Survey Tenders
Survey Tenders
INDIAN HEALTH SERVICE USA Tender
Solid Waste Management
United States
Details: Notice Id Number Ihs252112
*************************************************************************
this Is Asources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
*************************************************************************
project Title: Hazardous Chemical And Battery Waste Collection And Disposal Services.
the Indian Health Service, Gallup Indian Medical Center, Located At 516 East Nizhoni Blvd, Gallup New Mexico 87301 Has An Upcoming Requirement For Infectious Medical Waste Collection And Disposal Services
the Anticipated Award Is A Firm Fixed Price For 1 Base Year With 4 Option Years If Exercised. The Period Of Performance Is From Base Year: March 17, 2025, To March 16, 2026, And If Exercised:
option Year 1: March 17, 2026 To March 16, 2027
option Year 2: March 17, 2027 To March 16, 2028
option Year 3: March 17, 2028 To March 16, 2029
option Year 4: March 17, 2029 To March 16, 2030
classification System (naics) Code Assigned To This Procurement Is562112 Hazardous Waste Collection And Disposal Services With A Small Business Size Standard Of $41.50.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) 02/18/2025 At 10:00 Am Msdt.
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code:562112 Hazardous Waste Collection And Disposal Services With A Small Business Size Standard Of $41.50.
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
if Claiming Iee Or Isbee Status, Complete And Submit The Attachedihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interestedqualified Buy-indianparties, Or Any Other Type Of Set Aside.
point Of Contact:
stefanie Atene, Purchasing Agent
email Address: Stefanie.atene@ihs.gov
place Of Performance:
gallup Indian Medical Center, 516 East Nizhoni Blvd, Gallup Nm 87301.
this Is Not A Solicitation.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Details: 20 February 2025 Revision:
the Government Is Seeking Feedback Regarding The Next Industry Day. Please Provide Answers To The Three Questions Below By 24 February 2025. Answers Can Be Provided With Your Sources Sought Response Form Or In A Separate Email To John Fotos At John.g.fotos.civ@army.mil, Ashley Korves At Ashley.m.korves.civ@army.mil, And Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil.
how Many Additional Hwad Industry Days Would You Like?
would You Benefit From A Hwad Industry Day After Release Of The Draft Rfp, After Release Of The Final Rfp, Or Both?
what Specific Buildings / Areas Of The Installation / Operations Would You Like To See On The Next Industry Day Tour?
the Following Attachments Are Being Added To This Post.
hwad Industry Day #1 Q&a 2
06 February 2025 Revision:
the Following Attachments Are Being Added From Industry Day #1.
hwad Industry Day #1 Presentation - Final
hwad Industry Day #1 Q&a 1
hwad Industry Day #1 Attendees
14 January 2025 Revision:
hwad Industry Day #1 Update:
the Army Contracting Command - Rock Island And Joint Munitions Command Will Be Hosting An Industry Day For The Anticipated Competition For The Operation And Maintenance Of Hwad On January 29-30, 2025. Industry Day Will Be All Day On January 29, 2025, And Half Day In The Morning Only On January 30, 2025.
02 December 2024 Revision:
for The Anticipated January 2025 Hwad Industry Day, Each Company Is Permitted To Send Up To Four (4) Representatives To Participate At Any One Time. For Example, Four (4) Representatives Are Permitted At The General Overview Session, And Four (4) Are Permitted To Attend The Facility Tour; They Are Not Required To Be The Same People. Individuals From Consulting Firms Acting On Behalf Of A Particular Company Will Be Included In The Respective Company’s Total Representative Count. The Limit Will Be Strictly Enforced.
attachment 1 Hwad Industry Day Company Registration Form Due 16 December 2024 Has Been Updated To Remove Question #4.
attachment 6 Hwad Sources Sought Questions And Answers Has Been Added.
description: The U.s. Army Contracting Command, Rock Island, On Behalf Of Headquarters, Joint Munitions Command, Located At Rock Island Arsenal, Rock Island, Il, Is Currently Seeking Interested Sources For The Execution Of Standard Depot Operation (sdo) Functions Including But Not Limited To Ammunition Receipt, Issue, Surveillance, Re-warehousing And Demilitarization (demil), As Well As The Operation, Maintenance, And Modernization Of Hawthorne Army Depot (hwad) Located In Hawthorne, Nv.
hwad Is A Government-owned, Contractor-operated (goco) Facility That Serves As An Archival Storage And Demil Location For A Wide Array Of Conventional And Non-standard Ammunition. In Addition To The Storage And Demil Of Ammunition, The Operating Contractor Will Be Required To Maintain And Modernize Equipment And Facilities, And Provide Numerous Base Support Services (e.g., Grounds Maintenance, Property Administration, Fire Protection, Safety And Security, Etc.).
