Showing 1 - 20 of 7793354 past bids
Location Unknown RFQ_F3N0227207A005
This Is A Combined Synopis/Rfq.&Nbsp; Please See The Attached.
Notice Type Combined Synopsis/Solicitation
Last Updated On 03 Oct 2017
Agency Department Of Defense
Setaside Code No Set-Aside Used
Hill Air Force Base, Utah SPE4A719T115L
Proposed Procurement For Nsn 1670014111780 Container Assy,Para: Line 0001 Qty 30.00 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0564 Days Adoline 0002 Qty 1.000 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0120 Days Adoall Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. Quotes Must Be Submitted Electronically.
Notice Type Combined Synopsis/Solicitation
Last Updated On 24 Apr 2019
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Morristown, New Jersey Not Specified
Notice Type SSA
Last Updated On Not Provided
Agency Morristown New Jersey
Setaside Code No Set-Aside Used
Warren, Michigan 2017-175
Please View Attached File.
Notice Type Sources Sought
Last Updated On 02 May 2017
Agency Department Of Defense
Setaside Code No Set-Aside Used
Location Unknown SPE4A719R0893
&Nbsp Sources Sought Synopsis &Nbsp The Dla-Aviation 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 This Requirement For Nozzle And Ring. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (Naics) Code Assigned To This Procurement Is 336412. &Nbsp 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.&Nbsp &Nbsp If Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. [Note: In Accordance With Far 10.001(B), Agencies Should Not Request Potential Sources To Submit More Than The Minimum Information Necessary.] &Nbsp The Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. &Nbsp Based On The Responses To This Sources Sought Notice/Market Research, This Requirement May Be Set-Aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. &Nbsp Submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-Listed Services Are Invited To Submit A Response To This Sources Sought Notice By May 28, 2019, Nlt 02:00 P.M. All Responses Under This Sources Sought Notice Must Be Emailed To [email protected]. &Nbsp If You Have Any Questions Concerning This Opportunity, Please Contact: Latrice Brown At [email protected]. &Nbsp Appendix 1: Purpose And Objectives &Nbsp &Nbsp Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(S).&Nbsp Generally, This Entails The Procurement/Manufacture Of Component Parts, Inspection, Testing, Preservation/Packaging, And Shipping.&Nbsp Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-Lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets.&Nbsp The Unit Prices Will Be Established At The Time Of A Contract Award. &Nbsp The Specific Requirement For This Effort Is Below: &Nbsp Part Number Nomenclature Nsn Estimated Annual Demand &Nbsp &Bull&Middot&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp The Boeing Company Dba Boeing 81205 P/N 1-75012-32 &Bull&Middot&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp D-J Engineering, Inc. 0C7H8 P/N 1-75012-32 &Bull&Middot&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp Tect Hypervelocity, Inc. 34336 P/N 1-75012-32 &Bull&Middot&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp Tens Machine Company, Inc. 8P689 P/N 1-75012-32 &Bull&Middot&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp&Nbsp Monroe Machined Products, Inc. Dba 7F311 P/N 1-75012-32 &Nbsp Rib, Airfoil 1560014190667 21 Each &Nbsp &Nbsp &Nbsp &Nbsp &Nbsp
Notice Type Sources Sought
Last Updated On 12 Jun 2019
Agency Department Of Defense
Setaside Code No Set-Aside Used
Oklahoma City, Oklahoma SPE8EG17T3757
Proposed Procurement For Nsn 9540014373254 Structural Section,: Line 0001 Qty 2302. Ui Ea Deliver To: Dla Distribution Depot Oklahoma By: 0061 Days Adothe Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Digitized Drawings And Military Specifications And Standards May Be Retrieved, Or Ordered, Electronically. All Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. Quotes May Be Submitted Electronically.
