Survey Tenders
Survey Tenders
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For Indian Ecomomic Enterprises (iee), Indian Small Business Economic Enterprises (isbee) Or Small Business Or Other Than Small Business – This Is Not A Solicitation For Proposal And No Contract Shall Be Awarded From This Notice. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. the Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support On Providing Brand Name Or Equal Ortho Clinical Diagnostics Mts Hematology Reagent For The Indian Health Service, Hopi Health Care Center Located In Polacca, Az. Reference Ihs1507309-hhcc. requirement: Mfg: Ortho Clinical Diagnostics Product Product Description Quantity Year
1. Mts080515, Mts A/bid Mono & Rev Grp 5x20, 4-ea
2. Mts081115, Mts A/b/d/a/b/d Mono Grp 5x20, 1-ea
3. Mts084014, Mts Anti-igg C3d Gel Cd 1x20, 1-ea
4. Mts084024, Mts Anti-igg Card 5x20, 4-ea
5. Mts085014, Mts Buffrd Gel Card 5x20, 1-ea
6. 6902315, 0.8% Selectogen 2x10m, 13-ea
7. 6902317, 0.8% Resolve A 11x3ml, 13-ea
8. 719201, 0.8% Affirmagen 2x10ml, 13-ea
9. 719810, Tb6mbs Control 1x10ml, 13-ea delivery To: Hopi Health Care Center, Highway 264 Mile Marker 388, Laboratory Dept., Polacca, Az 86042 the Applicable Naics Code To This Procurement Is 325413 – In-vitro Diagnostics Substance Manufacturing And Size Standards Is 1,250 Employees. an E-mail Letter Of Interest That Includes Your Firm’s Capability Statement Highlighting Past Performance For Similar Deliveries Performed Within The Past 5 Years And Indicate The Following Social Economic Status Information Is All That Is Required At This Time. is Your Firm A:
___ Indian Small Business Economic Enterprise/native Owned Small Business or ___ Small Business (sb), ___ Veteran-owned Sb, ___ Service-disabled Veteran-owned Sb, ___ Hubzone Sb ___ Small Disadvantage Business, ___ Women-owned Sb or ___ Other Than Small Business buy Indian Act
the Ihs Contracting Officer Will Give Priority For All Purchases, Regardless Of Dollar Value, By Utilizing Isbee Set-aside To The Maximum Extent Possible. Each Acquisition Of Supplies, Services Or Construction That Is Subject To Commercial Items (far 12.209) Or Simplified Acquisition Procedures (sap) (far 13.106) Must Be Set-aside Exclusively For Isbees.
definition(s): Indian Economic Enterprise (iee) - Any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That:
The Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%;
The Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And
The Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians.
definition: Indian Small Business Economic Enterprise (isbee) – An Iee That Is Also A Small Business Concern Established In Accordance With The Criteria And Size Standards Of 13 Cfr Part 121.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Isbee Or Small Business Or Procured Through Full And Open Competition, And A Single Award May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Supplies Are Invited To Submit A Response To This Sources Sought Notice By February 17, 2025 5:00 Pm Mst. All Responses Under This Sources Sought Notice Must Be Emailed To Donovan.conley@ihs.gov And Reference Ihs1507309-hhcc. all Interested Firms Who Can Meet The Requirements Stated Above Should Respond, In Writing, Including All The Following: 1. Company Name.
2. Point Of Contact (name/title/telephone Number/e-mail Address).
3. Fss / Sewp Contract Number, If Applicable.
4. Duns Number Or Sam Unique Entity Identifier Number.
5. Tax Id Number.
6. Indication Of Which Business Category (iee Or Isbee) For Which The Organization Qualifies.
7. A Capability Statement That Addresses The Organizations Qualifications And Ability To Provide The Requirement Depicted Above.
9. Documentation From Manufacturer (i.e., Correspondence From Manufacturer) Of Your Firm Being An Authorized Distributor For The Manufacturer.
additionally, Since Ihs Must Conduct Sufficient Market Research In Determining If There Is Reasonable Expectation Of Obtaining Offers From Two Or More Indian Economic Enterprises (iee), For Every Commercial Contract Opportunity, In Accordance With Hhsar 326.603-1.
to Identify And Support Responsible Iee/isbee(s) And Prevent Circumvention Or Abuse Of The Buy Indian Act, Interested, Qualified, Vendors Must Provide The Following:
Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form (attached) Through Which The Offeror Will Self-certify Eligibility; And,
Identify The Federally Recognized Indian Tribe Or Alaska Native Corporation Upon Which The Offeror Relies For Its Iee Status.