hwad Is An Eligible Facility Under The Armament Retooling And Manufacturing Support (arms) Program. As Such, The Operating Contractor Will Be Required To Market Idle And Underutilized Facilities At Hwad For Commercial Use By Private Sector Firms. The Operating Contractor Must Comply With All Federal, State, And Local Laws And Army Regulations And Policies, As Well As Maintain Critical Skills And Core Capabilities Related To Storage And Demil Functions.
specifications: Draft Performance Work Statements (pws) For This Effort Are Included With This Sources Sought Announcement For Information Purposes Only. Please Note These Are Not The Final Versions. Final Pwss Will Be Provided When The Official Request For Proposal Is Released.
anticipated Requirements: A Long-term Facility Use And Production Contract With A Period Of Performance Beginning 1 Jan 2027 Is Anticipated. The Storage Levels And Demil Quantities Will Vary Given Funding Requirements. During Fiscal Year (fy) 2022-2024, The Stored Quantity Has Annually Averaged 200k Tons With 13k-14k Tons Total Of Receipt And Issue Per Year. Demil Planned Workload For Fy2025 Is 8.4k Short Tons With Fy2026-fy2030 Planned Workload At Approximately 43k Short Tons Total, Averaging Approximately 8k Per Year. Hwad Has A Storage Capacity Of 7.6m Sq. Feet (excess Storage Capacity Beyond The Government's Orders May Be Utilized For Commercial Business In Exchange For Contractor Investment In The Facility).
industry Days: The Government Anticipates Hosting Multiple Industry Days For This Effort, With The First Occurring The Week Of 27 January 2025.
interested Participants Must Register In Advance By Completing The Hwad Industry Day Company Registration Form, Hwad Industry Day Individual Registration Form, And Hwad Base Access Ncic Iii Form. All Completed Forms Will Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 16 December 2024.each Participant’s Requestmust Be Approvedby The Government Prior To Attendance.
the Government Intends To Allow Interested Contractors Access To Hwad For Tours Of The Facilities. Additional Details Will Be Provided When Available. In Order To Maximize The Value Of Future Tours, The Government Is Requesting Specific Feedback From Industry On The Manner In Which Tours Should Be Conducted. Topics The Government Is Seeking Feedback On Include, But Are Not Limited To, The Following:
number Of Visits And Timing Of Each (i.e. Immediately, Pre-rfp Release, Post-rfp Release, Etc.)
a List Of Facilities Interested Parties Would Like To See During The First Industry Day.
duration Of The First Tour (one Day, Two Days, One Week, Etc.)
number Of Individuals Per Company Needing To Be Present To Maximize Tour Value - Question Removed
any Questions Shall Be Submitted Prior To Industry Day And If Possible, Questions Will Be Answered At Industry Day. All Q&a Will Be Posted To Sam.gov Following The Industry Day.
additional Feedback
submission Information:
the Government Encourages All Responsible Interested Sources To Submit Their Capabilities/qualification Data Which Demonstrates Experience In Execution Of Base Operations, Sdo And Ammunition Demil. Interested Companies Should Respond By Providing The Government The Following Information:
name Of Company And Cage Code
point Of Contact's Name, Telephone Number And E-mail Address
company Address
business Size Information (please Specify As Either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-owned Small Business, Or Service-disabled Small Business).
identification Of Whether You Are Interested In This Opportunity As A Prime Or A Subcontractor.
a Brief Summary Of The Company's Capabilities, To Include Descriptions Of Personnel, Skills, Experience, And Expertise, Including Knowledge Of Safety, Security, Storage, And/or Environmental Regulations Associated With Operating A Government Facility.
details Regarding Experience With Similar Efforts/items
identification Of Potential Sources For Major Subcontractors If The Source Intends To Utilize A Subcontractor(s)
additionally, The Government Encourages Industry's Feedback On The Terms And Conditions To Be Included In The Acquisition. This Includes, But Is Not Limited To The Following:
contract Length And Structure (cost Vs. Firm Fixed Price Arrangements)
contract Incentive Arrangement (e.g., Award Term, Fixed Price Incentive Fee, Cost Plus Award Fee)
contractor Investment Arrangement For Commercial Use Of Excess Production/storage/ Demil Capacity
storage Consolidation Plan
use Of Multiple Contracts Separating Facility/base Management From Direct Ammunition Mission
alternate Technology Approaches To Standard Demilitarization
renewable Energy Concepts
questions (answers Provided At Industry Day)
additional Feedback
this Information Shall Be Submitted Electronically To Bridget Kramer At Bridget.l.kramer.civ@army.mil; Caitlyn Smith At Caitlyn.l.smith3.civ@army.mil; And Ashley Korves At Ashley.m.korves.civ@army.mil No Later Than 12:00pm Ct On 24 February 2025.
