type And Contract/program Background
the Government Anticipates This Follow-on Contract Will Be A Single-award, Indefinite Quantity, Indefinite Delivery (idiq) Contract, Primarily Utilizing -fixed-price Clins To Support A Minimum Of 65,000 Flight Hours Annually. Task Orders For Services Will Likely Be Issued On A “power By The Hour” Basis, Where The Government Will Pay A Firm-fixed-price For Each Actual Flight Hour Flown By The Training Wings. In Addition, The Government May Negotiate And Award Additional Task Orders For Engine Repairs, Obsolescence Mitigation, And Other Related Requirements To Support The Engine Ecosystem, Specifically In The Of Training Of Student Naval Aviators.
the Incumbent Contract Information Is As Follows:
incumbent Contractor: Rolls Royce
contract Number: N00019-22-d-0042
contract End Date: 31 July 2027
contract Type: Single Award Idiq
previous Set-aside Designation: Sole Source
program Background: The Rolls-royce Model F405-rr-401 Adour Engine Is The Power Plant For The T-45 Aircraft, Which Is Used To Perform The United States Navy (usn) Undergraduate Jet Pilot Training Mission. The T-45ts Is The First Totally Integrated Training System Developed For And Used By The Usn. It Includes The Boeing-built T-45goshawk Aircraft, Advanced Flight Simulators, Computer-assisted Instructional Programs, A Computerized Training Integration System, And A Contractor Logistics Support Package. The T-45ts Replaced Two Training Aircraft And Added Advanced Simulators To Improve The Process For Training U.s.navy And Marine Corps Pilots For Conversion Into The F/a-18a-d Hornet, The F/a-18e/f Super Hornet, The E/a-18g Growler, Jsf, E-2d And The Av-8b Harrierii Plus.rolls-royce Is The Sole-source Manufacturer Of The F405-rr-401 Adour Engine.
navair Has Obtained A Limited Rights License For A Minimal Quantity Of The F405-rr-401 Series Engine Data. However, It Is Not A Comprehensive Technical Data Package. As The Sole Engine Manufacturer, Rrc Is The Only Source With The Technical Data Required To Engineer And Produce The F405-rr-401 Engine Parts, As Well As Perform I-level And D-level Maintenance. Additionally, Rrc Bristol Holds The Design Authority For The Engine’s Hot Section, While The Partnership With Safran Who Serves As The Design Authority For The Engine’s Cold Section. Rrc Possesses The Capabilities And Resources To Forecast Parts And Logistics Requirements, Adjusting Its Manufacturing Priorities In Real Time To Meet Maintenance Requirements. Companies That Are Capable Of Meeting This Requirement, Currently Possess Or Have Authorized Access To The Necessary Technical Data Or Have A Viable Plan To Obtain, Generate, Or Otherwise Secure The Necessary Technical Data, And Can Maintain This Capability Throughout The Duration Of The Effort Being Solicited Are Encouraged To Respond. Companies May Also Highlight Unique Data Generation Techniques That Are Currently Utilized By Your Firm Or Areas Where Modifications Can Be Performed, Or The Capability Can Be Provided, Without Technical Data Provided By The Government Or Oem. Interested Businesses Or Organic Sources Shall Demonstrate The Capability To Meet The Government’s Required Timeline. You May Also Submit Information That Demonstrates How You Could Potentially Meet This Requirement For Future Production Opportunities.
current Contract Requirements Include:
deliver 170 Ready For Issue (rfi) Engines Daily To Cnatra For The Duration Of The Contract;
deliver 2 Rfi Engines Daily To Nas Patuxent River;
deliver 185 Rfi Gts Systems Daily To Cnatra;
deliver 2 Rfi Gts Systems Daily To Nas Patuxent River For The Five-year Contract Term;
deliver Final Engineering Investigation Reports Within 180 Calendar Days Of Event;
manage The F405 & Gts System Supply Chain To Meet Or Exceed The Daily Availability Metrics;
aviation Maintenance Management Team (ammt) Government Inspection Results With No More Than Two Areas Graded As Non-compliant;
international Organization For Standardization (iso) 9000/1400 And Aerospace Standard (as) 9100 Certified; And
repair Severely Damaged Engines.
4.0 Special Requirements And Required Capabilities
n/a
5.0 Eligibility
the Applicable Naics Code For This Requirement Is 336412, Aircraft Engine And Engine Parts Manufacturing With A Small Business Size Standard Of 1,500 Employees.
the Product Service Code Is J028, Maint/repair/rebuild Of Equipment- Engines, Turbines, And Components
businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. Note: Far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).
to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Sources Sought Notice (ssn) In Order To Assist The Government’s Capability Determination.
