Survey Tenders
Survey Tenders
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 23.8 Million (USD 407 K)
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Twenty Three Million Eight Hundred Forty Thousand Pesos (php 23,840,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Package 1: Repair Of Protection Dike At Talisay Check Structure And Canalization Of Lateral A Extra West With Canal Structures Of Batutu Ris, New Bataan, Davao De Oro Under Lmc No. Ddo 2025-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Irrigation Management Office Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 01, 2025 - January 17, 2025, 5:00 Pm From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 5:00 Pm On January 17, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 09, 2025, 9:00 Am At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 21, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 21, 2025, 8:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Medium A - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Generator Set 1.00 Portable Welding Machine 1.00 Oxygen & Acetylene With Cutting Outfit 1.00 Edger 1.00 Self Propelled Compactor 1.00 Plate Compactor 1.00 Centrifugal Pump 1.00 Mixer (1 Bagger) 2.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 27, 2024 Alex A. Merlin Bac Chairman
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amendment Is To Extend The Responses Due By Date To Friday, February 14, 2025 At 12pm And To Post The Responses To The Rfis. northampton Fiber Optic Cable Installation Rfis
please Confirm If We Can Utilize The Existing Conduit To Exit The 1st Floor It Room, Or If New Conduit Be Required. The Existing Conduit Can Be Used.
has An Asbestos Survey Been Conducted In The Areas Where Work Is Being Performed? If Asbestos Is Present, What Areas, And Will We Be Able To Use An Alternate Route, Or Is Abatement Required? Gsa Building Manager Is Working On Getting The Report, Verbally Said No Known Acm In Proposed Route. since The Fiber Optic Cable Is Already Armored, Is Conduit Installation Required In The Usps Loading Dock, Or Can The Cable Be Run On J Hooks Without Conduit? The Preferred Route Through The Usps Loading Dock Is To Use An Existing Hole From The Va Waiting Room Side And Staying Next To The Sprinkle Pipe. It Can Be Service Mounted Using 1- Or 2-hole Straps. This Route Lines Up With The Existing Hole Above The Double Doors.
please Confirm Whether We Are Required To Punch Through The Brick Wall On The Far Side Of The Usps Loading Dock. There Is An Existing Opening Above The Double Doors That Lead To The Office Area.
after Entering Room 107 From The Usps Loading Dock, Should We Utilize The Existing Conduit Up To The 3rd Floor? If Not, Are We To Install New Conduit Or Are We Permitted To Run The Cable In Free Air? No Conduit Was Seen From The 1st Fl To The 3rd Fl. There Is An Existing Hole On The 2nd Floor In The Electrical That Can Be Used, Or A New Hole Will Need To Be Drilled To The Right If The Ent. A 3 Conduit From Floor 2 To 3 Is Present And Can Be Used.
are There Any Sensitive Areas That Will Require Containment Measures Or Work To Be Performed During Off-hours? No Off-hour Work Is Required. Work In Room 107 Will Have To Be Coordinated As It Is An Active Office. Containment Will Be Needed If Drilling From 1st Floor To 2nd Floor. There Is An Existing Hole In The Floor That Can Be Used. Plan To Have Access To The Usps Loading Dock 10 Am To 3pm.
can You Confirm Whether There Is Fire Blocking Between Floors That May Affect Conduit Installation Or Cable Routing? No Fire Blocking Was Seen During The Walk Through. The Floor Is Concrete Pored Over Metal Decking.
in Electrical Closet 209, Can We Use The Existing Empty Conduits To Route The Cable Into Room 206, Or Will We Need To Core Through The Wall? From Room 209 To The 3rd Fl, The 3 Conduit Can Be Used.
are We Permitted To Use All Available Existing Conduits When Necessary, Or Will Certain Pathways Require New Conduit Installations? If Not, Please Identify The Areas Where New Conduit Is Needed, With Footages. No New Conduit Is Expected. Sleaves Should Be Used When Penetrating Walls Or Floors.
should The Network Switches Be Installed Inside A Wall-mounted Cabinet, Or Can Both Switches Be Placed In A Rack Within A Movable Cabinet? No Switches Are Being Installed As Part Of The Services.
is A Backboard Required Behind The Wall-mounted Cabinet For Switch Installation? No, The Eaton Srwf6u (or Equal) 6u Vertical-mount Locking Cabinet Can Be Mounted Directly To The Wall Using 3/8 Toggle Bolts.