Notice Type Combined Synopsis/Solicitation
Last Updated On 26 Jul 2017
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Location Unknown SP070005TAM31
Proposed Procurement For Nsn 1005010595052 End Assembly, Chute.: Line 0001 Qty 00079 Ui Ea Deliver To: Xu Def Dist Depot San Joaquin By: 06/22/05 Line 0002 Qty 00018 Ui Ea Deliver To: Xu Transportation Officer By: 06/22/05 This Is A Source Controlled Drawing Item. Approved Sources Are 05606 201F946-100; 76793 1311C18539. The Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. The Items Furnished Must Meet The Requirements Of The Drawing Cited In The Solicitation. Digitized Drawings And Military Specifications And Standards May Be Retrieved, Or Ordered, Electronically. All Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. Quotes Must Be Submitted Electronically.
Notice Type Solicitation
Last Updated On 24 Mar 2005
Agency Department Of Defense
Setaside Code No Set-Aside Used
Notice Type Combined Synopsis/Solicitation
Last Updated On 05 Dec 2018
Agency Department Of Homeland Security
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Notice Type Solicitation
Last Updated On 28 Nov 2008
Agency Department Of Defense
Setaside Code No Set-Aside Used
Chicago, Illinois GS05T03BQ0003
The Solicitation For The Purchase Of An E911 System For The Department Of Justice, Federal Courts, Is Hereby Amended. Amendment Pa03 Is Issued To Add A Contract Line Item (Clin) To The Solicitation And To Change The Project 1: Hardware Requirement As Shown On P. 6 Of 19 Of The Original Solicitation.
Notice Type Solicitation
Last Updated On 07 Dec 2002
Agency General Services Administration
Setaside Code No Set-Aside Used
Salem, Virginia VA-246-09-RQ-0028
This Is A Combined Synopsis/Solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Prior To 20 Nov 08 Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Naics Code Is 334510. Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-26. The Primary Goal Is To Secure Preventative Maintenance Services For Datex-Ohmeda Anesthesia Machines To Be Performed By Manufacturer Certified Technicians At The Salem Va Medical Center, 1970 Roanoke Blvd Salem, Va 24153. Quotes Shall Include All Costs Associated With Required Preventative Maintenance On The Following Equipment And Include Pricing For A Base Year, Plus Four (4) 1Yr Option Periods: Serial #: Anaj00210, Anaj00209, Anaj00208, Anaj00211, Anaj00212; Service Offering: Planned Maintenance (2); Covered Product: Aisys Config.; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: Amre01882; Service Offering: Planned Maintenance (2); Covered Product: Aestiva/5 7900 Config.; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: Amrh00902; Service Offering: Planned Maintenance (2); Covered Product: Aestiva/5 7900 3Vap Us W/Art Abs Active Agss; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: Amrh00902; Service Offering: Planned Maintenance (2); Covered Product: Aestiva/5 7900 3Vap Us W/Art Abs Active Agss; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: Amay01799; Service Offering: Planned Maintenance (4); Covered Product: Excel Se Without Pod; Visits Per Year: 4; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: 6075479, 6072626, 6067982, 6064237, 6068297 ; Service Offering: Planned Maintenance (2); Covered Product: Base Model, S/5 Am; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months Serial #: 4458202; Service Offering: Planned Maintenance (2); Covered Product: S/5 8-Module Frame, F-Cu8, 110-120V; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: 4458202; Service Offering: Planned Maintenance (2); Covered Product: S/5 8-Module Frame, F-Cu8, 110-120V; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months Serial #: 5100540; Service Offering: Planned Maintenance (2); Covered Product: S/5 Anes Monitor Rev 03 Base Mod W/ B-Dispx; Visits Per Year: 2; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Serial #: 1216318Zc01; Service Offering: Planned Maintenance (4); Covered Product: Zone-Charge-2Dtc; Visits Per Year: 4; Service Period: 10/1/2008 Thru 9/30/2009, Term: 12 Months. Only Electronic Offers Will Be Accepted. Offers Are Due To [email protected] By Nlt 3:00 P.M. Eastern Time, 20 Nov 08. For Information Regarding The Solicitation You Can E-Mail Me At The Above Address Or Phone At (757) 728-3120. Solicitation Provisions/Contract Clauses: Far 52.212-1 Instructions To Offerors - Commercial Items (Jun 2006). Far 52.212-2 Evaluation - Commercial Items (Jan 1999) For The Purposes Of This Clause The Evaluation Factors Will Be Price And Past Performance Both Being Of Equal Importance. Far 52.212-3 Offeror Representations And Certifications -- Commercial Items (Jun 2008): Offerors Must Include A Completed Copy Of The Provision With Its Offer. Far 52.212-4 Contract Terms And Conditions -- Commercial Items (Feb 2007). Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2008) For The Purposes Of This Clause Items (B) 15,16,17, 18,19,21,24,28,31 & 37 Are Considered Checked And Apply. Far 52.232-38 Submission Of Electronic Funds Transfer Information With Offer (May 1999) Vaar 852.211-73 Brand Name Or Equal. (Jan 2008) Vaar 852.270-1 Representatives Of Contracting Officers (Apr 1984) Vaar852.237-70 Contractor Responsibilities (Apr 1984) Vaar852.270-4 Commercial Advertising (Nov 1984) Small Businesses, Especially Veteran-Owned And Service-Disabled Veteran-Owned Small Businesses, Are Encouraged To Contact Their Nearest Procurement Technical Assistance Center (Ptac) If Assistance Is Needed In Preparing Their Proposal. The Website Address For The Location Of The Nearest Ptac Is Http://Www.Sellingtothegovernment.Net.
