Survey Tenders

Survey Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Details: Sources Sought panswd24p0000004156 fy25 Military Working Dog Kennel On Fort Cavazos, Texas us Army Corps Of Engineers fort Worth District 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 Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. Responses To The Sources Sought Will Be Utilized With Other Market Research Methods To Establish The Planned Acquisition Strategy. The Planned Acquisition Strategy Will Be Posted As A Change To This Synopsis, As Required By Regulation. 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 To Solidify The Acquisition Strategy. the Acquisition Strategy Will Be Determined Based On Responses Received From This Notice And/or Other Market Research Methods. the U.s. Army Corps Of Engineers – Fort Worth District Has Been Tasked To Solicit For And Award A Firm Fixed-price, Design-bid-build Construction Project For New Construction Located At Fort Cavazos, Texas. the Government Is Seeking Experienced Firms For The Following Scope Of Work: Project Includes Construction To Provide A Design-bid-build, Firm Fixed-price Contract. This Project Is To Construct A New 8,909 Sf Working Dog Kennel (mwd) Kennel Facility And Alter The Existing Administrative Building To Include Two Isolation Kennels Totaling 300 Sf, For Use By The 89th Military Police (mp) Brigade. In Addition, Upgrades Will Be Made To The Existing Water And Wastewater Systems. Project Has An Approved Site And There’s No Known Environmental Contamination. in Accordance With Far 36.204, The Estimated Construction Price Range For This Project Is Between $5,000,000 And $10,000,000. This Project Is Funded With Unspecified Minor Military Construction Funds Which Have A Statutory Funding Limitation Of $9 Million. estimated Duration Of The Project Is 540 Calendar Days. the North American Industry Classification System (naics) Code For This Procurement Is 236220 Which Has A Small Business Size Standard Of $45,000,000. the Product Service Code Is Y1jz. should This Action Be Set-aside For Small Business, Firms Are Reminded Of The Requirements Under Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime’s Subcontractors That Are Not Similarly Situated. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. 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 Date Is On Or About 15 July 2025, And The Estimated Proposal Due Date Will Be On Or About 15 August 2025. The Official Notice Citing The Solicitation Number Will Be Issued Via The Gpe And Firms Are To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. 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, Unique Entity Identifier And E-mail Address. 2. Firm’s Interest In Bidding On The Solicitation When It Is Issued, Whether As A Prime Or A Subcontractor. 3. Firm’s Relevant Experience To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above By Providing: brief Description Of The Project, Customer Name, And Dollar Value Of The Project – Provide At Least 3 Examples If Possible. 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, Provide 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. Firm’s Capability Statement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, And Offerors Must Be Active In The System For Award Management (sam) To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Includes Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. 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 5 March 2025, 4:00 Pm (central Local Time). Email Your Response To Kristi L. Morris At Kristi.l.morris@usace.army.mil. *email Is The Preferred Method When Receiving Responses To This Notice.

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice. description: this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000. the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following: evaluation And Feasibility Studies To Include Engineering Modeling And Simulation demolition Of Nist Structures, Utilities, And Infrastructure repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations). repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety. cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project) life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal. hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint) roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs. commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.) value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability. record Drawings Development From Compiled As-built Set. surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning) roads/sidewalks Repairs And Replacement evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings landscaping Design gates, Fencing, And Related Engineering Necessary To Support A Campus Environment permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements construction Quality Management To Include But Not Limited To Commissioning Services contract Information: the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Not­to-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000. the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government. submission Requirements: consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities. firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”: Trent.stevens@nist.gov Guzel.gufranova@nist.gov Teresa.harris@nist.gov qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted. along With The Sf-330, Offerors Shall Include: a Copy Of Your Current Registration In System For Award Management (sam); proof Of Small Business Status; a Cover Page That Provides: offeror’s Name And Address; offeror’s Uei Number; And, the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror. submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government. request For Information (rfi) questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” : Trent.stevens@nist.gov Guzel.gufranova@nist.gov. the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications. selection Criteria: all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party. part I: Evaluation Of Sf-330 prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance: factor 1: Specialized Experience page Limit – 15 Pages firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award. offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner. A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied. B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered. C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold). D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced. factor 2: Professional Qualifications page Limit – 17 Pages the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines: principle senior Architect senior Cost Estimator senior Civil Engineer senior Electrical Engineer senior Fire Protection Engineer senior Geo-technical Engineer senior Laboratory Planner mechanical Engineer (piping) senior Mechanical Engineer (piping) senior Mechanical Engineer (hvac) senior Environmental Engineer senior Scheduler senior Surveyor senior Water Proofing Engineer senior Structural Engineer 2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline. 3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1. 4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants. factor 3: Geographical Location page Limit – 1 offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist. factor 4: Capacity page Limit – 2 Pages the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog. the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements. factor 5: Past Performance page Limit – None offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs). if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report. if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project. if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation: contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies, interviews Within Nist If Offeror Holds/held Previous Contracts, interviews With Program Managers And Contracting Officers, And; other Sources Known To The Government, Including Commercial Sources. in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably. part Ii: Oral Presentations in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward. fee Proposal only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.