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications In Conjunction With Far 4.1102 Required To Be Registered In The Systems For Award Management (sam) At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. The Government Will Use Responses To This Notice To Make An Appropriate Acquisition Decision. This Is The Only Notice: No Other Copies Of This Notice Will Be Provided. if You Have Any Questions Concerning This Opportunity Please Contact:
donovan Conley
contract Specialist
phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374 attachment: 1. Ihs Indian Economic Enterprises Representatives Form
National Institutes Of Health Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: the National Institute On Aging (nia), Translational Gerontology Branch (tgb), Owns A Mass Spectrometer System Used To Perform Discovery Proteomics Studies And Is Applied To Diverse Projects Across The Nia, Including The Discovery Of Circulating Biomarkers From Aging Studies. The Proper Function Of The Spectrometer System And All Its Ancillary Protein Analysis Instruments Are Essential For The Research Performed And Goals Of The Nia. The Purpose Of This Requirement Is To Procure Maintenance Services For The Mass Spectrometer System And Its Ancillary Protein Analysis Equipment’s. The Service Must Be Performed By Technicians Who Have The Necessary Training For Continuous Service Of The Instruments. purpose And Objectives: the Contractor Shall Provide The Government With Preventive Maintenance And Repair Support For The Following Instruments: q Exactive Hf Model No. 0726041 Serial No. Sn05734l ultimate 3000 Ncs Model No. 5041.0010a Serial No. 8179689 dionex Autosampler Model No. 5826.0020 Serial No. 8180055 orbitrap Eclipse Tribid Model No. Fsn04-10002 Serial No. Fsn40536 vanquish Neo System Model No. Vn-s10-a-01 Serial No. Sys830482 faims Pro Duo Interface Model No. Fms03-10001 Serial No. Faims-30311 accelerome Model No. C0960-01-00109 Serial No. 665140 contractor Shall Provide Preventative Maintenance Visit Including Demand On-site Service Visits. The Services Must Be Provided By Original Equipment Manufacturer (oem) Certified Service Technicians. anticipated Period Of Performance: the Period Of Performance Will Include A Period Of One Base Year And Four, One-year Option Periods. place Of Performance: the Place Of Performance Shall Be National Institute On Aging, Located At 251 Bayview Blvd, Baltimore, Md 21224-6825. in Case Domestic Sources Are Available And Capable Of Fulfilling The Government’s Need, And A Future Solicitation Is Published, The Government Will Use Evaluation Preferences In Accordance With Far 25. capability Statement /information Sought. companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Iris Merscher, Contract Specialist, At E-mail Address Iris.merscher@nih.gov. the Response Must Be Received On Or Before January 17, 2025, 5:00 Pm, Eastern Standard Time. disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Is Not A Request For Proposal (rfp) Or Notice Of Contract Actions (noca). It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract In Connect With This Notice. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only - It Does Not Constitute A Request For Proposal Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Us Government To Contract For Any Supply Or Service Whatsoever. Further, The Us Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. the Aerospace Management Systems Division International Affairs & Foreign Military Sales Branch (aflcmc/hban) Is Conducting Market Research To Identify Sources Who Can Support A Foreign Military Sales (fms) Procurement For One (1) Very High Frequency Omnidirectional Range Tactical Air Navigation (vortac), And One (1) Instrument Landing System/distance Measuring Equipment (ils/dme), And All Necessary Communications And Electrical Power Infrastructure Extension To Existing Infrastructure On The Airfield, In Support Of A United States (us) Government Foreign Partner, The Albanian Armed Forces (aaf). any Information Submitted By Respondents To This Request Is Strictly Voluntary. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense. All Submissions Become Government Property And Will Not Be Returned. The Government Requests Interested Parties Submit A Statement Of Their Qualification With Respect To The Criteria Described Herein. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Any Submissions In Response To This Rfi Constitutes Consent For That Submission To Be Reviewed By Government Personnel And Advisory & Assistance Services (a&as) Contractor Employees Supporting Aflcmc/hb. overview the Program Is In Support Of Us Government Foreign Partner, The Aaf. The Program Will Provide One (1) Vortac System, One (1) Ils/dme System, And All Necessary Fiber Optic Communications And Electrical Power Infrastructure Extension Cables From Each Equipment Shelter, Up To 30-meters To Aaf-provided Communication And Power Terminations. Fiber Optic Communications Terminations Will Connect To The Air Traffic Control Tower (atct) For The Remote Equipment. Electrical Power Terminations Will Connect To Aaf-selected Power Source(s). The Procurement Effort Includes Contractor Site Survey, Systems Production, Systems Installation Including Civil Works, Factory Acceptance Testing (fat), Site Acceptance Testing (sat), Operator & Maintainer (o&m) Training, Flight Inspection, Spares, Consumables, Special Tools And Items For Maintenance, 2 Years Contractor Logistics Support (cls), 2-years Warranty, And 5-years Repair And Return (r&r). the Ils/dme, And Vortac, Will Be Provided To Kucova Air Base (ab), Albania. The Ils/dme Is Intended For Runway 14 And The Us Government Is Seeking Information Regarding Price And Support. additionally, The Us Government May Require A Second Ils/dme System For Runway 32 And Is Seeking Information Regarding Price And Support For This As Well. the Us Government Is Also Seeking Price And Support Information For A Utility Telephone System Connecting All Equipment Shelters To The Air Traffic Control Tower (atct) Cab, As Well As Price And Support Information For Mobile Or Fixed Atc Radio, For Each Equipment Shelter, Of Necessary Range, For Communications Between Contractor Technicians Or Air Base Systems Maintenance Personnel At Equipment Shelters With The Flight Inspection Aircraft. requested Information information Is Being Collected From All Potential Sources At This Time. Firms Responding To This Notice Should Provide The Following Administrative/company Information On Their Cover Page: company Name/division, Address, Telephone Number, Website Url. point-of-contact Name, Title, Telephone Number, And E-mail Address. unique Entity Identifier (uei), Cage Code, And Company Structure (corporation, Llc, Partnership, Joint Venture, Etc.). Please Note That Companies Must Be Registered In The System For Award Management (sam) To Be Considered Potential Sources (https://www.sam.gov). business Size And Any Socio-economic Status (small Business, 8(a), Small Disadvantaged Business, Woman-owned Business, Hubzone Firm, And Service-disabled Veteran-owned Small Business). the Facility Clearance Of The Offeror. based On The Scope Of The Work, Interested Potential Sources Should Identify Their Capabilities And Recent Experience (last 5 Years) In Providing Capabilities Similar To The Systems Listed In This Rfi. Please Describe To The Extent Possible, How You Perform The Activity And/or Service. Responses Should Address: experience In Training Different Skills Levels In Use And Mastery Of Systems Being Procured Or Similar Systems. experience In Solutions Successfully Supporting Procurement & Sustainment Efforts Of Systems Being Procured Or Similar Systems. in Delineating Previous Experience, Identify The Complexity, Scope, Dollar Value, Start And End Dates Of The Effort, Customer Point Of Contact. Relate Scope To The Requirements Identified Above And Describe Breath Of Experience In Delivering Similar Systems. provide A Rough Order Of Magnitude (rom) For The Identified Solution, Recommended Contracting Strategy, And An Estimated Timeline To Complete The Performance Requirements. responses interested Parties Are Requested To Respond To This Rfi With A White Paper In Unclassified Pdf Format No Later Than 31 January 2025, 1600 Est. Response Shall Not Exceed A Cover Page Plus 10 Pages. Please Submit Responses Via E-mail To The Personnel Listed Below. ms. Lalinda Harrison, Contracting Officer, Email: Lalinda.harrison@us.af.mil
mr. Richard Cincotta, Contract Specialist, Email: Richard.cincotta.1@us.af.mil
mr. Peter Tybinkowski, Program Manager, Email: Peter.tybinkowski@us.af.mil questions questions Regarding This Announcement Should Be Submitted To The Contract Specialist And Contracting Officer Via Email. No Telephone Calls Will Be Accepted. Questions Containing Proprietary Information Will Not Be Answered. All Answered Questions Will Be Posted As An Attachment To This Rfi. The Usg Does Not Guarantee That Questions Received After 22 January 2025 Will Be Answered.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Fisher House Site Preparation At The John D. Dingell Va Fisher House Located In Detroit, Mi. project Description:
