Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Repost:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
original Posting:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service
u.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state:
la
city:
baton Rouge
delineated Area:
starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy.
minimum Sq. Ft. (aboa):
27,000
maximum Sq. Ft. (aboa):
29,700
space Type:
office, Lab, And Storage
parking Spaces (total):
25 Parking Spaces
parking Spaces (surface):
25 Parking Spaces
full Term:
17 Years
firm Term:
15 Years
additional Requirements:
general Building/space Condition
a Single Tenant Facility Is The Most Suitable For This Unique Requirement
noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided.
space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences.
space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements.
aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code.
normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7.
gsa Requires A Loading Area With Protection From Weather.
not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries:
expression Of Interest Submission Instructions/requirements:
please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration.
all Submissions Should Include The Following Information:
name Of Owner;
property Authorization Letter From The Owner;
address Or Locational Description Of The Building;
age Of Building;
total Gross Square Feet; And Gross Square Feet Per Floor;
site Plan Depicting The Building And Parking;
floor Plan And Gross Square Footage Of The Proposed Space;
identification Of On-site Parking;
a Map Demonstrating The Building Is Within The Delineated Area;
a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property;
a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property;
building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development;
expressions Of Interest Due:
january 20, 2025
market Survey (estimated):
tbd
occupancy (estimated):
october 2026
send Expressions Of Interest To:
name/title:
ed Brennan, Gsa Broker Contractor
sam Dyson, Gsa Broker Contractor
202-652-4194 / 571-289-3915
email Address:
edward.brennan@gsa.gov
samuel.dyson@gsa.gov
government Contact Information
lease Contracting Officer
kristine Deltorto
project Manager
aaron Laboon
broker
ed Brennan
Closing Date20 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Dashields Locks And Dam Upper Guide Wall Stabilization Dashields Locks And Dam, Corapolis, Pa The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves Construction Of Two Stone Buttresses On Each Side Of The Upper Guide Wall (ugw) Along The Ohio River To Provide Additional Passive Resistance To The Guide Wall And Adjacent Sheet Pile Wall At Dashields Locks And Dam, Allegheny County, Pa. The Work Is To Be Performed From The Riverward Side Of The Existing Ugw From A Floating Plant. The Contract Generally Includes Performing Test Borings At The Locations And Points In Time As Outlined In The Contract Drawings And Specifications, Construction Of Two Buttress Comprised Of Riprap And Derrick Stone And Installing Instrumentation (piezometers And Inclinometers) At The Locations And Depths As Noted On The Contract Drawings. The Major Features Of The Requirements Are Identified Below: The Contract Specifically Includes: A. Erosion And Sediment Controls Consistent With The Magnitude And Scope Of Projects Involving Work On A Waterway. This Project Is Expected To Have Limited Erosion And Sediment Controls.b. Completion Of River Borings Ugws-1 And Ugws-2 With Spt Sampling Advanced Using Spun Casing As Well As Sonic Drilling Methods. Soil Samples Collected During The Investigation Are To Be Sent Out To An Approved Geotechnical Laboratory For Testing As Outlined In The Technical Specifications. After The Successful Completion Of The Two Borings, Construction Of The Instream Buttress Can Commence.c. After The Construction Of The Instream Buttress, The Contractor Shall Survey The Buttress To Confirm It Has Been Constructed To The Grades And Limits Depicted On The Drawings. Once The Buttress Has Been Officially Approved By The Contracting Officer Or Designatedrepresentative, Construction Of The Landward Buttress Can Commence.? During The Landward Buttress Construction, Limited Demolition Of Existing Hpiles For The Old Variable Height Mooring System And Cutting Of The Top Of Select Sheet Piles As Outlined On The Contract Drawings Can Be Performed. D. After The Completion Of The Landward Buttress, Nine Test Borings Are To Be Completed Along The Hillside To The Depths And At The Locations Depicted On The Contract Drawings. E. Automated Instrumentation Shall Be Installed Within The Sampled Hillside Borings. The Borings Will Receive Either A Vibrating Wire Piezometer Or In-place Inclinometer And Shallbe Connected To An Automated Data Acquisition System (adas) As Outlined On The Contract Drawings. The Contractor Shall Maintain And Read The Instrumentation At The Frequencies Outlined In The Technical Specifications. After The Completion Of The Contract, Usace Will Retain The Instrumentation And Perform Data Collection.construction Spoils, Including But Not Limited To Stripped Topsoil, Cleared Brush Concrete Rubble And Other Construction Waste Material Must Be Disposed Of At A Commercially Permitted Facility Licensed To Accept The Waste Or Recycled If Applicable. The Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204) Between $5,000,000 And $10,000,000the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 11:00am Et, 29 January 2025, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237990 - Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics Code Is $45000000.