please Confirm The Total Number Of Wall/ceiling/floor Penetrations Required Throughout The Project And Please Specify The Rooms Where These Penetrations Will Be Made. All Wall Penetrations Are Sheetrock With Plaster. No Penetrations Are Anticipated, But Can Be Made To Make Pulling Easier. please Confirm If One Or Two 12 Strand Cables Are Being Run. If 2 Cables, Are All 24 Strands Being Terminated? Install One Corning 012t88-33191-a3 (or Equal) 12 Strand Indoor Plenum Rated Interlocking Armored Multimode Om4 Fiber Optic Cable And Terminate All Straneds On Both Ends.
solicitation States "wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov) (xiii) All Contract Requirement(s)" Please Confirm Wage Rates For This Projectâ wage Determination 2015-4047 Rev29 Is Applicable. during The Walkthrough Existing Pathways & Penetrations Shown Contained Ent (electrical Non-metallic Tubing) Pws Task B States "all Wall And Floor Penetrations Shall Have Steel Sleeves And Proper 2 Hour Fire Rating."â treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing. pws Task F States "all Work To Comply With Current Vha, Nfpa, Joint Commission, Nec, And Other Regulations And Guidelines. Fiber Testing Shall Be Completed To Tia-568.3-e Standards" Existing Is Currently Non-compliant With Nfpa. Should We Quote New Pathway And Emt (electrical Metallic Tubing) Sleeves To Meet 2hr Fire Rating ? Treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing.
some Work On The Proposed Path Will Take Place In The Va Patient Hallways And Waiting Room. Does This Work Need To Be Done Off Hours? No
proposed Path Runs Through The Usps Warehouse And Would Be Exposed - Should This Section Be Placed In Conduit Or Stay On J Hooks? It Can Be Surface Mounted With 1 Or 2 Hole Straps. The Ceiling Is Suspended Plaster. will A Full Time Gc Site Supervisor With An Osha 30 Be Required On-site? Yes If A Gc Is Being Used. is There A Self Performance % Requirement For This Solicitation? An Award To An Sdvosb Set Asideâ requires A 51% Self-performance Level, Meaning That A Certain Percentage Of The Work Must Be Done By The Company (bid Winner) Itself Rather Than Subcontracted Out.
please Confirm Project Intent Is Not Meant To Meet Oit Infostructure Standards. The Intent Is To Run Temporary Fiber To The 3rd Fl. This Service Is Not For Oit Infrastructure.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. 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 As Either 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. 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 March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 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.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, 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.
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. 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, 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 Point Of Contact Listed Below By February 13, 2025 At 1:00 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:
thomas Council
contract Specialist
thomas.council@va.gov
National Institutes Of Health Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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: the National Institute On Aging (nia), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments. purpose And Objectives: the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments: q Exactive Hf Model No. 0726041 Serial No. Sn05734l ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689 dionex Autosampler Model No. 5826.0020 Serial No. 8180055 orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536 vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482 faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311 accelerome Model No. C0960-01-00109 Serial No. 665140 contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians. anticipated Period Of Performance: the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods. place Of Performance: the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825. in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25. 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 And 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 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 And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov. the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard 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 Pre-solicitation 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).
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r). the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support. additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well. the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page: company Name/division, Address, Telephone Number, Website Url. point-of-contact Name, Title, Telephone Number, And E-mail Address. unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov). business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business). the Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address: experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems. experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems. provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below. ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Fisher House Site Preparation At The John D. Dingell Va Fisher House Located In Detroit, Mi. project Description:
the Construction Project Will Remove And Replace Existing Sidewalk, Catch Basins, Gutter, Curbing, And Provide Landscaping Along Bethune Street At The Detroit Fisher House As Described Below. It Is Anticipated That The Work Will Be Broken Up Into Two (2) Phases. Phase One Will Remove And Replace Fifteen Hundred (1500) Sq Ft Of Damaged Sidewalk Along Bethune Street And Add One Hundred Eighty (180) Sq Ft Of New Sidewalk At The Fisher House Entry. Phase Two Will Remove And Replace Two Hundred Twenty (220) Lf Of Curbing, Gutter, And Catch Basins, Tie Into, And Expand On The Existing Irrigation System, Add Green Space, And Plant Six (6) New Trees. The Contractor Is Responsible For Installing Safety Fencing To Keep Pedestrian And Automobile Traffic Out Of Work Site, Coordinating All Work With The City Of Detroit, And Obtaining All City Permitting For The Satisfactory Completion Of All Work. 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 As A Request For Quote (rfq) In Accordance With Far Part 13. 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 March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $100,000.00 And $250,000.00. The North American Industry Classification System (naics) Code 237310 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 45 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, Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 237310. 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. 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.
provide A Narrative And Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. The Narrative And Examples Should Demonstrate Experience With: Sidewalk Demolition, New Concrete Pouring, Catch Basins, Gutters, Curbing And Landscaping.