the Construction Project Will Remove And Replace Existing Sidewalk, Catch Basins, Gutter, Curbing, And Provide Landscaping Along Bethune Street At The Detroit Fisher House As Described Below. It Is Anticipated That The Work Will Be Broken Up Into Two (2) Phases. Phase One Will Remove And Replace Fifteen Hundred (1500) Sq Ft Of Damaged Sidewalk Along Bethune Street And Add One Hundred Eighty (180) Sq Ft Of New Sidewalk At The Fisher House Entry. Phase Two Will Remove And Replace Two Hundred Twenty (220) Lf Of Curbing, Gutter, And Catch Basins, Tie Into, And Expand On The Existing Irrigation System, Add Green Space, And Plant Six (6) New Trees. The Contractor Is Responsible For Installing Safety Fencing To Keep Pedestrian And Automobile Traffic Out Of Work Site, Coordinating All Work With The City Of Detroit, And Obtaining All City Permitting For The Satisfactory Completion Of All Work. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As A Request For Quote (rfq) In Accordance With Far Part 13. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $100,000.00 And $250,000.00. The North American Industry Classification System (naics) Code 237310 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 45 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 237310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
provide A Narrative And Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. The Narrative And Examples Should Demonstrate Experience With: Sidewalk Demolition, New Concrete Pouring, Catch Basins, Gutters, Curbing And Landscaping.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 25, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
emil Reyes
contract Specialist
emil.reyes@va.gov secondary Point Of Contact: katherine Gibney
contracting Officer
katherine.gibney@va.gov
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 195 K (USD 3.3 K)
Details: Description Request For Quotation No.: 2025-02-020-gs Date Published: February 19, 2025 Closing Date: February 27, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: February 27, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Approved Budget For The Contract (abc): ₱195,000.00 Funding Source: Osec-1-25-00069 Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 3 1,000.00 195,000.00 Inclusive Of Complete Services Stated In The Tor Total ₱195,000.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than February 27, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On February 27, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Venue Meals And Snacks (breakfast, Am Snacks, Lunch, Pm Snacks, Dinner) 65 March 12-14, 2025 Preferably Within Lingayen Area 2. Food Requirement: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Breakfast: 6:30 Am – 7:30 Am O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm O Dinner: 5:00 Pm – 6:00 Pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Data Driven Instruction: Improving Learning Outcomes In English, Science And Mathematics Under Project Id No. 2025-02-020-gs Of Deped Sdo 1 Pangasinan.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice For renovation Of 11 H-barracks Buildings mcgregor Range, New Mexico this Is A Sources Sought Notice; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information Or Industry Response To This Notice Or Any Follow Up Information Requests. Not Responding To This Notice Does Not Preclude Participation In Any Future Procurement. If A Solicitation Is Released, It Will Be Synopsized In The System For Award Management (sam). It Is The Responsibility Of Potential Offerors To Monitor Sam For Additional Information Pertaining To This Requirement. the Acquisition Strategy Will Be Determined Based On Responses Received From This Notice And/or Other Market Research Methods. The Planned Acquisition Strategy Will Be Posted In Sam Upon Completion Of Market Research Analysis. the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb). All Are Highly Encouraged To Respond. the U.s. Army Corps Of Engineers – Fort Worth District Has Been Tasked To Solicit For And Award A Design Bid Build Renovation Of 11 H-barracks Buildings At Mcgregor Range, New Mexico. Anticipated Project Will Be A Competitive, Firm-fixed Price Contract Procured In Accordance With Far 15, Negotiated Procurement Using “best Value” Trade-off Process. the Government Is Seeking Experienced Firms For The Following Scope Of Work: this Design Bid Build Project Renovates The 11 H-barracks Buildings At Mcgregor Base Camp, New Mexico. This Project Will Renovate The Existing H-barracks Configuration Into A U-shaped Barracks Configuration. The Renovation Includes The 11 Barracks Buildings To Meet Current Codes And Standards. The Design Will Include Updating All The Electrical, Plumbing, Lighting, Communication, Hvac, A New Fire Suppression System, Mechanical, Roof, Structural, Floor, Acoustical Panel Ceilings (apc), And Abatement Of Asbestos Containing Materials (acm) And Lead Based Paint. This Renovation Shall Include Restrooms, Showers, Janitorial Closets, Vestibules, Corridor, Electrical And Mechanical Rooms, A Laundry Facility, Interior Walls Shall Be Demolished, Slab And Exterior