Survey Tenders

Survey Tenders

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 Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 23.8 Million (USD 407 K)
Details: Description Invitation To Bid For Batutu Ris 1. The National Irrigation Administration – Irrigation Management Office Davao De Oro, Through The Gaa 2025 – Repair Nis Intends To Apply The Sum Of Twenty Three Million Eight Hundred Forty Thousand Pesos (php 23,840,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Package 1: Repair Of Protection Dike At Talisay Check Structure And Canalization Of Lateral A Extra West With Canal Structures Of Batutu Ris, New Bataan, Davao De Oro Under Lmc No. Ddo 2025-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Irrigation Management Office Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Irrigation Management Office Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 01, 2025 - January 17, 2025, 5:00 Pm From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than 5:00 Pm On January 17, 2025. 6. The National Irrigation Administration – Irrigation Management Office Davao De Oro Will Hold A Pre-bid Conference On January 09, 2025, 9:00 Am At Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro And/or Through Videoconferencing/webcasting Via Zoom Or Google Meet (id Will Be Sent During The Conference), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 21, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 21, 2025, 8:30 Am At The Given Address Nia-imo Ddo Conference Room, Dagohoy St., Poblacion, Compostela, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection (will Be Scheduled During Pre-bidding Conference; Strictly One (1) Time Schedule Only) Is Required Before Procuring Bid Documents. B. Interested Bidders Who Have Not Attended The Pre-bidding Conference Will Be Required To Purchase The Minutes Of The Pre-bidding Conference As An Additional Requirement (pre-requisite Before Site Visit). C. License Minimum Size Range & Classification: Medium A - Irrigation And Flood Control D. Minimum Equipment Requirements: Equipment Units Equipment Units Dump Truck (all Models - 6 Cu.m.) 2.00 Cargo Truck (195 Hp - 6-8 Tons) 1.00 Backhoe Crawler Ex 270 Dx (0.75 Cu.m.) 2.00 Generator Set 1.00 Portable Welding Machine 1.00 Oxygen & Acetylene With Cutting Outfit 1.00 Edger 1.00 Self Propelled Compactor 1.00 Plate Compactor 1.00 Centrifugal Pump 1.00 Mixer (1 Bagger) 2.00 Concrete Vibrator 1.00 Concrete Cylinder Molds (1set@3pcs) 3.00 Survey Instrument (level) 1.00 E. Minimum Requirement Of Key Personnel: Key Personnel Relevant Key Personnel Relevant Experience Experience 1 – Project Manager 5 Years 1 – Materials Engineer 5 Years 1 – Project Engineer 5 Years 1 – Safety Officer 5 Years 1 – Foreman 5 Years F. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: G1. Letter Of Intent G2. Company Profile G3. Notarized Site Visit Certificate With Attached Geotagged Photo G4. Certification From All Provincial Offices (davao Del Sur, Davao Oriental, Davao Del Norte, And Davao De Oro) Including Rio That The Contractor Has Not Incurred 3 Strikes From Previous Biddings, No Negative Slippage Of On-going Contracts, And No Unsatisfactory Rating On Cpes Evaluation /certification From Imo That The Comments From The Latest Cpes Evaluation Have Been Satisfactorily Rectified And Now Meets All Compliance Standard. G5. Special Power Of Attorney (spa)/ Secretary’s Certificate With Organizational Chart G6. Valid Id (plus Company Id, In The Case Of A Representative) G7. Original Pcab License G8. Statement Of The Bidder's Single Largest Completed Contract (slcc) 11. The National Irrigation Administration – Irrigation Management Office Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia-imo Davao De Oro Dagohoy St. Poblacion, Compostela, Davao De Oro Cellphone No. (smart) 0998-8648710 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&orgid=86489&type=agency&clickfrom=openopp December 27, 2024 Alex A. Merlin Bac Chairman