Notice Type Combined Synopsis/Solicitation
Last Updated On 19 Jan 2009
Agency Department Of Veterans Affairs
Setaside Code No Set-Aside Used
Location Unknown 70Z0G1-19-S-AIRFIELD-PAVEMENT-CAPE-COD
Uscg Base Cape Cod, Cape Cod, MaSources Sought # 70Z0G1-19-S-Airfield-Pavement-Cape-CodRepair Airfield Pavement Uscg Base Cape Cod Sources Sought: This Is Only A Market Survey For Written Information Only. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-Up Information Requests. In Order To Protect The Procurement Integrity Of Any Future Procurement That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made. The U.S. Coast Guard Is Considering Whether Or Not To Set Aside An Acquisition For Hubzone Small Business Concerns, Service-Disabled Veteran-Owned Small Business Concerns (Sdvosb), 8(A) Certified Small Business Concerns, Woman-Owned Small Business Concerns Or Small Business Concerns, Or Solicit Unrestricted. The Applicable North American Industry Classification System (Naics) Code Is 237310, Highway, Street, And Bridge Construction, With A Small Business Size Standard Of $36.5 Million. The Estimated Value Of The Procurement Is Between $1,500,000 And $3,000,000 (Inclusive Of Options). Performance And/Or Payment Bonds Will Be Required. The U.S. Coast Guard Is Seeking Interested Vendors With Successful Past Performance, Current Relevant Experience, Personnel/Resources, Equipment, And Capability To Perform The Following Work: The Project Scope Includes All Labor, Materials, Equipment, Transportation, Supervision And Disposal Required For Airfield Pavement Repairs At Uscg Base Cape Cod, Bourne, Ma (Barnstable County). The Base Bid Work For This Project Includes The Following Items:A. Runway 5-23: Seal Medium And Large Cracks In Asphalt Concrete (Ac) Pavement, Re-Paint Runway Numerals And Threshold Stripes And 23 End Portland Cement Concrete (Pcc) Crack Repair (Crack Grouting).B. Runway 14-32: Re-Paint Runway Numerals And Threshold Stripes, 32 End Pcc Joint And Crack Repair, Joint Resealing, Partial Depth Patching Of Pcc And Partial Pcc Slab Replacement. C. Taxiway D Apron South Of Building 3170: Selective Reconstruction To Fix Elevation Difference Between Ac And Pcc (Demolition, Excavation, Subgrade Preparation, Base Course Installation Followed By Asphalt Paving, Repaint Yellow Reflective Markings, Reset Drainage Structure Frames). The Work For Optional Bid Item #1 Includes The Following:D. Runway 14-32: 32 End Pcc Joint And Crack Repair, Pcc Joint Resealing, Partial Depth Patching Of Pcc, Full Slab Pcc Replacement And Partial Slab Pcc Replacement. The Work For Optional Bid Item #2 Includes The Following:A. Taxiway D Between Ground Support Equipment (Gse) Gate And Runway 14-32: Shoulder High Performance Thin Overlay (Hpto) Of Ac, Keel Mill And Overlay With Ac, Re-Paint Disturbed Pavement Markings, Reset Disturbed Structure Frames And Grates. The Work For Optional Bid Item #3 Includes The Following:A. Taxiway B: Approximately 100 Linear Feet (Lf) Of High Severity Pcc Joint And Crack Repair And 100 Lf Of Medium Severity Pcc Joint And Crack Repair. The Work For Optional Bid Item #4 Includes The Following:A. Runways 5-23 And 14-32: Re-Paint Edge, Aiming Point, Touchdown And Centerline Markings. Note: A Coast Guard Escort Will Not Be Provided For The Construction Contractor. The Contractor Will Be Responsible For Their Movement And The Movements Of Their Subcontractors On An Active Airfield. They Shall Maintain Radio Contact With Air Traffic Control At All Times, With Radios The Contractor Shall Provide. Period Of Performance: The Period Of Performance For The Base Bid And Optional Work Is 160 Days. If Your Firm Is