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. 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 25, 2025 At 1:00 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:
emil Reyes
contract Specialist
emil.reyes@va.gov secondary Point Of Contact: katherine Gibney
contracting Officer
katherine.gibney@va.gov
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 195 K (USD 3.3 K)
Details: Description Request For Quotation No.: 2025-02-020-gs Date Published: February 19, 2025 Closing Date: February 27, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: February 27, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Approved Budget For The Contract (abc): ₱195,000.00 Funding Source: Osec-1-25-00069 Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 3 1,000.00 195,000.00 Inclusive Of Complete Services Stated In The Tor Total ₱195,000.00 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 Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics 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 February 27, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On February 27, 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 Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Venue Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 March 12-14, 2025 Preferably Within Lingayen Area 2. Food Requirement: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner • 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 Breakfast: 6:30 Am – 7:30 Am O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm O Dinner: 5:00 Pm – 6:00 Pm 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 Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Under Project Id No. 2025-02-020-gs Of Deped Sdo 1 Pangasinan.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For renovation Of 11 H-barracks Buildings mcgregor Range, New Mexico this Is A Sources Sought Notice; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information Or Industry Response To This Notice Or Any Follow Up Information Requests. Not Responding To This Notice Does Not Preclude Participation In Any Future Procurement. If A Solicitation Is Released, It Will Be Synopsized In The System For Award Management (sam). It Is The Responsibility Of Potential Offerors To Monitor Sam For Additional Information Pertaining To This Requirement. the Acquisition Strategy Will Be Determined Based On Responses Received From This Notice And/or Other Market Research Methods. The Planned Acquisition Strategy Will Be Posted In Sam Upon Completion Of Market Research Analysis. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). All Are Highly Encouraged To Respond. the U.s. Army Corps Of Engineers – Fort Worth District Has Been Tasked To Solicit For And Award A Design Bid Build Renovation Of 11 H-barracks Buildings At Mcgregor Range, New Mexico. Anticipated Project Will Be A Competitive, Firm-fixed Price Contract Procured In Accordance With Far 15, Negotiated Procurement Using “best Value” Trade-off Process. the Government Is Seeking Experienced Firms For The Following Scope Of Work: this Design Bid Build Project Renovates The 11 H-barracks Buildings At Mcgregor Base Camp, New Mexico. This Project Will Renovate The Existing H-barracks Configuration Into A U-shaped Barracks Configuration. The Renovation Includes The 11 Barracks Buildings To Meet Current Codes And Standards. The Design Will Include Updating All The Electrical, Plumbing, Lighting, Communication, Hvac, A New Fire Suppression System, Mechanical, Roof, Structural, Floor, Acoustical Panel Ceilings (apc), And Abatement Of Asbestos Containing Materials (acm) And Lead Based Paint. This Renovation Shall Include Restrooms, Showers, Janitorial Closets, Vestibules, Corridor, Electrical And Mechanical Rooms, A Laundry Facility, Interior Walls Shall Be Demolished, Slab And Exterior Walls Shall Remain. in Accordance With Far 36/dfars 236, The Estimated Construction Price Range For This Project Is: Between $25,000,000 And $100,000,000 estimated Duration Of The Project Is 730 Calendar Days. the North American Industry Classification System Code For This Procurement Is 236220 Which Has A Small Business Size Standard Of $45m. the Product Service Code Is Z2fc. small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting. Generalconstruction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded. should This Action Be Solicited As Full And Open Competition, A Small Business Participation Proposal Will Be Identified As An Evaluation Factor In The Solicitation. Large Business(es) Must Comply With Far 52.219-9 By Submitting An Acceptable Small Business Subcontracting Plan. prior Government Contract Work Is Not Required For Submitting A Response To This Notice. However, Respondents Are Reminded That All Construction Performance Must Follow The Usace Safety And Health Requirements Manual (em 385-1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Within Quarter 3 Fiscal Year 2025 And The Estimated Proposal Will Be Required Within Quarter 4 Fiscal Year 2025. The Official Notice Citing The Solicitation Number Will Be Issued In Sam And Firms Are To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm Response To This Notice Shall Be Limited To 5 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. 2. Firm’s Interest In Bidding On The Solicitation When It Is Issued. 3. Firm’s Experience To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (indicate Whether As A Prime Or Subcontractor) By Providing: - Brief Description Of The Project, Customer Name, And Dollar Value Of The Project – Provide At Least 3 Examples Within The Last Six Years. 4. Firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. 5. Will The Firm Submit A Response As A Joint Venture Or Other Arrangement? If Yes, Specific Type: Joint Venture, Mentor-protégé, Teaming Arrangement, Or Other 6. Firm’s Bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) 7. This Project Is Subject To Project Labor Agreements For Federal Construction Projects (pla). Would Your Firm Provide A Proposal Knowing The Project Is Subject To Plas? ___yes ___no this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. interested Firms Shall Respond To This Notice No Later Than 1600 (central) On 28 February 2025. Email Your Response To Lindsay Chvilicek, Contract Specialist, Fort Worth District @ Lindsay.m.chvilicek@usace.army.mil email Is The Only Acceptable Method For Receiving Responses To This Notice.