Walls Shall Remain. in Accordance With Far 36/dfars 236, The Estimated Construction Price Range For This Project Is: Between $25,000,000 And $100,000,000 estimated Duration Of The Project Is 730 Calendar Days. the North American Industry Classification System Code For This Procurement Is 236220 Which Has A Small Business Size Standard Of $45m. the Product Service Code Is Z2fc. small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting. Generalconstruction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded. should This Action Be Solicited As Full And Open Competition, A Small Business Participation Proposal Will Be Identified As An Evaluation Factor In The Solicitation. Large Business(es) Must Comply With Far 52.219-9 By Submitting An Acceptable Small Business Subcontracting Plan. prior Government Contract Work Is Not Required For Submitting A Response To This Notice. However, Respondents Are Reminded That All Construction Performance Must Follow The Usace Safety And Health Requirements Manual (em 385-1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Within Quarter 3 Fiscal Year 2025 And The Estimated Proposal Will Be Required Within Quarter 4 Fiscal Year 2025. The Official Notice Citing The Solicitation Number Will Be Issued In Sam And Firms Are To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm Response To This Notice Shall Be Limited To 5 Pages And Shall Include The Following Information: 1. Firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. 2. Firm’s Interest In Bidding On The Solicitation When It Is Issued. 3. Firm’s Experience To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (indicate Whether As A Prime Or Subcontractor) By Providing: - Brief Description Of The Project, Customer Name, And Dollar Value Of The Project – Provide At Least 3 Examples Within The Last Six Years. 4. Firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. 5. Will The Firm Submit A Response As A Joint Venture Or Other Arrangement? If Yes, Specific Type: Joint Venture, Mentor-protégé, Teaming Arrangement, Or Other 6. Firm’s Bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) 7. This Project Is Subject To Project Labor Agreements For Federal Construction Projects (pla). Would Your Firm Provide A Proposal Knowing The Project Is Subject To Plas? ___yes ___no this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. interested Firms Shall Respond To This Notice No Later Than 1600 (central) On 28 February 2025. Email Your Response To Lindsay Chvilicek, Contract Specialist, Fort Worth District @ Lindsay.m.chvilicek@usace.army.mil email Is The Only Acceptable Method For Receiving Responses To This Notice.
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 658.9 K (USD 11.2 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “security Services For The Year 2025 At Relc-neap Malvar, Batangas On March 1, 2025 To December 31, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Fifty-eight Thousand Nine Hundred Ninety-six Pesos And 27/100 (php658,996.27). Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Security Services March 1, 2025 To December 31, 2025 Php658,996.27 2 Guards Specifications (from End-user): Statement Of Compliance “comply Or Not Comply” (reminder: The Bidder Shall Only State “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter.) 2 Security Guards To Safeguard The Relc-neap Malvar, Batangas Premises For The Period Of March 1, 2025 To December 31, 2025. 12-hour Duty Inclusive Of The 13th Month And Overtime Pay A. Scope Of Work Or Services To Be Rendered: The Security Agency Shall Provide The Following Specific Services: 1. Submit The Security Plan To The Procurement Entity. 2. Protect The General Interest Of The Procuring Entity (pe). 3. Guard And Secure All Property Of The Pe Or Its Officers/employees Within Its Area Of Responsibility. 4. Strictly Implement Standing Rules, Regulations, Guidelines, And Policies Prescribed By The Pe. 5. Prohibit The Commission Of Any Unlawful Or Illegal Acts Within The Assigned Pe’s Premises Or Its Area Of Responsibility. 6. Report And Provide Assistance In Cases Of Any Sign Of Disorder, Riots, Strikes Or Any Serious Violation Of The Law. 7. Protect Pe Or Government Property From Theft, Pilferage Or Damage. 8. Report And Provide Assistance In Cases Of Any Emergency Situations, Such As Fire, Typhoon, Or Natural Calamities. 