Interested In This Requirement, And Intends To Submit An Offer On This Acquisition, Please Respond By Email To [email protected] And [email protected] With "Sources Sought Notice 70Z0G1-19-S-Airfield-Pavement-Cape-Cod" In The Subject Line Or By Fax To (401) 736-1704. Your Response Must Include The Following: (A) A Positive Statement Of Your Intent To Submit A Proposal For This Solicitation As Prime Contractor; (B) Evidence Of Bonding Capacity; (C) A Statement Identifying Your Certified Small Business Designation (If Any); And, (D) Evidence Of Prior Successful Work Similar In Scope And Magnitude To The Subject Project To Include Contract Numbers, Project Titles, Dollar Amounts, Points Of Contact And Telephone Numbers. Your Response Is Required No Later Than 4 March 2019. All Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On An Applicable Set-Aside.
Notice Type Sources Sought
Last Updated On 11 Mar 2019
Agency Department Of Homeland Security
Setaside Code No Set-Aside Used
Location Unknown VA24411RP0046
V A Pittsburgh Healthcare System Is Seeking Professional Design Services From An Architect-Engineering (A/E) Firm To Develop Construction Contract Drawings And Specifications To Upgrade The Ventilation Systems In Approximately 43,000 Square Feet Of Office Space In The Partial West Wings Of The Fourth, Fifth, And Sixth Floors And The Entire West Wings Of The Seventh, Eighth, Ninth, Tenth, And Eleventh Floors Of Building One At The University Drive Division Of The Va Pittsburgh Healthcare System. This Work Includes Architectural, Electrical, Mechanical (Including Hvac And Control Replacement), Plumbing, Structural, Asbestos Abatement, Monitoring, And Site Modifications. This Project Includes, But Is Not Limited To, The Following: ¢ Improving The Overall Air Quality In The Partial West Wings Of The Fourth, Fifth, And Sixth Floors And The Entire West Wings Of The Seventh, Eighth, Ninth, Tenth, And Eleventh Floors; And Improve The Reliability Of The Hvac System In These Areas. After Removing The Existing Air Handling Units That Service These Areas, A New Roof-Mounted Air Handling Unit And Main Supply / Return Ducts Are To Be Installed. Existing Ductwork To Individual Rooms And Existing Terminal Units Shall Remain, Unless Removal Is Required To Implement The Design. ¢ In Addition To Supplying Air To The Entire West Wings Of The Seventh, Eighth, Ninth, Tenth, And Eleventh Floors, The Air Handling System Designed Under Subject Project Shall Have The Capacity To Supply Air To Those Rooms Currently Serviced By The Air Handling Units Located In Rooms 4W102, 5W102, And 6W102. The Design Shall Include The Demolition And Removal Of The Existing Air Handling Units And Ductwork In These Rooms And Installation Of Main Supply And Return Ducts That Will Tie Into The New Air Handling System To Be Designed Under Subject Project. ¢ Evaluating The Capacity Of The Existing Air Handling Unit Located On The Roof Of The East Section Of Building 1 To Verify Whether Said Unit Has Sufficient Capacity To Service The Revised Hvac System For The West Wing Of The Affected Floors; And Designing An Air Handling System To Service The West Wing Of The Affected Floors Based On This Evaluation ¢ Evaluating The Capacity Of The Existing Steam-To-Water Heat Exchanger System Located In Room 7E103 To Verify Whether The Existing Heat Exchanger System Is Of Sufficient Capacity To Service The New Heating System For The West Wing Of The Affected Floors. The Two Heat Exchangers In Room 7E103 Are Intended To Be Operated In A Lead-Lag Configuration And Provide 100% Standby Service. The Heat Exchangers Are Capable Of Serving The Reheat Loads For Floors 7-11, Which Includes