6.0 Submission Requirements
a. Interested Parties Should Address The Following Questions In Their Response. The Responses To These Questions Will Aid The Government In Determining Whether A Company Is Capable In Performing The Requirement, So It Is Important To Address These Areas With Specific Details:
what Similar Corporate Experience In Maintaining, Repairing, Rebuilding, And Testing Aircraft Engines Does Your Firm Possess? What Similar Experience In Complex Supply Management Does Your Firm Possess?
what Is Your Firm’s Approach To Data Rights Mitigation To Support This Requirement?
is Your Firm As9100d And/or Iso9000/1400 Certified?
what Engineering Resources Does Your Firm Have Available To Support Engine Maintenance And Manufacturing Operations? What I And D Level Resources (both Management And Front Line Maintainers) Does Your Firm Have Available To Support Engine Maintenance Operations?
does Your Firm Have Experience In Using Navy Maintenance And Supply Software?
please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Tasking Described In This Pbsow For The Base Period As Well As The Option Periods. Similarly Situated Small Businesses May Team Together To Meet The 50% Requirement. If Your Company Is Planning To Team With A Similarly Situated Small Business, The Response Must Clearly Identify The Proposed Team Members And The Capability Statement Must Clearly Articulate Which Portion Of The Work Each Team Member Will Be Responsible For. The Response Must Be Detailed Enough For The Government To Make A Determination Whether Or Not The Proposed Team Will Be Able To Perform 50% Of The Work When Combined.
provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Unique Entity Identifier (uie) Number, Etc.
respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern Under The Naics Code Identified For This Requirement.
b. Interested Parties Shall Adhere To The Following Instructions For The Submittal Of Their Capabilities Statements:
page Limit And Format: Ten (10) 8.5 X 11 Inch Pages In Times New Roman Font Of Not Less Than 10 Point.
document Type: Microsoft Word Or Adobe Pdf Are Acceptable
delivery: Email To Contracting Officer, Thomas Conrow (thomas.w.conrow.civ@us.navy.mil), Contract Specialist Erin Allison (erin.e.allison.civ@us.navy.mil), And Contract Specialist Lcdr Ronald Parry (ronald.r.parry1@navy.mil)
response Date: Responses Are Due By 2:00pm Est Or Edt On 17 January 2025.
no Classified Information Shall Be Submitted In Response To This Sources Sought.
no Phone Calls Will Be Accepted.
all Questions Must Be Submitted Via Email To The Contract Specialist Named Above
all Responses Shall Include Sources Sought Notice Name/number, Company Name, Company Address, Company Business Size, And Points Of Contact (poc), Including Names, Phone Numbers, And Email Addresses.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
any Information Or Materials Provided In Response To This Sources Sought Notice Will Not Be Returned. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought Notice.
Closing Date17 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Page 3 Of 3
sources Sought Synopsis
the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Firms Having An Interest In And The Resources To Support A Requirement For The Vyntus Cpx/flex Plan Service Contract At The Jesse Brown Va Medical Center (jbvamc. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
tentative Requirements:
statement Of Work
vyntus Cpx/flex Plan Service Contract
1. Description Of Services
the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract.
2. Background
the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment.
3. Objectives
this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives.
4. Scope
service Maintenance Call For Equipment
the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge.
services Maintenance Call For Parts Only
parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For
repairs. Additional Features Of This Contract Option Include:
a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge.
b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades.
c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components.
d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst).
e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor.
5. Requirements
the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative.
6. Selection Criteria
the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment.
a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts.
b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees.
7. Deliverables
the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees.
8. Service
scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are:
new Years Day Labor Day
Martin Luther King, Jr. Birthday Columbus Day
washington S Birthday Inauguration
juneteenth National Independence Day Labor Day
independence Day Veterans Day
memorial Day Thanksgiving Day
christmas Day Columbus Day
when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected.
9. Security
all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work.
10. Reporting Requirements
the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval.
jesse Brown Va Medical Center Phone Number: 312-569-8387
va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award.
contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award.
if Your Company Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:1) Company Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Company; 2) Tailored Capability Statements Addressing The Particulars Of The Above Statement Of Work And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Companies Should Address The Administrative And Management Structure Of Such Arrangements; And 3) Confirmation Your Company Can Meet The Limitations Of Subcontracting Should They Apply (see Below)
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated.
based On The Responses To This Synopsis And Other Market Research, This Requirement May Be Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) (limitation Of Subcontracting Would Apply), Small Businesses (limitations On Subcontracting Would Apply) Or Procured Through Full And Open Competition, Or Procured Through Sole Source Contract.
limitations On Subcontracting
13 Cfr §125.6 Will Apply To Any Procurement Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) Or Small Businesses. 13 Cfr §125.6 States:
(a) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than The Simplified Acquisition Threshold (as Defined In The Far At 48 Cfr 2.101) In Paragraph (a) Introductory Text; And An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That:
(1) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded.