Ascension Parish Government Tender

Environmental Service
Corrigendum : Closing Date Modified
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: Request For Qualifications Request For Qualifications Will Be Received By The Ascension Parish Government At The Ascension Parish Government Purchasing Office, 615 East Worthey St., Gonzales, La 70737 Until January 2, 2025, At 3:00 P.m. (cst) For The Following: Wetland And Delineation Services Statement Of Work Ascension Parish Government/east Ascension Consolidated Gravity Drainage District #1 (parish) Hereby Issues A Request For Qualifications (rfq) From Consulting Firms (consultant) To Provide Wetland Permitting And Delineation Services. The Parish Is Soliciting Statement Of Qualifications (soq) For Professional Services In The Project Environmental Field. The Slected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare United State Army Corps Of Engineers Peritting Applications, Wetland Delineations, Louisiana Department Of Energy And Natural Resources Permitting Applications And Wetland Mitigation Services. Other Tasks As Identified Under Services To Be Provided Selected Consultant(s) Will Perform Environmental Services In Support Of The Parish As Required To Prepare Usace Wetland Delineations And Permit Applications As Well As Other Tasks As Identified. The Services To Be Provided Will Include, But Not Be Limited To: Serve As The Owner’s Rep When Needed On Environmental Issues Or Meetings Preparing And Submission Of Wetland Delineations Preparing And Submission Of Wetland And Environmental Permitting Preparing Permit Renewals For Expiring Permits Assist In Ensuring The Parish Complies With Environmental Regulations Agency Coordination With The United States Army Corps Of Engineers (usace) And The Louisiana Department Of Energy Natural Resources (ldenr) Respond To Comments From The Commenting Agencies On Permits Threatened And Endangered Species Surveys And Agency Consultation Participating In And Providing Input For Any Environmental Concerns And Coastal Plans Providing Input Regarding Current And Future Permit Applications Providing Mitigation Consultation And Services As Needed National Environmental Policy Act (nepa) Reviews And Documentation Phase I Environmental Site Assessments Conduct Site Investigations Gis Mapping And Remote Sensing All Questions Regarding The Rfq Shall Be Submitted To The Purchasing Department Via Email At Purchasing@apgov.us By 3:00 P.m. Local Time (cst) On December 17, 2024. Responses Will Be Coordinated With The Project Coordinator And Posted On The Www.centralauctionhouse.com By 3:00 P.m. Local Time (cst) No Later Than December 23, 2024. Firms/individuals Who Are Interested In Providing Services Requested Under This Rfq Must Submit Six (6) Copies (one Stamped “original”) Of The Information Specified In This Section. The Information Shall Be Received In Hard Copy (printed) Version By: Ascension Parish Government, Purchasing Department, 615 East Worthy Street, Gonzales, La 70737 On Or Before 3:00 P.m. Central Standard Time On The Date Specified In The Schedule Of Events. Electronic Submittals Are Permitted Via Http://www.centralauctionhouse.com; However (6) Hard Copies Must Still Be Submitted Within 24 Business Hours Of The Proposal Submission Deadline (i.e. The Monday Following The Submission Deadline Since Parish Buildings Are Closed On Fridays). The Parish Reserves The Right To Disqualify Any Bid, Request For Quotes, Response To A Request For Qualifications, Or Request For Proposals If It Is Determined That The Submitting Business Entity Is Not In Good Standing With The Louisiana Secretary Of State Or Is Not Authorized To Do Business In The State Of Louisiana. Ascension Parish Government Reserves The Right To Reject All Proposals For Just Cause. Donaldsonville Chief Please Publish 12/5/2024, 12/12/2024, 12/19/2024 Gonzales Weekly Please Publish 12/5/2024, 12/12/2024, 12/19/2024

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Repost: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication. original Posting: n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413 issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-24-s-nb66 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.