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select ?get Started? Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Was Previously Posted As N0016424snb66
n00164-25-s-nb20 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Psc: J059, Naics 811210
issue Date: 4 December 2024 Closing Date: 6 January 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 6 January 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-25-s-nb20
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-25-s-nb20 In All Correspondence And Communication.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “security Services For The Year 2025 At Relc-neap Malvar, Batangas On March 1, 2025 To December 31, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Fifty-eight Thousand Nine Hundred Ninety-six Pesos And 27/100 (php658,996.27). Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Security Services March 1, 2025 To December 31, 2025 Php658,996.27 2 Guards Specifications (from End-user): Statement Of Compliance “comply Or Not Comply” (reminder: The Bidder Shall Only State “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter.) 2 Security Guards To Safeguard The Relc-neap Malvar, Batangas Premises For The Period Of March 1, 2025 To December 31, 2025. 12-hour Duty Inclusive Of The 13th Month And Overtime Pay A. Scope Of Work Or Services To Be Rendered: The Security Agency Shall Provide The Following Specific Services: 1. Submit The Security Plan To The Procurement Entity. 2. Protect The General Interest Of The Procuring Entity (pe). 3. Guard And Secure All Property Of The Pe Or Its Officers/employees Within Its Area Of Responsibility. 4. Strictly Implement Standing Rules, Regulations, Guidelines, And Policies Prescribed By The Pe. 5. Prohibit The Commission Of Any Unlawful Or Illegal Acts Within The Assigned Pe’s Premises Or Its Area Of Responsibility. 6. Report And Provide Assistance In Cases Of Any Sign Of Disorder, Riots, Strikes Or Any Serious Violation Of The Law. 7. Protect Pe Or Government Property From Theft, Pilferage Or Damage. 8. Report And Provide Assistance In Cases Of Any Emergency Situations, Such As Fire, Typhoon, Or Natural Calamities. 9. Shall Provide A Roving Guard Supervisor That Will Monitor The Detailed Security Guards On A Regular Basis (per Shift) 10. Perform Their Tasks In Accordance With The Eleven General Orders, Code Of Ethics And Code Of Conduct Of Security Guards As Stated In Ra 5487 (act Governing The Organization 13 And Management Of Private Security Agencies). B. Manpower Qualifications The Security Guards (sg) Shall Have The Following Qualifications: A. At Least High School Graduate B. Of Good Moral Character And Reputation, Courteous, Alert And Without Criminal Or Police Record; C. Physically And Mentally Fit; D. At Least Five Feet Two Inches (5’2”) In Height; E. Duly Licensed And Properly Screened And Cleared By The Philippine National Police (pnp), National Bureau Of Investigation (nbi), And Other Government Offices Issuing Clearances For Employment; F. In Proper Uniform And With Other Security Paraphernalia Such As Flashlight, Handheld Radio, Nightstick, Whistle, Metal Detector And Other Essential Security Paraphernalia; G. Armed With Appropriate And Functional Rifle, Shotgun, Pistol Or Revolver, With Sufficient Ammunition At All Times During Hours Of Duty; H. Must Have Passed The Pneuro-psychiatric Exam; And I. In Possession Of Such Other Qualifications Required By Republic Act (ra) No. 5487, As Amended. C. Obligations And Responsibility Of The Security Agency The Security Agency Shall Comply With The Following Obligations And Responsibilities: 1. Assume All Losses In Their Areas Of Responsibility Due To Negligence/pilferages And Negligence Of Their Security Guards After A Thorough Investigation; 2. Assume Full Responsibility For The Acts Of Its Sgs During The Performance Of Their Duties; 3. Cooperate With The Pe’s Official Investigation Of Any Suspected Criminal Activity Or In Case Of Theft Or Similar Incidents In Their Assigned Area; 4. Be Responsible For The Safety Of Their Sgs In The Performance Of Their Duties In Providing Security Services To The Pe; 5. Provide The Total Number Of Guards Required In The Assigned Area Every Shift Per Section Iii Hereof; 6. Provide Each Sg On Posts With A Firearm, Handheld Radio, And Metal Detector At All Times And Ensure That Said Equipment Conforms To The Applicable Standards And Is Covered With Appropriate And Valid Licenses And Documents; 7. Shall Conduct A Physical Security Survey And Inspection Prior To The Posting Of The Guards To Define The Areas, Buildings, And Other Structures Considered Critical And Vulnerable; 8. The Security Agency Shall Not Change Or Replace The Sg Without Prior Notice At Least Three (3) Working Days, And Approved By The Pe; 9. Have The Sg Changed Or Replaced At Any Time Upon Request Of The Pe For Justifiable Reasons; And 10. Must Provide Their Security Guards With Contact Numbers Of The Pnp, Bfp, And Hospitals For Ready Reference During Emergency Cases. D. Equipment Requirements To Be Installed At/near The Guard’s Posts. 