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Description this Is A Sources Sought Synopsis Only. This Is Not A Request For Offers Or Proposals. This Notice Does Not Represent A Commitment By The Government To Issue A Solicitation Or Award A Contract. Information Received Will Be Used To Determine The Availability Of Technically Capable And Otherwise Responsible Firms That Would Be Interested In Submiting Offers. the General Services Administration (gsa), Public Buildings Service (pbs), Region 10, Acquisition Management Division, Capital Construction Branch Is Conducting A Market Survey And Is Seeking Competent And Qualified Construction Firms To Provide Design-build (d-b) Services For The Modernization Of The Alcan Land Port Of Entry (lpoe) In Tok, Alaska. Gsa Is Seeking Highly Qualified Firms With D-b Experience In The Following; 1) Design And Construction Of Similar And Relevant Projects; And 2) Adequate Bonding Capacity. **see The Capability Statement Section Below For More Information Regarding Experience. the Magnitude Of Construction Is Estimated To Be More Than $350,000,000. general Scope Of Services history: The Alcan Lpoe Is The Only Year-round, Full Service, 24-hour Port Of Entry Serving Personal Vehicles And Commercial Truck Traffic Between The Yukon Territory, Canada, And Interior Alaska. The Lpoe Is Situated In A Remote Location Along The Alaska Highway; Most Of The Adjacent Area Is Undeveloped Forest, Wetlands, And Tundra. Built In 1972, The Facility Is Now Over 50 Years Old And In Need Of Replacement. The Alcan Lpoe Complex Is In A Remote Part Of The State And Subject To Extreme Sub-arctic Weather Conditions. The Project Includes Replacement Or Extensive Modernization Of The Existing Port Operational Facilities, Housing, And Community Complexes With Modern Facilities That Will Meet U.s. Customs And Border Protection (cbp), Canadian Border Services Agency (cbsa), And Gsa Operational Needs For Decades To Come. project: This Project Will Modernize The Alcan Lpoe Complex On The Current Site Of The Existing Lpoe In Tok, Alaska. The Project Is Currently Anticipated To Include A New Administration Building, Headhouse Along With Two Enclosed Pedestrian Processing Lanes, One Commercial Vehicle Lane And Inspection Area, Utility Building, New Housing Quarters, Community Health And Fitness Center, Community Support Building, Garages, And Indoor Firing Range. Project Objectives Are To Improve Port Efficiency And Operational Support Capability And Improve Quality Of Life Of Assigned Staff And Their Family Members. The Project Will Utilize Design-build Construction And A Phased Construction Approach While The Lpoe Remains, At All Times, Operational. procurement the Gsa Anticipates Executing This Requirement Using The Design-build (d-b) Delivery Method. an Award Is Anticipated During The Month Of March 2026 With Design Services Commencing Shortly After. Substantial Completion Is Anticipated In March 2031. Dates Are Estimates And Are Subject To Change. the North American Industry Classification System (naics) Code For This Procurement Will Be 236220 – Commercial And Institutional Building Construction. The Small Business Standard Size Is $39.5 Million. capability Statement respondents Capable Of Performing The Above Services Shall Provide A General Capabilities Statement No More Than 10 Pages In Length. Capabilities Statements Shall Include The Following Information: criteria 1: Provide Company Name, Duns Number, Company Address, Point Of Contact Name, Phone Number, And Email. criteria 2: Provide Company Business Size Based On Naics Code 236220 For Commercial And Institutional Building Construction. Also Provide The Business Type (i.e. Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Etc.), The Number Of Years In Business, Affiliate Information, Parent Company, Joint Venture Partners, And/or Potential Teaming Partners. criteria 3: A Positive Statement Of Your Intention To Propose As A Prime Contractor On Any Solicitation That May Be Released As Relating To The Subject-matter Of This Sources Sought Notice. criteria 4: Demonstration Of Successful Performance Of No More Than Two (2) D-b Projects Performed Within The Last Ten (10) Years That Are Of Comparable Size, Complexity, And Scope To The Alcan Land Port Of Entry Scope Described Above. To Demonstrate Comparable Size, Complexity And Scope, Interested Respondents Must Address All Of The Following In Each Of Its Two D-b Projects: project Name And Contract (or Reference) Number. project Owner. total Contract Dollar Value At Initial Contract Award. describe Experience With Design And Construction Of Facilities In Remote Locations, I.e. Construction Of Buildings At Locations Located At Least 100 Miles Away From A