this Is A Market Survey For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal, Nor As An Obligation On The Part Of The Government. The Government Does Not Intend To Award A Contract On The Basis Of This Market Survey Or Otherwise Pay For Information Solicited. Participation In This Effort Is Strictly Voluntary. Please Identify Any Proprietary Information Submitted. The Government Intends To Utilize The Information Received Only To Develop The Acquisition Strategy For Future Requirements. Any Of The Information Stated Above Is Subject To Change. If A Formal Solicitation Is Generated At A Later Date, The Government Will Publish A Solicitation Notice.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Sources Sought Synopsis To Determine The Availability Of Potential Sources Capable Of Providing System Sustainment Support Services For The Digital Receivers (ddrx) For The Relocatable Over-the-horizon Radar (rothr) System In Texas. The Rothr System Is A Relocatable, Land Based, High Frequency (hf) Radar, Which Provides Wide Area Surveillance In Support Of Tactical Forces Afloat Through The Early Detection And Tracking Of Targets Of Interest, Such As Aircraft And Ships. The Rothr System Is Tasked To Provide Detection And Monitoring Of Drug Smuggling Aircraft And Ships To Support The Office Of The Department Of Defense Coordinator For Drug Enforcement Policy And Support Counterdrug Operations, Providing Long Range Detection Of Narcotic Trafficking Ships And Aircraft As Well As Filling Gaps In The Radar Coverage Provided By Fixed And Mobile Platforms.
The U.s. Navy Forces Surveillance Support Center (fssc) Operates, Maintains, And Sustains Three Rothr Systems In Virginia, Texas And Puerto Rico. The Digital Receiver System Delivers Significant Technological Advantages When Compared To Traditional Analog Receivers Utilized In Hf Systems To Include Larger Frequency Band Of Operation, Larger Channel Bandwidths, Higher Repetition Frequencies, Longer Coherent Processing Times, Ability To Process Different Waveforms And The Ability To Simultaneously Execute Air, Maritime And Other Missions Concurrently By Utilizing Different Digitized Channels For Each Mission.
the Digital Receivers Were Fielded By Bae Australia At The Rothr Texas Location Under The Dia Issued Contract Hhm402-15-c-0059.
this Contract Is Now Complete As Final Delivery Was Made In November Of 2024. The Government Currently Has A Contract With Bae Australia Limited, N00189-22-c-z021, For Additional Receivers For The Puerto Rico And Virginia Rothr Locations, Which Was Awarded On A Sole Source Basis In September Of 2022. This Contract Is Ongoing As The Final Delivery Under Contract N00189-22-c-z021 Is Scheduled For 10 June 2027. The Instant Requirement Is For Repair And Engineering Support Services For The Ddrx System In Rothr Texas Location. The Contractor Will Provide Maintenance, Technical Support, Software Support, Risk Management Framework (rmf) Support And Asset Retrograde Repair And Return Process.
bae’s Digital Receiver Technology Is Proprietary To Bae Australia And Cannot Be Repaired By Any Other Company.
Per Memorandums Of Understanding (mous) Between The Dod Of The U.s. And The Dod Of Australia Signed On 5 August 2020 And 28 September 2020, The U.s. Government Will Not Sell, Transfer Title To, Disclose, Or Transfer Possession Of Any Australian Origin Defense Article And Defense Services That Have Been Provided By The Australian Dod Under The Mou To Any Third Party. This Mou Prevents Any Other Contractor From Performing The Required Sustainment Services On The Australian Designed And Produced Digital Receivers.
the Anticipated Period Of Performance Of This Firm Fixed Priced Procurement Is Twelve Months From The Date Of Award. The North American Industry Classification (naics) Code Is 811210.
the Product Service Code Is J059. Interested Vendors Possessing The Requisite Experience, Skills, Resources, And Capabilities Necessary To Perform The Stated Requirement Are Invited To Respond To This Market Research Survey/sources Sought Synopsis By Providing Their Capability Information Via The Submission Of An Executive Summary, No More Than Two (2) Pages In Length. The Submission Shall Include The Following Information: (1) Company Name, Address, Point Of Contact With Corresponding Phone Number And Email Address; And Business Size; And (2) Relevant Corporate Experience Information. Relevant Corporate Experience Information Is Defined As Experience That Is Of The Same Or Similar Scope, Magnitude, And Complexity To That Which Is Described Herein.
this Relevant Corporate Experience Information Should Identify A Customer Point Of Contact With Corresponding Telephone Number And Email Address; And (3) Address How Your Firm Is Capable Of Overcoming The Challenges Discussed Above (providing Sustainment Support To Digital Receivers That Are Proprietary To Bae Systems Australia And Would Vacate Mous Between The U.s. And Australian Governments). All Submissions Are Required To Be Submitted Via Email To Lauren.a.lauver.civ@us.navy.mil No Later Than 10:00am (local Time/philadelphia, Pa) On 13 January 2025. Please Direct Any Questions Concerning This Sources Sought Synopsis To Lauren Lauver At Lauren.a.lauver.civ@us.navy.mil.