Survey And Land Records Department Tender

Goods
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Closing Date3 Jan 2025
Tender AmountINR 1.6 Million (USD 19.4 K)
Purchaser Name: Survey And Land Records Department | CATEGORY: Laptop - Notebook (Q2)

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: la city: baton Rouge delineated Area: starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy. minimum Sq. Ft. (aboa): 27,000 maximum Sq. Ft. (aboa): 29,700 space Type: office, Lab, And Storage parking Spaces (total): 25 Parking Spaces parking Spaces (surface): 25 Parking Spaces full Term: 17 Years firm Term: 15 Years additional Requirements: general Building/space Condition a Single Tenant Facility Is The Most Suitable For This Unique Requirement noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided. space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences. space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements. aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code. normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7. gsa Requires A Loading Area With Protection From Weather. not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries: expression Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; property Authorization Letter From The Owner; address Or Locational Description Of The Building; age Of Building; total Gross Square Feet; And Gross Square Feet Per Floor; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; a Map Demonstrating The Building Is Within The Delineated Area; a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; expressions Of Interest Due: january 20, 2025 market Survey (estimated): tbd occupancy (estimated): october 2026 send Expressions Of Interest To: name/title: ed Brennan, Gsa Broker Contractor sam Dyson, Gsa Broker Contractor 202-652-4194 / 571-289-3915 email Address: edward.brennan@gsa.gov samuel.dyson@gsa.gov government Contact Information lease Contracting Officer kristine Deltorto project Manager aaron Laboon broker ed Brennan

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Dashields Locks And Dam Upper Guide Wall Stabilization Dashields Locks And Dam, Corapolis, Pa The U.s. Army Corps Of Engineers, Pittsburgh District, Has A Project That Involves Construction Of Two Stone Buttresses On Each Side Of The Upper Guide Wall (ugw) Along The Ohio River To Provide Additional Passive Resistance To The Guide Wall And Adjacent Sheet Pile Wall At Dashields Locks And Dam, Allegheny County, Pa. The Work Is To Be Performed From The Riverward Side Of The Existing Ugw From A Floating Plant. The Contract Generally Includes Performing Test Borings At The Locations And Points In Time As Outlined In The Contract Drawings And Specifications, Construction Of Two Buttress Comprised Of Riprap And Derrick Stone And Installing Instrumentation (piezometers And Inclinometers) At The Locations And Depths As Noted On The Contract Drawings. The Major Features Of The Requirements Are Identified Below: The Contract Specifically Includes: A. Erosion And Sediment Controls Consistent With The Magnitude And Scope Of Projects Involving Work On A Waterway. This Project Is Expected To Have Limited Erosion And Sediment Controls.b. Completion Of River Borings Ugws-1 And Ugws-2 With Spt Sampling Advanced Using Spun Casing As Well As Sonic Drilling Methods. Soil Samples Collected During The Investigation Are To Be Sent Out To An Approved Geotechnical Laboratory For Testing As Outlined In The Technical Specifications. After The Successful Completion Of The Two Borings, Construction Of The Instream Buttress Can Commence.c. After The Construction Of The Instream Buttress, The Contractor Shall Survey The Buttress To Confirm It Has Been Constructed To The Grades And Limits Depicted On The Drawings. Once The Buttress Has Been Officially Approved By The Contracting Officer Or Designatedrepresentative, Construction Of The Landward Buttress Can Commence.? During The Landward Buttress Construction, Limited Demolition Of Existing Hpiles For The Old Variable Height Mooring System And Cutting Of The Top Of Select Sheet Piles As Outlined On The Contract Drawings Can Be Performed. D. After The Completion Of The Landward Buttress, Nine Test Borings Are To Be Completed Along The Hillside To The Depths And At The Locations Depicted On The Contract Drawings. E. Automated Instrumentation Shall Be Installed Within The Sampled Hillside Borings. The Borings Will Receive Either A Vibrating Wire Piezometer Or In-place Inclinometer And Shallbe Connected To An Automated Data Acquisition System (adas) As Outlined On The Contract Drawings. The Contractor Shall Maintain And Read The Instrumentation At The Frequencies Outlined In The Technical Specifications. After The Completion Of The Contract, Usace Will Retain The Instrumentation And Perform Data Collection.construction Spoils, Including But Not Limited To Stripped Topsoil, Cleared Brush Concrete Rubble And Other Construction Waste Material Must Be Disposed Of At A Commercially Permitted Facility Licensed To Accept The Waste Or Recycled If Applicable. The Work Shall Be Completed Within 365 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204) Between $5,000,000 And $10,000,000the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 11:00am Et, 29 January 2025, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237990 - Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics Code Is $45000000.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select ?get Started? Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: This Was Previously Posted As N0016424snb66 n00164-25-s-nb20 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Psc: J059, Naics 811210 issue Date: 4 December 2024 Closing Date: 6 January 2024 - 3:00 Pm Edt this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane. request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms. the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas: testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations. repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies. component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.). maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures. evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies. utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies. cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies. additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems. interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement. the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 6 January 2024. contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov. this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated. your Interest In This Program Is Appreciated. responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions. responses To The Rfi Shall Include The Following: submitter's Name street Address, City, State, Nine (9) Digit Zip Code point Of Contact (poc) poc Telephone And Facsimile Numbers announcement Number: N00164-25-s-nb20 all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses. all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated. electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. please Refer To Announcement Number N00164-25-s-nb20 In All Correspondence And Communication.

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.
8571-8580 of 8926 archived Tenders