1. Handheld 2-way Radio – 2 Units 2. Rechargeable Heavy-duty Led Flashlights – 2 Units 3. Rain Boots (for Each Security Guard) 4. Big Umbrellas – 2 Pieces 5. Raincoat – 2 Pcs 6. Night Stick – 2 Units 7. Standby Flood Light – 2 Units 8. Metal Detector – 2 Units Submit In Separate Form The Computation Of Salaries And Other Expenses In Arriving The Rates Offered Regular And Recurring Services “the Contract For Regular And Recurring Services Shall Be Subject To Renewal Subject To The Guidelines On Renewal Of Regular And Recurring Services Under Appendix 37 Of The 2016 Revised Irr Of Ra No. 9184 Which Includes The Performance Evaluation Of The Service Provider On The Requirements Under Section Vii. Technical Specifications.”
Closing Date28 Jan 2025
Tender AmountPHP 658.9 K (USD 11.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094
synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Details: Description Request For Quotation No.: 2025-01-008-gs Date Published: January 25, 2025 Closing Date: January 31, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 31, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Approved Budget For The Contract (abc): ₱415,800.00 Funding Source: 2024 Opdntp Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks, Lunch, Pm Snacks) 231 3 600.00 415,800.00 Inclusive Of Complete Services Stated In The Tor Total ₱415,800.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 31, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 31, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Meals And Snacks For Non-teaching Personnel (am Snacks, Lunch, Pm Snacks)- 221 February, 2025 Meals And Snacks For Members Of Pmt (am Snacks, Lunch, Pm Snacks) 10 2. Food Requirement: Am Snacks, Lunch, Pm Snacks • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Under Project Id No. 2025-01-008-gs Of Deped Sdo 1 Pangasinan.
Closing Date31 Jan 2025
Tender AmountPHP 415.8 K (USD 7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl.
project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record.
this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov
secondary Point Of Contact:
bridget May
contracting Officer
bridget.may@va.gov
Closing Date3 Feb 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Details: The Indian Health Service (ihs) Is Conducting A Sources Sought/request For Information As Outlined In Far 15.201(c)(3) To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Firms Especially Small Businesses Including: Native American/indian-owned Businesses (indian Economic Enterprise (iee)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (hub-zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-owned Small Businesses (sdvosb), Small Disadvantaged Businesses (sdb), And Veteran Owned Small Businesses.
no Proposals Are Being Requested Or Accepted With This Rfi. This Is Not A Solicitation For Proposals. Respondents Will Not Be Notified Of The Results Of This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow-up Information Requested.
market Research Is Being Performed Pursuant To Federal Acquisition Regulation (far) Part 10 To Identify Businesses Capable Of Performing The Functions Described Herein.
summary Of Scope
the Contractor Shall Demolish And Dispose Of The Original Hospital Building (building 21) And Nurse’s Quarters (building 22) Located On The Campus Of The Nespelem Health Center In Nespelem, Wa, On The Colville Indian Reservation And Return And The Land To Leasable Condition. The Buildings Were Constructed In 1934-35 By The Bureau Of Indian Affairs (bia). The Original Hospital Building Is A Two-story (1st Floor And Daylight Basement), 17,010 Square Feet Concrete Building On A Concrete Slab. The Nurse’s Quarters Is A Single Story Concrete Structure And Concrete Basement On A Concrete Slab, Which Is 3,402 Square Feet.
the Former Hospital Buildings Are Almost 100 Years Old, And Have Been Used Exclusively For Storage For The Past 15 Years. They Are Constructed Of Thick Concrete Walls Which Contain Asbestos And Lead Based Paint Throughout The Building Walls And Floors, And In Certain Other Locations, As Specified In The 2008 Asbestos And Lead Based Paint Survey And Inspection. The Asbestos Materials May Be Abated Concurrently With The Demolition Of The Structure By A Licensed Contractor Using The Wet Method With Appropriate Site Controls In Place, Or Other Approved Method.