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quotation, Or Invitation For Bids. The Notice Does Not Commit The Government To Issue Any Type Of Solicitation Or Award An Ultimate Contract. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. The Notices Does Not Restrict The Government From A Particular Acquisition Approach. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Indefinite Delivery/indefinite Quantity (idiq), Multi-discipline Architect-engineer (ae) Services As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects For Military Construction (milcon) And Special Project Facilities. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, Federal Acquisition Regulation (far) Subpart 36.6. work Under The Contract Is Anticipated To Occur Primarily At Navfac Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, Marine Recruit Depot Parris Island, And Marine Corps Logistics Base Albany. However, Work May Be Ordered Throughout The Naval Facilities (navfac) Mid-atlantic Aor And Navfac Worldwide (rare Occasion). comprehensive A-e Services Are Required For Planning, Design, And Construction Services In Support Of The New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Design Projects. Ae Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To Architectural, Landscape Architecture, Interior Design, Structural, Mechanical, Electrical, Civil, Geotechnical, Fire Protection, And Cost Engineering. most Projects Will Be New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities And Infrastructure. The Projects Will Include Delivery Of Both Design-build (db) And Design-bid-build (dbb) Project Design As Well As Ae-specific Study/evaluation Work. the Multi-discipline Architect And Engineering Services Expected Under This Contract Include, But Are Not Limited To The Following: (a) Planning Services, Including Those Associated With The Development Of Project Programming Document (dd 1391), Facility Evaluations/site Investigations, And Cost Estimation. facility Planning Services, Including: project Programming And Scope Development conceptual Pricing Development development Of Alternatives Including Economic Analysis interior Space Planning/design collateral Equipment Inventories facility Analysis, Including: general Condition Assessment Including Code Compliance energy Utilization Studies life Safety Analysis exterior And Interior Hazardous Material Surveys And Analysis (b) Design Services, Including Development Of Either Contract Documents For Design/bid/build (dbb) Or Design/build (db) Request For Proposal (rfp) Packages For New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Large And Small Design Projects And Renovations Of Facilities, Including, But Not Limited To: multi-unit Housing Facilities administrative Facilities training Facilities, Such As Operational, Maintenance, Or Classroom industrial Facilities, Such As Maintenance Shops, Manufacturing, Public Works Shops, Or Warehouses. facilities That Require Phased Construction Due To Operational Requirements (c) Construction Services Such As The Following Services: contractor Submittal Reviews field Consultation And Special Inspections electronic Operation And Maintenance Support Information (eomsi) obtaining Environmental Permits And Regulatory Approvals as-built And Record Document Preparation asbestos And Or Lead-based Paint Assessments Will Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead, And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. Ae Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Ground-water/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces. all Design Services Shall Comply With The Most Current Edition Of Fc 1-300- 09n Navy & Marine Corps Design Procedures And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org). the Duration Of The Idiq Contract Will Be For A Five-year Ordering Period. The Total Fee For The Contract Term Shall Not Exceed $249,000,000 For The Life Of The Contract. The Primary North American Industry Classification System (naics) Code For This Procurement Is 541330 – Engineering Services And The Annual Size Standard Is $25,500,000. all Small Businesses, Certified 8(a), Hubzone, Service-disabled Veteran-owned, And Women-owned Small Businesses Are Encouraged To Respond. Upon Review Of Industry Response To The Sources Sought Synopsis, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is Appropriate. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025. this Sources Sought Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought Notice. it Is Requested That Interested Small Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 25 Pages In Length, Single-spaced, 12-point Font Minimum Including Document Searchable Bookmarks) Demonstrating Your Ability To Perform The Requested Services. Please Use The Attached Project Information Form For Each Project Submitted Demonstrating The Requisite Experience. the Sources Sought Project Information Form Shall Be Used To Document A Minimum Of Three (3) And Up To A Maximum Of Five (5) Relevant Design Projects Completed In The Past Five (5) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Projects Proposed For This Idiq. This Documentation Shall Address, At A Minimum, The Following: 1. Relevant Experience: Relevant Experience To Include Experience In Performing Efforts Of Similar Scope And Complexity Within The Last Five (5) Years, Including Contract Number, Indication Of Whether A Prime Or Subcontractor, Contract Value, Government/agency Point Of Contact And Current Telephone Number, And A Brief Description Of How The Contract Referenced Relates To The Technical Services Described Herein. The Relevant Experience Project Submitted Is Defined As And Shall Include The Following Attributes: A. Size: Design And Engineering Services For A Project With A Final Construction Cost Of $10,000,000 Or Greater. At Least One (1) Project Must Have A Final Construction Cost Of $50,000,000 Or Greater. B. Scope/complexity: Projects, Cumulatively And Collectively, Shall Demonstrate Specialized Design Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: planning, Project Programming And Requirements Development. conceptual Pricing Development, And Development Of Alternatives Including Economic Analysis. facility Analysis, Such As General Condition Assessment Including Code Compliance, Energy Utilization Studies And Facility Life Safety Code Analysis. hazardous Material Surveys And Analysis. design Services And Deliverables, Including Development Of Comprehensive Contract Packages Such As Design-build Rfps And Design-bid-build Drawings, Specifications, And Construction Cost Estimates. construction Services Such As Contractor Submittal Reviews, Field Consultation And Special Inspections, Electronic Operation And Maintenance Support Information (eomsi), Obtaining Environmental Permits And Regulatory Approvals, And Preparation Of As-built Documents. note: – Projects Submitted That Only Include Utilities And Horizontal Or Civil Site Work Will Not Be Considered Relevant. C. Characteristics: Additionally, Submitted Relevant Design Projects Shall Demonstrate The Following Characteristics: offerors Shall Have Acted As The Designer Of Record (dor) On Submitted Projects. experience With Design Of Both New Construction (at Least One (1) Project) And Renovation (at Least One (1) Project) experience With The Preparation Of A Solicitation Package For Design-build Request For Proposal (at Least One (1) Project). experience With The Preparation Of A Solicitation Package For Design-bid-build/full Design (at Least One (1) Project). offeror’s Experience Performing As A Subcontractor Will Not Be Considered, Nor Will Experience Of Companies Proposed To Work As Subcontractors On The Resulting Solicitation/contract. ensure That The Project Description Clearly Identifies Whether Or Not The Project Is New Construction Or Renovation, Provides The Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. 2. Workload And Availability: – The Ability Of Potential Offerors To Manage Their Firm’s Present Workload And Availability Of Their Project Teams (including Consultants) For The Specified Contract Performance Period. Potential Offerors Are Requested To Describe The Workload/availability Of Their Key Personnel During The Anticipated Contract Performance Period And The Ability Of Their Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Typical Task Orders Issue Under This Contract Are Expected To Range Between $100,000 To $10,000,000; However, Some Projects May Be Larger Or Smaller Than This Range. Historically, The Yearly Projected Workload Can Yield Up To 10 Task Orders Ranging From Full Design Effort, Planning, And Post Construction Award Services. Project Programs Typically Supporting This Contract Are Military Construction Programs, Major Maintenance Repair Program (mmrp), And Special Projects. 3. Limitations On Subcontracting: – Additionally, The Government Will Assess The Firm’s Ability To Be Compliant With Far 52.219-14, Limitations On Subcontracting (deviation 2021-o0008). Potential Offerors Are Requested To Describe Their Plan To Complete The Work Anticipated Under This Contract With Qualified Personnel And Continuity Of Service That Satisfies The Requirements Of Far 52.219-14 (e) (1) Under Which The Contractor Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. a Company Profile Shall Also Be Included Utilizing The Attached Contractor Information Form. This Will Include The Number Of Employees, Office Locations(s), Unique Entity Identification (uei) Number, Cage Code, And Statement Regarding Small Business Designation And Status. please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé. A Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Is Approved Would Be Required With Your Proposal, If Requested. 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. responses Are Due Nlt Friday, 31 January 2025 At 2:00 Pm (est). Late Responses Will Not Be Accepted. the Package Shall Be Sent By Email To The Following Address: James.a.godwin41.civ@us.navy.mil. Attachments Are Limited To A Total Size Of 5mb. Questions Or Comments Regarding This Notice May Be Addressed By Email To James Godwin At The Same Email Address Above.