The West Wing, Core Area ("North"), And The East Wing. A/E Must Design A Steam-To-Hot Water Heat Exchanger System To Service The West Wing Of The Affected Floors Based On The Evaluation Of The Current Heat Exchanger System. ¢ In Lieu Of A Face-And-Bypass, A/E Shall Consider A Design That Includes A Preheat Glycol Converter Connected To The First Heating Coil. This Type Of System Is Currently Installed In Ac-4 Located On The Second Floor Of Building 1. ¢ Evaluation And Design For Replacement Of The Existing Hvac Mechanical And Ventilation System Servicing The Affected Space Including The Removal Of Existing Air Handling Units And Necessary Ductwork; Installation Of A New Roof-Mounted Air Handling Unit And Main Supply And Return Duct And The Interface With The Existing Energy Management System And Graphics Display ¢ Evaluation And Design Modifications To The Existing Electrical Distribution System Servicing The Affected Space To Provide Sufficient Power To All New Hvac Equipment And Ddc Controls Associated With The Upgrade Of The Ventilation System ¢ Evaluation And Design Modifications To The Existing Structure To Accommodate Any Additional Loads Or Impacts To The Affected Areas Resulting From The Upgrade Of The Ventilation System ¢ Evaluation And Design Modifications To The Existing Plumbing System Servicing The Affected Space To Provide Sufficient Supply And Return Lines For All New Hvac Equipment In The Area And Rerouting Of Existing Plumbing, Including Sprinkler Piping, Resulting From The Upgrade Of The Ventilation System ¢ Designing For Repairs And Revisions To All Interior And Exterior Finishes (Including Roofs, Floors, Ceilings, Casework, Doors, Windows, And Wall Surfaces) Affected By The Hvac, Plumbing, Structural, And Electrical Distribution Modifications So That Existing Finishes Are Matched Wherever Possible ¢ Field Verification Of Existing Space And Existing Utilities Servicing The Affected Space ¢ Design And C.I.H. Services For Asbestos Abatement Of The Renovated Space Including The Monitoring Of Abatement Activities, Air Sampling, And Final Transmission Electron Microscopy (Tem) Clearances Of Containment Areas ¢ Construction In The West Wings Of The Fourth, Fifth, Sixth, Seventh, Eighth, Ninth, Tenth, And Eleventh Floors Shall Be Addressed In Multiple Phases To Allow For Hospital Operations To Continue During Construction. Phasing Will Be Determined During The 50% Design Review Meeting. Phasing Work Shall Be Completed Within Budget While Allowing The Va To Continue Operations With Minimal Interference. ¢ Recommending Bid Alternatives As Necessary To Meet The Budget Limitations ¢ Following The Guidelines Established In The Va Pittsburgh Master Space Plan To Enhance Services At The University Drive Division. All Designs Shall Be In Compliance With Space Criteria As Referenced In Va Handbook 7610. ¢ Responsibility For Providing Certified Industrial Hygiene Services To Perform Asbestos Survey Investigations, Bulk Sampling, Development Of Specifications And Drawings, And Construction Period Services All Designs Shall Be Accomplished In Accordance With Va Guidelines And Va Master Specifications, Which Are Available On The Internet At Http://Www.Va.Gov/Facmgt/Standard. A/E Shall Pay Particular Attention To Ufas, Nfpa, Boca, Va Handbook 7610 Space Criteria And Va Program Guide Pg-18-12 Design Guides. ¢ Making Site Visits As Necessary To Survey Existing Conditions ¢ Responding To Submittals And Other Requests In A Timely Manner ¢ Keeping Minutes Of All Meetings Concerning This Project And Distributing To Required Parties Within 3 Days Of The Meeting ¢ Meeting All Applicable And Most Current Federal And State