before Any Small Or Large Business Can Be Awarded A Federal Contract, A Contracting Officer (co) Must Affirmatively Determine That The Firm Is Responsible To Perform The Specific Contract It Is Otherwise In Line To Receive. If An Apparent Small Business Successful Offeror Is Denied A Contract Award Because It Lacks Certain Elements Of Responsibility, The Co Will Refer The Matter To The Small Business Administration. Once A Co S Referral Is Received By The Sba S Area Office, The Sba Will Then Inform The Small Business Of The Co S Determination And Offer It The Opportunity To Apply To The Sba For A Certificate Of Competency By A Specific Date. Burden Of Proof Is On The Small Business To Demonstrate That It Meets Specific Coc Eligibility Criteria.
after Award, If A Co Or Other Va Officials Determine A Review Of Limitations On Subcontracting Compliance Is Warranted Based Upon Reasonable Information Of Possible Noncompliance, A Request For Review Will Be Submitted To Va S Subcontracting Compliance Review Program.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 10:00 Am Cst On January 17, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Della.bond@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Closing Date17 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Software and IT Solutions
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice.
this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only.
background: Alzheimer’s Disease (ad) And Related Dementias Have No Effective Treatments To Halt Or Reverse Disease Progression. The Complexity Of These Diseases, Driven By Genetic, Molecular, And Environmental Factors, Requires An Innovative, Data-driven Approach To Accelerate Scientific Discovery. Bioinformatics, At The Intersection Of Biology, Computer Science, And Statistics, Is A Critical Tool That Empowers Researchers To Address This Challenge. Together, The Scientific Staff At The National Institute On Aging (nia) Center For Alzheimer’s And Related Dementias (card) Will Work Directly With The Contractor’s Bioinformatics Team On The Integration And Analysis Of Large, Multidimensional Datasets—imaging, Genomic, Proteomic And Transcriptomic Data Integrated With Clinical Measurements— To Enable The Identification Of Novel Drivers Of Disease Pathogenesis, The Discovery Of Biomarkers For Stratification And Early Diagnosis, As Well As New Therapeutic Targets.
the Necessity Of Advanced Analytics In Alzheimer’s Disease And Related Dementias Research Is Underscored By The Increasing Volume And Complexity Of Data Generated By New Platforms Such As Spatial Transcriptomics And Single Cell Proteomic, Epigenetic And Transcriptomics. Card Needs A Partner In Advanced Analytics That Can Keep Pace With These New Platforms And Analytical Tools, To Uncover Insights Needed To Fully Understand The Molecular Underpinnings Of Disease. Bioinformatics, Analytics And Statistics Will Provide Computational Tools To Integrate Diverse Data Types, Identify Patterns And Associations That Are Not Readily Apparent, And Predict Disease Mechanisms. The Contractor Must Work With The Scientific Staff To Visualize And Interpret Data. The Team Will Also Help Foster And Lead Collaborations Across Groups Within And Outside The Nih.
moreover, The Contractor Is An Essential Resource Driving Group. The Team Analyzes Diverse Publicly Available Datasets And Provides Insightful Interpretations. Advanced Analytics Also Aligns With Card’s Structural Priorities, Including Data Democratization, Transparency, And Reliability, Ensuring That Alzheimer’s And Related Dementias Research Is Inclusive, Reproducible, And Impactful Across The Global Scientific Community. The Advanced Analytic Teams Should Be Capable Of Designing And Implementing Solutions That Improve Data Accessibility, Quality, And Interoperability Across The Scientific Community, Ensuring That Card Data Adheres To The Fair Principles And Integrates Seamlessly With Fhir-based Standards, Enabling More Effective Data Exchange And Utilization In Operational Contexts.
this Support Is Currently Provided Via Indefinite Delivery Indefinite Quantity Contract 75n95020d00014. The Current Contractor Is Dataconsult-io And The Current Ordering Period Is August 24, 2020 – August 23, 2025.
purpose And Objectives: The Purpose Of This Requirement Is To Procure Scientific Data Consulting Services Related To Neurodegenerative Diseases In Support Of The National Institute On Aging (nia), Center For Alzheimer’s And Related Dementias (card).
project Requirements: The Contractor Shall Provide Scientific Data Consulting Support Services In Relation To Alzheimer’s Disease And Related Dementias As Follows:
task Categories /tasks:
general Analytics Support, Guidance, And Training
• Provide Guidance And Recommendations Regarding Statistical And Computing Processes Related To Analyzing The Data Generated By Card Scientists. This Includes Many Established Assays And Platforms As Well As Newly Developed Omic Platforms. Card Is Flexible And Dynamic, Data Analysis Needs May Change Quickly And The Team Will Be Adaptable. Contractor Shall Provide Previous Experience With Uk Biobank Research Analysis Platform, Verily Workbench, Terra, Azure, And Google Cloud Platforms.