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: Request For Information (rfi) air Force Research Laboratory (afrl) Space Vehicles (rv) Directorate spacecraft Component Technologies (rvsv) rfi Id: Afrl-rvky-2025-shrec 23 January 2025 overview Contracting Office Address And Points Of Contacts department Of The Air Force Material Command (afmc), Air Force Research Laboratory, Space Vehicles Directorate, 3550 Aberdeen Ave, Se, Kirtland Afb, 87117-5776 contracting Points Of Contact (poc) mr. Francis Eggert (primary) Ms. Paige L. Thompson (alternate) contracting Officer Contracting Officer afrl/rvky Afrl/rvky phone Number: 505-846-5935 Phone Number: 505-846-2070 email: Francis.eggert@us.af.mil Email: Paige.thompson@spaceforce.mil technical Points Of Contact (poc) dr. Andrew C. Pineda Ms. Amanda P. Fetzer afrl/rvsv Afrl/rvsv phone Number: 505-853-2509 Email: Amanda.fetzer.2@spaceforce.mil email: Andrew.pineda.6@spaceforce.mil program Manager (poc) mr. Manuel V. Gonzales afrl/rvfc F/rvsv email: Manuel.gonzales.9@spaceforce.mil 1. Part: U.s. Government Procurements Request For Information (rfi) 2. Subpart: R&d Memberships 3. Procurement Classification Code: A – Research And Development (r&d); Code # 18 – Space Vehicles Directorate 4. Agency: Department Of The Air Force 5. Responsible Office And Address: Air Force Research Laboratory (afrl), Space Vehicles Directorate (afrl/rv); Mail To: Afrl/rvky (west Area General Mail Room); Attn: Mr. Francis M. Eggert 3550 Aberdeen Ave. S.e.; Building 425, Room 100, 1st Floor; Kirtland Afb, N.m. 87117-5773. 6. North American Industry Classification Systems (naics) Code: 541715 – R&d In The Physical, Engineering & Life Sciences (except Biotechnology) 7. Rfi Id: Afrl-rvky-2025-shrec 8. Notice Type: Sources Sought To Space Computing Community For Memberships 9. Subject: Develop Leaders In Technology, Development, And Science And Technology Working Groups. Space, High-performance, And Resilient Computing (shrec) Fy25 And Beyond. Fault-tolerant Techniques For Heterogenous Computing Architectures, And Reliable Non-volatile Memory (nvm). Provide Reliability Testing For Selected Fpgas, Reliability Testing Of Deep Learning Hardware In A Radiation Environment, Reliability Testing Of High-performance Memory, And General Radiation Testing Of Heterogenous Computing Devices. The Government Shall Determine The Number Of Memberships And Option Year(s) Based Upon Offeror(s) Recommendations And The Funds Available For The Ffp. The Government Can Decide To Award To One, More Than One, Or No Memberships To One, More Than One, Or No Offerors. 10. Background. Center For Space, High-performance & Resilient Computing, An Nsf Iucrc, Was Founded In Sep. 2017, Replacing The Highly Successful Nsf Chrec Center. Under Auspices Of Iucrc Program At Nsf, The Program Fosters University, Agency, And Industry R&d Collaborations In Space And High-performance Computing. Shrec Is Both National Research Center And Consortium, University Groups Serve As Research Base (faculty, Students, Staff), Industry & Government Organizations Are Research Partners, Sponsors, Collaborators, Advisory Board, & Technology-transfer Recipients. 11. Mission: Mission Critical Computing, Basic And Applied R&d To Advance Science & Technology (s&t) On Advanced Computing That Captures 20+ Program Needs For Government And Commercial Space Applications. Many Common Challenges, Technologies, & Benefits, In Terms Of Performance, Power, Adaptivity, Productivity, Cost, Size, Etc. From Architectures To Applications To Design Concepts And Tools Spanning Applications From Spacecraft To Supercomputers! 12. The Air Force Research Laboratory Is Issuing This "request For Information" To Industry And Academic Sources To Gather Current Data On The Existing Market Sector, Identify Potential Market Characteristics, Best Practices, Emerging Technologies, Sources Of Supply, Vendor Capabilities, And To Assist The Government With Leveraging Opportunities So That An Informed Acquisition Strategy Can Be Accomplished. The Air Force Research Laboratory Is Interested In Determining Existing Capabilities And Future Capacities To Provide Research And Development In The Areas Of Space, High-performance, & Resilient Computing (shrec). The Applicable North American Industry Classification Systems (naics) Code Assigned To These Activities Is 541715 Research And Development In The Physical, Engineering, And Life Sciences (except Biotechnology). This U.s. Industry Comprises Establishments Primarily Engaged In Conducting Research And Experimental Development (except Biotechnology Research And Experimental Development) In The Fields Of Engineering, Electronics, Computers, Chemistry, Physics, And Other Allied Subjects. 