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Expression Of Interest
gainesville, Fl
the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For Approximately
226,102 American National Standards Institute/building Owners And Managements Association (ansi/boma) Square Feet (aboa Sf) Yielding A Not To Exceed Amount Of 254,364
rentable Square Feet (rsf) Of Outpatient Clinic Space In The Area Of Gainesville, Fl.
note: This Is A Readvertisement Of A Previously Posted Expression Of Interest Request. All Interested Parties, Even If They Have Already Submitted An Expression Of Interest In Response To The Previous Posting Must Respond To This Notice.
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Responsibility To Respond Or Answer Any Inquiries Regarding This Advertisement. Respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
request For Information: We Anticipate That Some Proposals May Exceed Current Authorizations. To Assist In Our Market Analysis, We Request That Interested Parties Provide Estimated Price Ranges For Their Potential Offerings.
please Note:
the Current Prospectus Authorization For The Gainesville, Fl Outpatient Clinic Is A Total Unserviced Annual Cost Of $9,657,000.00 For A Lease Term Of Up To Twenty Years.
responses Exceeding The Authorized Amount Will Be Considered For Informational Purposes Only At This Stage.
va May Seek Additional Authorization Based On Market Responses.
no Award Can Be Made Exceeding Authorized Amounts Without Additional Approvals.
general Evaluation Factors That Will Be Considered Include The Following:
location
technical Quality
delivery Schedule
offeror S Qualifications And Past Performance
operations And Maintenance Plan
socio-economic Status
present Value Price
disclaimer: This Eoi Does Not Commit The Government To Any Course Of Action.
data Usage: Information Provided Will Be Used For Market Research Purposes.
contracting Office Address:
mr. Johnathan Taylor
united States Department Of Veterans Affairs (va)
office Of Construction & Facilities Management
office Of Real Property, (003c1e)
425 Eye Street, Nw
washington, Dc 20001
description: A Seeks To Lease Approximately 226,102 Aboa Sf/not To Exceed 254,364 Rsf Of Space And 1,300 Parking Spaces For Use By Va As A Department Of Veterans Affairs Outpatient Clinic In The Delineated Area Explained Below Within The Gainesville, Fl Area. Va Will Consider Leased Space Located In An Existing Building As Well As Land For New Construction For A Build-to-suit Lease Option.
lease Term: Up To Twenty (20) Years Firm Term.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
northern Boundary: E On Nw 39th Ave, And
southern Boundary: W On Se Wacahoota Rd, N On Sw Williston Rd, W On Sw 85th Ave, And
eastern Boundary: S On Ne Waldo Rd, S On Se Williston Rd, S On Sw 13th St, S On Highway 441 S, And
western Boundary: N On Sw 75th St, W On Sw 24th Ave, N On Sw 91st St, W On W Newberry Rd, N On Nw 98th St
additional Requirements:
offered Space Must Be Located On No More Than Three (3) Contiguous Floors.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered:â Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long/as Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
offered Space Cannot Be In The Fema 100-year Flood Plain.
offered Space Must Be Zoned For Va S Intended Use Or Proof That It Can Be Zoned By The Time Initial Offers Are Due, Is Required.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
loading Dock Or Loading Area Is Required. Freight Elevator Required If Loading Area Is On A Different Level Than The Offered Space. Parking Lot Must Be Able To Accommodate Deliveries By Trucks With Trailers.
structured Parking Under The Space Is Not Permissible.
offered Space Must Be Compatible For Va S Intended Use.
offered Space Will Not Be Considered If Located In Close Proximity To Heavy Industrial Areas.
offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Correctional Facilities (jails Or Otherwise), Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To Public Transportation.
to Be Considered For The Market Survey, All Eoi Submissions Must Include The Following Information, If Applicable, By The Eoi Due Date Described Below:
property Owner Or Owner Representative Contact Information (name, Phone, And Email);
evidence The Owner Representative Has The Authority To Represent The Property Owner;
building Address Or Address/described Location Of The Land;
provide The Location On A Map, Demonstrating The Building Or Land Lies Within The Delineated Area;
description Of Ingress/egress To The Building Or Land From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Providing Evidence Of Floodplain Status;
evidence Of Seismic Compliance Or Willingness To Upgrade;
evidence Of Abbas Compliance Or Willingness To Upgrade;
evidence Of Fire And Life Safety Compliance Or Willingness To Upgrade;
evidence Of Sustainability Standards Or Willingness To Upgrade;
a Narrative And Map Describing Proximity Of The Building Or Land To The Nearest Public Transportation And Major Transportation Routes;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, Parking, And Amenities;
floor Plan Showing The Floor(s) And Aboa Sf Of Proposed Space;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property; And
provide A Statement And Supporting Documentations If Available Showing Any Environmental And/or Cultural/historic Studies Have Been Done On The Property (e.g., Phase I Or Ii Esas, Nepa Environmental Assessments, Or Archaeological Surveys).