Densely Populated Area. describe Experience With Comprehensive Site Planning, Including But Not Limited To, Design And Construction Of Site Utilities, Storm Drainage, Grading, Commercial Buildings, Highways, Roads, Sidewalks, Parking, Lighting, Security, And Landscaping describe Specific Technical Skills And The Key Personnel Your Company Possess To Perform The Work Described Above provide A Statement Confirming The Contract Delivery Method Was D-b. provide A Statement Regarding Bonding Capabilities. similar And Relevant Locations Will Be Considered To Either Be Remote (isolated Islands, E.g.) Or Have Weather Conditions Like Tok, Alaska. Relevant Projects May Include Complete Construction Or Major Renovation Of Us Government Land Port Of Entries, Facilities That Are Open Year-round (365 Days Per Year, 24 Hours Per Day) With On-site Workers And Work Being Performed Full Time, As Well As Public Use Of The Facilities. Similar Facilities Could Include Prisons, Hospitals, Or Other Large Public Or Private Facilities. Similar Facilities Should Have Specialized Requirements Specific To The Client/ For That Project. (court Requirements, Hospital Requirements, Prison Requirements, Etc.). interested Firms Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Encouraged To Submit Responses Addressing Each Of The Criteria (1-4) As Stated Above. All Responses Shall Be Submitted To Maribeth.bonner@gsa.gov No Later Than 2:00 Pm, Pst, Friday, January 24, 2025 Please Reference “d-b Alcan Lpoe Modernization” In The Subject Field Of Any Email Response. ****this Sources Sought Notice Is For Informational And Planning Purposes Only. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. A Contracting Officer’s Decision Will Be Made To Set Any Projects Aside, Resulting From This Notice, For Small Or Disadvantaged Businesses From The Qualified Sources Submitted From This Request. Therefore, All Interested Firms Are Encouraged To Submit A Response. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Will Not Be Considered For Award, All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted After This Sources Sought Notice.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: The Purpose Of This Amendment Is To Extend The Responses Due By Date To Friday, February 14, 2025 At 12pm And To Post The Responses To The Rfis. northampton Fiber Optic Cable Installation Rfis please Confirm If We Can Utilize The Existing Conduit To Exit The 1st Floor It Room, Or If New Conduit Be Required. The Existing Conduit Can Be Used. has An Asbestos Survey Been Conducted In The Areas Where Work Is Being Performed? If Asbestos Is Present, What Areas, And Will We Be Able To Use An Alternate Route, Or Is Abatement Required? Gsa Building Manager Is Working On Getting The Report, Verbally Said No Known Acm In Proposed Route. since The Fiber Optic Cable Is Already Armored, Is Conduit Installation Required In The Usps Loading Dock, Or Can The Cable Be Run On J Hooks Without Conduit? The Preferred Route Through The Usps Loading Dock Is To Use An Existing Hole From The Va Waiting Room Side And Staying Next To The Sprinkle Pipe. It Can Be Service Mounted Using 1- Or 2-hole Straps. This Route Lines Up With The Existing Hole Above The Double Doors. please Confirm Whether We Are Required To Punch Through The Brick Wall On The Far Side Of The Usps Loading Dock. There Is An Existing Opening Above The Double Doors That Lead To The Office Area. after Entering Room 107 From The Usps Loading Dock, Should We Utilize The Existing Conduit Up To The 3rd Floor? If Not, Are We To Install New Conduit Or Are We Permitted To Run The Cable In Free Air? No Conduit Was Seen From The 1st Fl To The 3rd Fl. There Is An Existing Hole On The 2nd Floor In The Electrical That Can Be Used, Or A New Hole Will Need To Be Drilled To The Right If The Ent. A 3 Conduit From Floor 2 To 3 Is Present And Can Be Used. are There Any Sensitive Areas That Will Require Containment Measures Or Work To Be Performed During Off-hours? No Off-hour Work Is Required. Work In Room 107 Will Have To Be Coordinated As It Is An Active Office. Containment Will Be Needed If Drilling From 1st Floor To 2nd Floor. There Is An Existing Hole In The Floor That Can Be Used. Plan To Have Access To The Usps Loading Dock 10 Am To 3pm. can You Confirm Whether There Is Fire Blocking Between Floors That May Affect