13. This Is Not A Solicitation. This Request Is For Capability Information And Does Not Constitute A Request For Proposal; Submission Of Any Information In Response To This Request For Information/market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. 14. This Notice Is For Planning Purposes Only And Does Not Commit The Government To Any Contractual Agreement. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. 15. Sample Response Outline there Is A Suggested Total Page Count Limit Of 10 Pages For Each Topic Area Response. The Following Is A Suggested Outline For A Response To This Rfi. The Page Limitation And Outline To This Rfi Is Intended To Minimize The Effort Of The Respondent. Nevertheless, Respondents Are Free To Develop Their Responses As They See Fit. 16. Section 1: Corporate Expertise briefly Describe Your Company, Your Products And Services, History, Ownership, Financial Information And Other Relevant Information. As Part Of Your Corporate Expertise, Please Highlight Critical Elements In The Envisioned Solution To Meet One The Topic Area Outlined Above. Also, Discuss Your Ability To Perform Work In A Classified Environment. Identify Any Foreign Ownership Or Investment. It Is Expected That Section 1 From This Sample Response Outline Is Less Than 10% Of The Response. 17. Section 2: Technical Solutions describe Your Company’s Concept For The Proposed Solution Addressing One Of The Topic Areas Outlined Above. The Proposed Concept Should Address The Various Capabilities And Capacity. describe Any Technologies In Your Current Product Line, As Well As Products Currently Under Development That Meet The Capabilities Identified In Section 10. Provide Performance And Physical Specifications For Each Product, As Well As Anticipated Performance For Products Under Development. The Technical Solution Should Also Include Test Plan Outlining A Series Of Tests/experiments To Increase Technology Readiness Level (trl) Of Proposed Architecture. 18. Section 3: Cost And Schedule Estimates provide A Rough Order Of Magnitude (rom) Cost And Schedule Estimates For Design/build To Properly Scope A United Acquisition Strategy. 19. Section 4: Additional Details please Provide Any Other Materials, Suggestions And Discussions You Deem Appropriate. Include Any Recommended Structure Of The Requirements In The Event The Government Decides To Issue A Request For Proposal. 20. Submissions Of Responses there Is A Recommended Total Page Count Limit Of 6 Pages For Topic Response. This Page Count Does Not Include The Coversheet. The Page Limitation To The Rfi Is Intended To Minimize The Effort Of The Respondent. responses To The Rfi Should Be Submitted In Ms Word Format In 12-point Font, Double-spaced With One-inch Margins And Use The Standard Letter Size (8.5”x11”) Paper. Responses Are Due No Later Than 25 Feb 25. Responses To All Or Part Of This Rfi Will Be Accepted. responses To This Rfi Must Be Submitted To Afrl. Responders Shall Provide One Electronic Copy (ms Word Or Editable Pdf) Of Their Unclassified Response Via Dod Safe (https://safe.apps.mil/). Note: See Paragraph 6 For The Instructions Dod Safe Submittal(s). Do Not Send Via E-mail. Submission Of Marketing Information, Existing Commercial Documentation And Product Literature Is Not An Acceptable Response. Responses To This Notice Must Be Unclassified. responders Are Advised That Employees Of Commercial Firms Under Contract To The Us Government May Be Used To Administratively Process Responses Or Perform Other Administrative Duties Requiring Access To Other Contractors’ Proprietary Information. These Support Contracts Include Nondisclosure Agreements Prohibiting Their Contractor Employees From Disclosing Any Information Submitted