set Aside Determination Information:
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Associated Small Business Size Standard, You Must Meet The Requirements Outlined In The Attachment, Entitled, Sdvosb, Vosb, Or Jv Status And Submit The Required Information For A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb).
if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following:â â evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv.â â â if You Do Not Meet These Jv Requirements, As Put Forth By The Small Business Administration (sba) And New Code Of Federal Regulations (cfr) At The Time Of Eoi Due Date, Your Submission Will Be Considered Incomplete And Not Considered.â â
the Joint Venture (controlling Entity) Must Be Able To Clearly Show They Are Capable Based Upon Past Performance On A Project Of Similar Size, Scope Completed, And Complexity.
eoi Due Date: All Interested Parties Must Respond To This Announcement And Provide The Submissions For Consideration No Later Than 4:00pm Et February 14th, 2025.
eoi Submission Format: All Submissions Shall Be Sent Via Email To:
johnathan Taylor
va Contracting Officer
johnathan.taylor5@va.gov
eric Roberts
va Contracting Officer
eric.roberts@va.gov
with A Copy To:
brad Seifert
team Reag (public Properties Llc)
202-652-4192
703-582-1807
bseifert@ppwashdc.com
tim Mazzucca
team Reag (public Properties Llc)
202-246-7349
tmazzucca@ppwashdc.com
market Survey: The Estimated Market Survey Date(s) Is/are April 2025.
request For Lease Proposal: The Estimated Issuance Of The Rlp Is June 2025.
attachment
sdvosb, Vosb Or Jv Status
the Naics Code For This Procurement Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard. Responses To This Notice Will Assist Va S Office Of Real Property (orp) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc Sec. 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
_x_ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
project Requirements: Orp Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Solicitations And Expression Of Interest/sources Advertisements, That Are Made Public Information Via Contract Opportunities On Www.sam.gov.
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheet Are Provided Below For Firms To Complete And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement Will Include:
company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And An Organizational Chart Showing The Ownership Percent For Each Individual Of The Sdvosb Or Vosb Firm.
if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following: Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing The Entity Type Is Designated As A Jv. Â
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Small Business Size Standard, You Must Meet The Requirements Out Lined In Accordance With Sba And Any Applicable Grace Period Allowable Under The New Sba Regulations. Sba Has Assumed Control Over The Sdvosb And Vosb Certification Process. Contractors Seeking Sdvosb Or Vosb Verification Must Be Registered On Sba S Website (https://veteranscertify.dba.gov) Notwithstanding Any Applicable Grace Period That Allows A Former Cve.
if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Provide Evidence Of Ability To Offer As A Small Business In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System;
a Detailed Summary Describing At Least Two (2) Projects Of Similar Size, Scope Completed, And Complexity In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf (4-page Limit); And
example For Similar Size, Scope, And Complexity:
details Of Structural Systems And Coordination Of The Building With Multiple Stories, Specialized Foundations, And Even Possibly Progressive Collapse Avoidance.
mechanical And Electrical Systems In Relationship To Similar Characteristic In Size.
facility Tiers Of Complexity:
walk Into A Clinic With A Multitude Of Exam Rooms And Admin Spaces.
business Occupancy Or Ambulatory Care: The Level Of Business Use And Number Of Ambulatory Care Occupancy In Nfpa 10 And Life Safety Code.
higher Complexity Departments. Certain Departments Are Higher In Complexity. Sterile Processing, Dental, Endoscopy, Surgery, Pharmacy Clean Rooms, And Radiology (ct Scan/mri).
special Requirements Of Departments For Mechanical Requirements.
experience In The Firm Term Maintenance Of All Of These Spaces. Maintaining The Hvac System Of A Sterile Processing Department To Continue To Have Appropriate Pressurization Throughout The Firm Term Life Of The Lease.
evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions) Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.)
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement Is Attached.
capabilities Statement
submission Checklist And Information Sheet
gainesville, Fl Opc
company Name:
company Address:
experian Business Identification Number (bin):
point Of Contact:
phone Number:
email Address:
the Following Items Are Attached To This Capabilities Statement:
company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And Organizational Chart;
evidence Of Sdvosb Or Vosb Registration Status Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/;
to Be Considered A Jv, Please Attach Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv.
evidence Of Ability To Offer As A Small Business Under Naics Code 531120 And Listing In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System;
a Summary Describing At Least Two (2) Projects Of Similar Size And Scope Completed In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf. (4-page Limit); And
evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.)