Conduit Installation Or Cable Routing? No Fire Blocking Was Seen During The Walk Through. The Floor Is Concrete Pored Over Metal Decking. in Electrical Closet 209, Can We Use The Existing Empty Conduits To Route The Cable Into Room 206, Or Will We Need To Core Through The Wall? From Room 209 To The 3rd Fl, The 3 Conduit Can Be Used. are We Permitted To Use All Available Existing Conduits When Necessary, Or Will Certain Pathways Require New Conduit Installations? If Not, Please Identify The Areas Where New Conduit Is Needed, With Footages. No New Conduit Is Expected. Sleaves Should Be Used When Penetrating Walls Or Floors. should The Network Switches Be Installed Inside A Wall-mounted Cabinet, Or Can Both Switches Be Placed In A Rack Within A Movable Cabinet? No Switches Are Being Installed As Part Of The Services. is A Backboard Required Behind The Wall-mounted Cabinet For Switch Installation? No, The Eaton Srwf6u (or Equal) 6u Vertical-mount Locking Cabinet Can Be Mounted Directly To The Wall Using 3/8 Toggle Bolts. please Confirm The Total Number Of Wall/ceiling/floor Penetrations Required Throughout The Project And Please Specify The Rooms Where These Penetrations Will Be Made. All Wall Penetrations Are Sheetrock With Plaster. No Penetrations Are Anticipated, But Can Be Made To Make Pulling Easier. please Confirm If One Or Two 12 Strand Cables Are Being Run. If 2 Cables, Are All 24 Strands Being Terminated? Install One Corning 012t88-33191-a3 (or Equal) 12 Strand Indoor Plenum Rated Interlocking Armored Multimode Om4 Fiber Optic Cable And Terminate All Straneds On Both Ends. solicitation States "wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov) (xiii) All Contract Requirement(s)" Please Confirm Wage Rates For This Projectâ wage Determination 2015-4047 Rev29 Is Applicable. during The Walkthrough Existing Pathways & Penetrations Shown Contained Ent (electrical Non-metallic Tubing) Pws Task B States "all Wall And Floor Penetrations Shall Have Steel Sleeves And Proper 2 Hour Fire Rating."â treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing. pws Task F States "all Work To Comply With Current Vha, Nfpa, Joint Commission, Nec, And Other Regulations And Guidelines. Fiber Testing Shall Be Completed To Tia-568.3-e Standards" Existing Is Currently Non-compliant With Nfpa. Should We Quote New Pathway And Emt (electrical Metallic Tubing) Sleeves To Meet 2hr Fire Rating ? Treat All New Penetrations As Rated. If Existing Open Is Used, Match Existing. some Work On The Proposed Path Will Take Place In The Va Patient Hallways And Waiting Room. Does This Work Need To Be Done Off Hours? No proposed Path Runs Through The Usps Warehouse And Would Be Exposed - Should This Section Be Placed In Conduit Or Stay On J Hooks? It Can Be Surface Mounted With 1 Or 2 Hole Straps. The Ceiling Is Suspended Plaster. will A Full Time Gc Site Supervisor With An Osha 30 Be Required On-site? Yes If A Gc Is Being Used. is There A Self Performance % Requirement For This Solicitation? An Award To An Sdvosb Set Asideâ requires A 51% Self-performance Level, Meaning That A Certain Percentage Of The Work Must Be Done By The Company (bid Winner) Itself Rather Than Subcontracted Out. please Confirm Project Intent Is Not Meant To Meet Oit Infostructure Standards. The Intent Is To Run Temporary Fiber To The 3rd Fl. This Service Is Not For Oit Infrastructure.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description: the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. procurement Information: the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd., Suite 490 independence, Oh 44131 primary Point Of Contact: thomas Council contract Specialist thomas.council@va.gov