By Other Contractors Or Using Such Information For Any Purpose Other Than That For Which It Was Furnished. to Complete Its Review, Afrl Must Be Able To Share The Information Within The Government And With Its Support Contractors; Therefore, Any Responses Marked In A Manner That Will Not Permit Such Internal Government Review Will Be Deleted Without Being Assessed/considered. any Response To This Rfi May Be Subject To Review By Non-government Personnel. The Role Of These Advisory And Assistance Services (a&as) Contractors, University Affiliated Research Center (uarc) Employees And Federally Funded Research And Development Center (ffrdc) Employees Are To Function As Technical Advisors To The Programmatic Decision Making. 21. Format the Responses Shall Be Formatted As Follows: cover Sheet paper Title name Of Company mailing Address business Size To Naics 541715 company's Commercial And Government Entity (cage) Number dun & Bradstreet (d&b) Data Universal Numbering System (duns) Number contracting And Technical Poc (names, Telephone/fax Numbers, And Email Addresses) classified Level At Which Company Is Cleared cognizant Security Office (name, Address, Zip Code), And Offeror's Security Officer's Name And Telephone Number proposed Period Of Performance (allow 90 Days For Drafting Final Report) rom Cost Estimate proposed Contract/agreement/ota Type proposed Government Furnished Property Or Base Support proposed Data Rights date Paper Is Valid teaming Arrangement Or subcontractors/consultants, Including Cage Codes narrative – Should Include But Not Be Limited To The Following 1. Discussion Of The Nature And Scope Of The Research; The Problem Statement; The Offeror’s Proposed Objectives And Technical Approach/solution; All Relevant Assumptions; An Overview Of Tasks And Methods To Achieve Each Objective; And Expected Results 2. Evidence Of Current Trl And A Description Of State-of-the-art Knowledge Or Methods To Be Employed, Along With A Clear Strategy, Resources And Schedule For Maturing The Technology To The Proposed Level 3. Description Of Final Products To Be Delivered (prototypes, Demonstrations, Software, Etc.) 4. Mapping Of Effort To Specific Need(s) Outlined In The Topic Area Description, With A Strategy For Transition Of Deliverables To A Government Acquisition Program. Transitions Can Be Specific To An Existing/future System Or Have Broad Application To Several Existing/future Systems 5. Any Restrictions On Government Use, Release Or Disclosure Of Technical Data 6. Key Personnel, Consultants Or Subcontractors To Support He Effort And Evidence Of Expertise And Experience To Accomplish The Proposed Tasks (resumes, Descriptions Of Facilities And Equipment And Proposed Statement Of Work Are Not Required At This Point) - Rom Cost – Provide A Rom Cost Estimate For Planning Purposes. The Rom Should Provide Top Level Details On Major Cost Items Such As Labor (# Of Ftes), Special Equipment That Will Need To Be Purchased, Materials And Any Subcontracts, Consultants Or Other Organizations’ Costs (to Include Government Furnished Facilities, Equipment Or Personnel) For The Proposed Effort 22. Timeline: Deadline For Rfi 25 Feb 25. 23. Summary the Afrl Is Interested In Continuing Research And Development Efforts Supporting Space Computing. The Questions Listed In This Rfi Are Not All-inclusive And We Strongly Encourage Each Respondent To Provide Any Additional Information That You Think May Be Vital To Support Our Efforts Accurately Scoping The Technological Thresholds And Objectives, Realistic Schedule Estimations And Budgetary Programming For This Key, High-interest Mission Area. attachment 1: Dodsafe Submission Instructions 1. Send Intention To Submit Response To Mr. Francis Eggert For Assigned Drop-off Request Code a. The Drop-off Request Code Is Valid For 14 Days 2. The Requestor Will Receive File Drop-off Instructions Via E-mail 3. Drop Off Files, Uploading To The Dod Safe Access File Exchange Website (https://safe.apps.mil/) a. Note, File Sizes > 8 Gb Will Not Be Accepted 4. Enter The Following E-mail Address For The Recipient Information a. Francis.eggert@us.af.mil b. Paige.thompson@spaceforce.mil c. Manuel.gonzales.9@spaceforce.mil
7801-7810 of 8104 archived Tenders