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Three (3) Pages.
submitted By: ____________________________________
(print Name And Title)
____________________________________
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Category: Y –construction Of Structures And Facilities—potential Sources
multiple Award Task Order Contract (matoc) For Construction Sources Sought. The Purpose Of This Synopsis Is To Gain Knowledge Of Potential Sources For Matoc For Construction, Including Interested Service Disabled Veteran Owned Small Business, Woman Owned Small Business, Hubzone Small Business, And 8(a) Business Sources, And Other Qualified Small Businesses As Per Sba Standards. This Notice If For Planning Purposes Only. All Interested Parties Should Respond. The United States Property And Fiscal Office For Hawaii Intends To Issue A Solicitation For Award Of Multiple Indefinite Delivery Indefinite Quantity (idiq) Contracts For Construction Projects Within The State Of Hawaii. Task Orders Under These Contracts Will Be Between $2,000 And $5,000,000. The Overall Limit Of Any Single Idiq Will Be $10,000,000. Primary Naics Is 236220 And Secondary Is 237990. Small Business Size Standard Is $45,000,000 Average Annual Revenue For The Previous Three Years. The Primary Locations Of Work Will Be On The Islands Of Oahu, Kauai, Hawaii, Maui And Molokai. Typical Work Will Include, But Will Not Be Limited To: Interior And Exterior Renovations, Heating And Air-conditioning, Hvac Controls, Plumbing, Fire Suppression, Interior And Exterior Electrical And Lighting, Fire And Intrusion Alarms, Communications, Limited Utilities, Site-work, Landscaping, Fencing, Masonry, Roofing, Concrete, Asphalt Paving, Storm Drainage, Limited Environmental Remediation, Construction Of New Facilities, Surveys, Studies, Design-build And Other Related Work. All Interested Concerns Will Provide This Office In Writing, A Notice Stating Their Positive Intent To Submit A Proposal As A Prime Contractor No Later Than 26 February 2025 By 1100 Hst. This Notice, Which Shall Not Exceed Five Typewritten Pages, Must Include A:
(1) Positive Statement Of Intent To Propose As A Prime Contractor;
(2) A Completed And Signed Sources Sought Information Request Form (attached);
(3) A Listing Of Projects Completed During The Past Three Years, Both For Government (preferred) And Private Industry. The Type Of Project, Dollar Value, Contract Number, Location, And Point Of Contact Are To Be Included. Indicate If Your Company Was Prime Or Subcontractor, And If Subcontractor, Provide The Name And Point Of Contact For The Prime Contractor; And
(4) Include A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish Projects Offered Under A Contract.
information Shall Be Provided Via Email To Smsgt Cezar De Veas Cezar.y.deveas.mil@army.mil And Copy Mr. Anthony Reyes Anthony.g.reyes1.civ@army.mil . No Facsimile Responses Will Be Honored.
Closing Date26 Feb 2025
Tender AmountRefer Documents
Camarines Norte State College Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description The Camarines Norte State College Through Its Bids And Awards Committee (bac) Invites Interested Bidders Engaged In The Sale Of Optical Mark Recognition To Submit Their Bid To The Office Of The Head, Bac Secretariat, Records Office, 2nd Floor, General Administration Building, Camarines Norte State College, Viz: No. Item Description Quantity Unit 1 Optical Mark Recognition Scanner Specifications: Physical Description: Length: 21.25” Width: 14.5” Height: 9” Weight: 17 Lbs. Environment: Operating Temperature: 60° To 85°f (16° To 29°c) Humidity: 40% To 60%, Non-condensating Power: 100-240 Volt Operation: 100-240 Volts Ac (-10%, +6%): 50-60 Hz; Us 3-prong Plug; 15 Amp Dedicated Circuit Operation: Read Heads: Dual Read Heads For Two-sided Form Scanning, Contact Image Sensor Arrays, 16 Level Omr, Pencil Read Capabilities. Forms: 2.5” X 5” To 9” X 14” (60 – 100 Lb. Off Set) Uses Both Mark Reflex And Trans-optic Forms Feeder Capacity: Auto-feed, 100 Sheets Output Stacker Capacity: 100 Sheets Main Stacker, 100 Sheets Select Stacker (if Present) Message Display: 40 Character, Alphanumeric Scanning Rate: 2,800 Sheets Per Hour (actual Scanning Rate Depends On Quantity Of Data Read From The Form And The Amount Of Processing Done On The Data While Scanning) Multi-feed Detection Options: Select Stacker Separates Forms That Fail Edit Checks A Programmable Interactive Printer That Prints Information On The Sheet Being Scanned – Based On The Scanned Data, Such As Error Codes, Alphanumeric Messages, Serial Numbers, Validation Flags, And Test Scores – With No Effect On The Throughput Rate Bar Code Reader Delivers Application Information Selfscore® Module For Classroom Test Scoring And Surveys 1 Piece Please Find Attached Request For Quotation (rfq) To Submit To This Office Or Send Thru E-mail: Eloisalukban@cnsc.edu.ph Or Send. As Such, Kindly Attach The Following Documents. 1. Philgeps 2. Valid Mayor’s Permit, 3. Income/business Tax Return Covering The Previous Six (6) Months 4. Bir Registration For Manual Submission, Please Submit In Sealed Envelope Addressed To: Maria Cristina C. Azuelo, Ph.d. Vp For Admin And Finance Bac Chairperson
Closing Date10 Mar 2025
Tender AmountPHP 650 K (USD 11.3 K)
U S COAST GUARD USA Tender
Civil And Construction...+1Excavation
United States
Details: Invitation For Bid (ifb) No: 70z08825b0000069, Maintenance Dredging At Uscg Moorings Tongue Point, Astoria Or.