the Type Of Work To Be Performed Will Be Categorized Under Psc P400 Salvage - Demolition Of Buildings And Naics 238910 Site Preparation Contractors With A Size Standard Of $19 Million.
responses - Submittal
responses To This Notice Must Be Emailed To Toby Hayden At Toby.hayden@ihs.gov And Must Be Received No Later Than 12pm Pt On February 14, 2025. Responses Must Include:
company Information: Company Name, Website, Physical Address, Sam Uei Code
point Of Contact: Contact Name, Phone Number, And E-mail Address
if A Solicitation Is Issued, Will Your Firm/company Be Submitting A Proposal? Indicate Yes Or No
type Of Business: Native American-owned (iee/isbee), Sba Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And/or Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov.
native American-owned (iee/isbee) Firms - Submit Completed Attachment 1: Ihs Iee Representation Form (jan 2022) Along With The Controlling Enterprise’s Department Of The Interior, Bureau Of Indian Affairs Certificate Of Degree Of Indian Blood Documentation. Please Note That There Shall Be No Personally Identifiable Information (pii), Such As Social Security Numbers, Included In The Documentation Submitted. Any Pii Shall Be Redacted Prior To Submission.
experience Submission Requirements: Submit At Least Two (2) But No More Than Five (5) Projects Completed By Your Firm Within The Last Seven (7) Years That Are Similar To The Work That Will Be Required Under This Project. Firms Shall Include The Following Information For Each Project:
indicate Whether Prime Contractor Or Subcontractor For Each Project Submitted;
dates For Each Project Submitted;
contract Value, Location, Completion Date, And Complexity Of Job For Each Project Submitted;
indicate Whether The Project Is A Federal, State, Tribal Or Other For Each Project Submitted; And
project References/agency Point Of Contact (telephone Number And Email Address) For Each Project Submitted.
if The Entity Responding To This Sources Sought Is Submitting Experience Information From Any Entity That Does Not Match The Name, Cage Code, And/or Uei Exactly As Stated On The Submitting Entity’s Sam Record (e.g. Affiliates, Subsidiaries, Parent Companies, Sister Companies, Etc.) The Submission Shall Clearly Demonstrate How That Entity Will Have Meaningful Involvement In The Performance Of The Contract And Specifically Address Which Resources Would Be Committed To The Contract. Failure To Comply With This Requirement Or Failure To Adequately Demonstrate Meaningful Involvement And Commitment Of Resources On Behalf Of That Entity May Result In That Experience Information To Be Considered Not Relevant.
along With The Project Experience Submission, The Following Questions Shall Be Answered In Your Firms’ Submission:
how Is Your Company Structured To Handle Quality Control Of The Various Disciplines Of A Project? (i.e., What Position(s) (full-time/part-time) Are Employed Under Your Company To Perform Qc?)
does Your Company Primarily Handle The Activities Related To Project Management By The Prime Contractor And If So, What Are Those Activities?
does Your Company Self-perform Any Of The Disciplines, If So, What Are Those Disciplines? What Disciplines Does Your Company Anticipate Self-performing For This Specific Project?
additional Information:
pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee) Whenever The Use Of That Authority Is Authorized And Practicable. The Government Is Seeking To Identify Indian Small Business Economic Enterprises (isbees) Capable Of Performing The Below Indian Health Services (ihs) Requirement. Any Firm Responding To This Notice Should Submit Their Capability Statement As Well As The Buy Indian Act Indian Economic Enterprise Representation Form (attached).
indian Small Business Economic Enterprises (isbees) As Well As Other Small Business Are Highly Encouraged To Respond To This Notice. However, Firms Should Understand That Generic Capability Statements Are Not Sufficient For Effective Evaluation Of Their Capacity And Capability To Perform The Work Required. Please Note That A Decision Not To Submit A Response To This Request For Information Will Not Preclude A Firm From Participating In Any Future Solicitation.
all Information Received In Response To This Source Sought That Is Marked Proprietary Will Be Handled Accordingly. Documents And/or Information Other Than What Is Requested Will Not Be Reviewed. Information Submitted Beyond What Is Requested Will Not Be Considered.
questions:
questions Regarding This Sources Sought May Be Emailed To Toby Hayden At Toby.hayden@ihs.gov.
Closing Date14 Feb 2025
Tender AmountRefer Documents
7781-7790 of 8103 archived Tenders