• Analyze Molecular Biology And Genomic Data. Including Genome-wide Genotype Data, Crispr Studies, Whole Genome/exome Sequencing, And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods
• Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework.
• Lead Studies Analyzing Biobank Scale Datasets In Neurodegenerative Disease
• Conduct Formal Systemic Reviews In Collaboration With Other Nih Ics And External Teams In The Neurodegenerative Disease Space
• Prepare Manuscripts Related To Analyses Performed In Relation To This Requirement
in This Task Category, The Contractor Shall Work Closely With The Nia Scientific Staff. Whenever Possible, The Contractor Shall Work Closely With The Scientific Team To Collaborate, Understand The Wet Lab Practices And Quality Control Metrics That Are Necessary For High Quality Data Output. The Contractor Shall Work Closely With The Scientific Staff To Interpret The Biological Meaning Of The Data In Order To Create The Best Tables, Tools, And Visualizations To Identify And Highlight Data Outcomes.
standard Analytics Tool/pipeline Application
• Manipulate Genome-scale, Proteomics, Whole Genome Short And Long Read Sequencing Data, Transcriptomic Data, Single Cell, Spatial And Imaging Data As Directed, Building Applications To Democratize These Data Types For The Card And Nih Community
• Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Transcriptomics, Single Cell And Spatial Technologies, Short And Long Read Sequencing Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods.
• Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets
• Develop Safe Applications In The Ai Space To Accelerate The Research Process In The Area Of Neurodegenerative Disease.
in This Task Category, The Contractor Shall Collaborate With The Scientific Staff At Card To Prioritize Datasets For Analysis And Data Interpretation. The Teams Will Work Together To Create Standardized, Best Practices For Data Analysis.
tool Testing, Development And Implementation
• Assay Platforms Are Constantly Growing And Improving. Tools To Analyze, Visualize And Interpret The Data Also Grow Significantly. The Contractor Shall Spend Some Time Testing Tools For A Given Task, Interpreting How They Work, Which Ones Provide Better/useful Outputs, Are More Consistent, And/or Considered Community Best Practices From Papers. Tools Will Be Prioritized And Evaluated As A Collaborative Effort With The Scientific Team.
• Some Tools Have Limits That Do Not Allow Card Researchers To Ask Important Questions. The Contractor, When They Are Able, Should Work With Researchers To Develop Better Tools For Data Analysis. It Is Important To Establish Together What Current Limitations Are Most Important To Prioritize.
in This Task Category, The Contractor Shall Work With The Scientific Staff To Identify The Limits Of Current Tools And Where New Tool Development Could Provide Better Insights Into Disease Mechanisms, Biomarkers, Or Therapeutic Targets. New Assays Are Constantly Being Developed And New Questions About What The New Datatypes Can Reveal Are Being Considered. The Most Useful Prioritization Of Resources And Skill Sets Would Require The Scientific Staff And The Contractor Working Closely On How To Develop Better Tools And Applications That Overcome Current Limitations.
management Of Analytic Ecosystem And Analytics Projects
• Manipulate Genome Wide Array, Short And Long Read Sequence Data As Directed, Sharing In Cloud-based Open Science Platforms And On Nih’s Biowulf Cluster.
• Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Short And Long Read Whole Genome And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods.
• Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets.
• Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework.
• Build And Maintain Safe Ai Infrastructure For Data Harmonization Supporting Fhir And Fair Data.
• Build And Maintain Collaborative Knowledge Transfer Utilities In The Cloud For Public Consumption Of Research Deliverables.
in This Task Category, The Contractor Shall Help Build The Data Infrastructure To Ensure That Datasets Are Properly Managed, Documented, And Available For Efficient Reuse. Work Closely With Data Stewards And Researchers To Improve Data Findability, Accessibility, And Interoperability. Work With Clinicians And Researchers To Ensure Data Standards Align With Clinical Needs, Regulatory Compliance And Research Objectives. Stay Up To Date With The Latest Advancements In Fair, Fhir Data Standards.
anticipated Period Of Performance: The Government Anticipates An Indefinite Delivery Indefinite Quantity (idiq) Contract With An Ordering Period Of Five (5) Years.
capability Statement/information Sought:
companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses.
interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number.
one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing.
the Information Submitted Must Be In An Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required.
the Response Is Limited To A Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested.
all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted.
the Response Must Be Submitted To Hashim Dasti, Contract Specialist, At E-mail Address Hashim.dasti@nih.gov.
the Response Must Be Received On Or Before January 24, 2025 At 11am Eastern Time.
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date24 Jan 2025
Tender AmountRefer Documents
7731-7740 of 7823 archived Tenders