9. Shall Provide A Roving Guard Supervisor That Will Monitor The Detailed Security Guards On A Regular Basis (per Shift) 10. Perform Their Tasks In Accordance With The Eleven General Orders, Code Of Ethics And Code Of Conduct Of Security Guards As Stated In Ra 5487 (act Governing The Organization 13 And Management Of Private Security Agencies). B. Manpower Qualifications The Security Guards (sg) Shall Have The Following Qualifications: A. At Least High School Graduate B. Of Good Moral Character And Reputation, Courteous, Alert And Without Criminal Or Police Record; C. Physically And Mentally Fit; D. At Least Five Feet Two Inches (5’2”) In Height; E. Duly Licensed And Properly Screened And Cleared By The Philippine National Police (pnp), National Bureau Of Investigation (nbi), And Other Government Offices Issuing Clearances For Employment; F. In Proper Uniform And With Other Security Paraphernalia Such As Flashlight, Handheld Radio, Nightstick, Whistle, Metal Detector And Other Essential Security Paraphernalia; G. Armed With Appropriate And Functional Rifle, Shotgun, Pistol Or Revolver, With Sufficient Ammunition At All Times During Hours Of Duty; H. Must Have Passed The Pneuro-psychiatric Exam; And I. In Possession Of Such Other Qualifications Required By Republic Act (ra) No. 5487, As Amended. C. Obligations And Responsibility Of The Security Agency The Security Agency Shall Comply With The Following Obligations And Responsibilities: 1. Assume All Losses In Their Areas Of Responsibility Due To Negligence/pilferages And Negligence Of Their Security Guards After A Thorough Investigation; 2. Assume Full Responsibility For The Acts Of Its Sgs During The Performance Of Their Duties; 3. Cooperate With The Pe’s Official Investigation Of Any Suspected Criminal Activity Or In Case Of Theft Or Similar Incidents In Their Assigned Area; 4. Be Responsible For The Safety Of Their Sgs In The Performance Of Their Duties In Providing Security Services To The Pe; 5. Provide The Total Number Of Guards Required In The Assigned Area Every Shift Per Section Iii Hereof; 6. Provide Each Sg On Posts With A Firearm, Handheld Radio, And Metal Detector At All Times And Ensure That Said Equipment Conforms To The Applicable Standards And Is Covered With Appropriate And Valid Licenses And Documents; 7. Shall Conduct A Physical Security Survey And Inspection Prior To The Posting Of The Guards To Define The Areas, Buildings, And Other Structures Considered Critical And Vulnerable; 8. The Security Agency Shall Not Change Or Replace The Sg Without Prior Notice At Least Three (3) Working Days, And Approved By The Pe; 9. Have The Sg Changed Or Replaced At Any Time Upon Request Of The Pe For Justifiable Reasons; And 10. Must Provide Their Security Guards With Contact Numbers Of The Pnp, Bfp, And Hospitals For Ready Reference During Emergency Cases. D. Equipment Requirements To Be Installed At/near The Guard’s Posts. 1. Handheld 2-way Radio – 2 Units 2. Rechargeable Heavy-duty Led Flashlights – 2 Units 3. Rain Boots (for Each Security Guard) 4. Big Umbrellas – 2 Pieces 5. Raincoat – 2 Pcs 6. Night Stick – 2 Units 7. Standby Flood Light – 2 Units 8. Metal Detector – 2 Units Submit In Separate Form The Computation Of Salaries And Other Expenses In Arriving The Rates Offered Regular And Recurring Services “the Contract For Regular And Recurring Services Shall Be Subject To Renewal Subject To The Guidelines On Renewal Of Regular And Recurring Services Under Appendix 37 Of The 2016 Revised Irr Of Ra No. 9184 Which Includes The Performance Evaluation Of The Service Provider On The Requirements Under Section Vii. Technical Specifications.”
Department Of Education Division Of Pangasinan I Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 415.8 K (USD 7 K)
Details: Description Request For Quotation No.: 2025-01-008-gs Date Published: January 25, 2025 Closing Date: January 31, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 31, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Approved Budget For The Contract (abc): ₱415,800.00 Funding Source: 2024 Opdntp Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks, Lunch, Pm Snacks) 231 3 600.00 415,800.00 Inclusive Of Complete Services Stated In The Tor Total ₱415,800.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 31, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 31, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel. Scope 1. Duration: Three (3) Days Item Description No Of Pax Tentative Date/s Meals And Snacks For Non-teaching Personnel (am Snacks, Lunch, Pm Snacks)- 221 February, 2025 Meals And Snacks For Members Of Pmt (am Snacks, Lunch, Pm Snacks) 10 2. Food Requirement: Am Snacks, Lunch, Pm Snacks • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm O Pm Snacks: 2:30-3:00pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Customer Service Excellence Training: Enhancing Competence, Strengthening Personnel Relations And Work Ethics Of The Non-teaching Personnel Under Project Id No. 2025-01-008-gs Of Deped Sdo 1 Pangasinan.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 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 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
8591-8600 of 8930 archived Tenders