z1kf - Maintenance Of Dredging Facilities
237990 - Other Heavy And Civil Engineering Construction
bidders Are Advised That This Project May Be Delayed, Canceled Or Revised At Any Time During The Solicitation, Selection, Evaluation, Negotiation And/or Final Award Process.
invitation For Bid (ifb) No: 70z08825b0000069, Maintenance Dredging At Uscg Moorings Tongue Point, Astoria Or. .
project Description: Major Work Items Include: Conducting Maintenance Dredging Of Up To 25,000 Cy; Providinghydrographic Surveys Before And After Dredging; Disposingof Dredge Spoils At Approved Beneficial Reuse Site(s); Providingthe Uscg With Access To Real-time And Near Real Time Internet Monitoring Of Dredging Operations And Production; Complying With The Terms And Conditions Off All Environmental Permits And Approvals; And The Provision Of A Pre & Post Dredge Project Reports. All Work Done In Accordance With Attached Specifications As Appendix C.
work Window: The Approved In-water Work Window For This Project Closes October 31, 2025. All Dredging Work Must Be Completed By October 31, 2025.
the Procurement Estimate Is Between $1,000,000.00 And $5,000,000.00. The Naics For This Project Is 237990.
this Requirement Is Issued As An Invitation For Bid (ifb) Which Will Result In The Award Of A Single Firm Fixed Price (ffp) Contract.
please Carefully Review All Attachments. Request For Clarification Can Be Submitted To Both Vincent Yee At Vincent.yee@uscg.mil And Guiljohn Alcantara At Guiljohn.alcantara@uscg.mil Request For Clarification Should Be Submitted Using Form Provided, Appendix F.
submitted Bids Must Include The Following Information-
one (1) Completed Copy Of The Sf 1442 (appendix A) And Signed Copies Of All Amendments.
ifb-section B, Schedule Of Prices
ifb- Section K, Reps And Certs (note Ifb Highlighted Sections)
ifb- Section L, Bid Bond (standard Form 24)
ifb- Section K.8 (if Applicable)- Certification Of Authority To Bind Corporation.
bids Shall Be Up-loaded Via Dod Safe From February 10, 2025 Thru February 19, 2025.
early Up-loads Are Highly Encouraged As There May Be System Delays/issues.
please Do Not Call To Inquire About The Status Of Your Bid, As This Information Will Not Be Released.
Closing Date19 Feb 2025
Tender AmountRefer Documents
USTRANSCOM USA Tender
Others
United States
Details: Note: This Is The Primary Arcex 2025 Requirement; The Requirement Under Rfq Htc711-25-q-cc03 Is In Addition To This Requirement.
contract For Air Charter Services Will Be Contingent Upon Air Operator’s Approval From The Dod Commercial Airlift Review Board (carb). The Aircraft Will Conduct Operations From Deadhorse Airport (iata: Scc/icao: Pasc) And Support Flights To Ice Floes Approximately 100 Nautical Miles (nm) To 225 Nm From The Airport In The Northern Direction (i.e. This Is One-way Distance From Deadhorse Airport And There Is No Fuel Available En Route Or At The Target Ice Floe). The Aircraft Must Be Equipped With Gps, Navigation, And Communication Equipment. Air Operators Are Expected To Procure Fuel For Their Aircraft.
contractor Shall Conduct Charter Aircraft Service To Cover A Pioneering Landing. The Pioneering Landing Flight Is The Aircraft That Conducts The Initial Landing On The Sea-ice; There Is No Person On The Ice At This Time, The Snow/ice Is Not Groomed For A Runway Or Skiway, And No Measured Ice Thickness Is Available (although Predicted Ice Thickness May Be Available). The Plane May Use Wheels, Skis, Or A Combination And Have Endurance Minimum Of Five Hours To Travel To Various Ice Floes, Which Have Been Selected By The Navy Through Satellite Imagery Analysis, Approximately 100 Nm To 225 Nm From Deadhorse Airport (scc) In Prudhoe Bay, Alaska. The Aircraft Must Be Able To Operate Without A Groomed Runway. The Aircraft Operator And Pilots Must Have Experience With Pioneering Landings. The Aircraft Must Be Able To Take Off And Land On The Sea-ice In Under 2,000 Feet But A Distance Of 1,000 Feet Or Less Is Highly Preferred.