National Institutes Of Health Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: the National Institute On Aging (nia), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments. purpose And Objectives: the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments: q Exactive Hf Model No. 0726041 Serial No. Sn05734l ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689 dionex Autosampler Model No. 5826.0020 Serial No. 8180055 orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536 vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482 faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311 accelerome Model No. C0960-01-00109 Serial No. 665140 contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians. anticipated Period Of Performance: the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods. place Of Performance: the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825. in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov. the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard Time. disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r). the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support. additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well. the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page: company Name/division, Address, Telephone Number, Website Url. point-of-contact Name, Title, Telephone Number, And E-mail Address. unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov). business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business). the Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address: experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems. experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems. provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below. ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Fisher House Site Preparation At The John D. Dingell Va Fisher House Located In Detroit, Mi. project Description: the Construction Project Will Remove And Replace Existing Sidewalk, Catch Basins, Gutter, Curbing, And Provide Landscaping Along Bethune Street At The Detroit Fisher House As Described Below. It Is Anticipated That The Work Will Be Broken Up Into Two (2) Phases. Phase One Will Remove And Replace Fifteen Hundred (1500) Sq Ft Of Damaged Sidewalk Along Bethune Street And Add One Hundred Eighty (180) Sq Ft Of New Sidewalk At The Fisher House Entry. Phase Two Will Remove And Replace Two Hundred Twenty (220) Lf Of Curbing, Gutter, And Catch Basins, Tie Into, And Expand On The Existing Irrigation System, Add Green Space, And Plant Six (6) New Trees. The Contractor Is Responsible For Installing Safety Fencing To Keep Pedestrian And Automobile Traffic Out Of Work Site, Coordinating All Work With The City Of Detroit, And Obtaining All City Permitting For The Satisfactory Completion Of All Work. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As A Request For Quote (rfq) In Accordance With Far Part 13. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $100,000.00 And $250,000.00. The North American Industry Classification System (naics) Code 237310 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 45 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 237310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. provide A Narrative And Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. The Narrative And Examples Should Demonstrate Experience With: Sidewalk Demolition, New Concrete Pouring, Catch Basins, Gutters, Curbing And Landscaping. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 25, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: emil Reyes contract Specialist emil.reyes@va.gov secondary Point Of Contact: katherine Gibney contracting Officer katherine.gibney@va.gov

Department Of Education Division Of Pangasinan I Tender

Others
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 195 K (USD 3.3 K)
Details: Description Request For Quotation No.: 2025-02-020-gs Date Published: February 19, 2025 Closing Date: February 27, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: February 27, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Approved Budget For The Contract (abc): ₱195,000.00 Funding Source: Osec-1-25-00069 Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 3 1,000.00 195,000.00  Inclusive Of Complete Services Stated In The Tor Total ₱195,000.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than February 27, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On February 27, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Venue Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 March 12-14, 2025 Preferably Within Lingayen Area 2. Food Requirement: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Breakfast: 6:30 Am – 7:30 Am O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm O Dinner: 5:00 Pm – 6:00 Pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Under Project Id No. 2025-02-020-gs Of Deped Sdo 1 Pangasinan.
8581-8590 of 8931 archived Tenders