the Aircraft Shall Accommodate At Least Four Passengers, Although The Capability To Accommodate More Passengers Is Preferred. The Experienced Pilot Will Select A Suitable Landing Site On The Ice With The Guidance And Concurrence From The Navy’s Representative (which May Be A Dod Employee Or Contractor With Pioneering Experience). The Aircraft Must Provide Payload Capacity For At Least 2,000 Lbs. To Accommodate Personnel And Equipment. Navy Representatives May Bring Ice Augers, Scientific Equipment, Communications Equipment, Emergency Survival Gear, Electrical Generators, And Shelters. The Navy Representative Will Provide Survival Gear (e.g. Survival Tent, Insulated Air Pads, Sleeping Bags, Iridium Phones With Gps) To Accommodate Passengers.
it Is Expected That The Aircraft Will Remain On The Sea-ice For Approximately 1 – 2 Hours During Pioneering Flights To Conduct Ice Surveys.
period Of Performance Is 21 Through 26 February 2025. Maximum Of 30 Hours. Minimum Of 24 Hours.
Closing Date31 Jan 2025
Tender AmountRefer Documents
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+1Excavation
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com January 16, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300(200)25-01-001(o) Contract Name: Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Location/purpose: For The Use In The Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Approved Budget For The Contract (abc): P7,000,000.00 (inclusive Of All Applicable Taxes) Bidders/ Contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 84.40 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their Three (3) Copies Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting January 17 - 23, 2025 Pre-bid Conference January 24, 2025@09:00am Availability And Issuance Of Bidding Documents January 17, 2025 – February 06, 2025@ 08:30am Deadline For The Submission Of Bids February 06, 2025@ 08:30am Bid Opening And Evaluation February 06, 2025@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Ten Thousand Pesos Only (php10,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex: Dredging And Desilting Project At Barangay Malayal, Sibuco, Zamboanga Del Norte Pr#300(200)25-01-001(o) Abc: P7,000,000.00 Item Activity Description Unit Qty Part A Facilities For The Engineer A.1.4(1) Provision Of Progress Photographs Each 80.00 A.1.1(3) Construction Of Field Office For The Engineer L.s. 1.00 Part B Other General Requirements B.4(1) Construction Survey And Staking Km 0.25860 B.5 Project Billboard (information & Publicity) Each 1.00 B.7(2) Occupational Safety And Health Program L.s 1.00 B.9 Mobilization/demobilization L.s 1.00 Part C Earthworks Spl 1 Soil Excavation Cu.m. 20,872.589 ***nothing Follows***
Closing Date6 Feb 2025
Tender AmountPHP 7 Million (USD 119.7 K)
INDIAN HEALTH SERVICE USA Tender
Others
United States
Details: This Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors.
******************************************************************************
project Title: On-site Preventative Maintenance Services To Three (3) Chinle Service Unit Facilities; Chinle Comprehensive Health Care Facility, Tsaile Health Center, And Pinon Health Center Optometry Departments.
tracking Number: Ihs1503330
the Indian Health Service (ihs), Chinle Comprehensive Health Care Facility, Tsaile Health Center, And Pinon Health Center Is Seeking Capable Sources To Perform Annual On-site Calibration, Repairs And Adjustments To Optometry Equipment, Meeting Or Exceeding Manufacturer Recommendations. Refer To Attached Scope Of Work And Equipment List.
the Anticipated Period Of Performance Dates Is One 1-year Base Period Plus Two 1-year Option Periods, Tentative Start Date 05/01/2025.
the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is811211 Consumer Electronics Repair And Maintenance With A Small Business Size Standard Of $8.0 Million.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services With Those Described In This Notice.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice.
the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
submission Instructions:
all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) This Notice’s Closing Date/time.
at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice:
confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 811211 Consumer Electronics Repair And Maintenance
if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics.
if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form.
if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb
a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor.
provide Firm’s Sam Uei Number.
evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include:
contract Numbers
project Titles
dollar Amounts
percent And Complete Description Of Work Self-performed.
customer Points Of Contact With Current Telephone Number And Email Address.
all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside.
point Of Contact:
tanya Begay, Supervisory Contract Specialist, 928-674-7635, Tanya.begay2@ihs.gov
place Of Performance:
chinle Comprehensive Health Care Facility
off Highway 191 & Hospital Drive
chinle, Az 86503
this Is Not A Solicitation.
no Questions Will Be Accepted Regarding This Notice.
attachments:
* Hhs Buy Indian Self-representation Form
* Scope Of Work And Equipment List
Closing Date7 Mar 2025
Tender AmountRefer Documents
8481-8490 of 10000 archived Tenders