Codes/Requirements ¢ Designing Using V A Standards For Construction Which Are Available At Http://Www.Cfm.Va.Gov/Til ¢ This Requisition Is 100% Set Aside For Sdvosb; The Construction Estimate Is Between $2,000,000 And $5,000,000; The Naics Code Is 541330: And The Small Business Size Standard Is $4,500,000. Interested Firms Shall Submit Three (3) Copies Of Current Sf 330 (Available On-Line At Http://Www.Gsa.Gov/Portal/Gsa/Ep/Formslibrary.Do?Formtype=Sf) To The Attention Of: Bill Matelan, Contracting Officer, V A Pittsburgh Healthcare System, 1010 Delafield Road 90C Pittsburgh, Pa 15215. As Per Far 52.204-4(B): "In Accordance With Section 101 Of Executive Order 13101 Of September 14, 1998, Greening The Government Through Waste Prevention, Recycling, And Federal Acquisition, The Contractor Is Encouraged To Submit Paper Documents, Such As Offers, Letters, Or Reports, That Are Printed Or Copied Double-Sided On Recycled Paper That Meet Minimum Content Standards Specified In Section 505 Of Executive Order 13101, When Not Using Electronic Commerce Methods To Submit Information Or Data To The Government. " The Outer Envelope Must Clearly Identify The Solicitation Number (Va-244-11-Rp-0346) And The Project Name (Ventilation Upgrade). Hand -Delivered Information Packages Will Be Accepted In Addition To Sent Those By Us Mail Or An Independent Delivery Service. In Addition To The Sf-330'S, Please Include A Cover Sheet Containing The Following Information: Name And Address Of Company Number Of Completed And/Or Current Va Projects Socio-Economic Status Of And Duns Numbers For Contractor And All Proposed Consultants Phone Inquiries, Faxes, And Electronic Submissions Will Not Be Accepted. The Deadline For Receipt Of Sf-330'S By The Contracting Officer Is December 19, 2010 At 4:00 Pm (Eastern). Selection Criteria Shall Be In Accordance With Far 36.602-1 And Vaar 836.602. Potential Vendors Are Bound By The Clauses Contained In Far Part 4.11 And 4.12 (Ccr And Orca Registration, Et Al.) This Is Not A Request For Proposal And Further Information Is Not Available At This Time. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Submissions That Fail To Follow The Guidelines Above Will Be Considered "Unresponsive" Due To First Quarter Fiscal Requirements We Must Adhere To The Following Schedule: Sf-330'S Must Be Submitted To The Contracting Officer By Midnight On Sunday, December 19. Sf-330'S Will Be Evaluated And Three Top-Rated Firms Will Be Notified No Later Than Cob On December 20. Interviews With Three Top-Rated Firms Will Be Held On The Morning Of December 22, 2010 And Chosen Firm Will Be Notified By Cob That Same Day Initial Proposal Must Be Submitted To The Contracting Officer By Cob On December 27. Negotiations Must Be Completed So That Contract Can Be Awarded By Cob On December 30.
Notice Type Sources Sought
Last Updated On 20 Mar 2011
Agency Department Of Veterans Affairs
Setaside Code Service-Disabled Veteran-Owned Small Business (Sdvosb) Set-Aside (Far 19.14)
Pekin, Illinois RFQ41103-002-6
The Federal Bureau Of Prisons - Field Acquisition Office In Grand Prairie, Texas, Intends To Make A Single Award Or Multiple For The Provision Of Various Education Services For The Inmate Population At The Federal Correctional Institution, Pekin, Illinois. The Successful Contractor Shall Provide Classroom Instruction For Building Trades, Horticulture And Advanced Occupational Education Training (Business Management) Classes. The Contract Periods For All Services Will Consist Of A 12-Month Base Period And Four 12 Month Option Periods. The Estimated Quantities For The Base And Each Option Year For Each Of The Vocational Education Services Are As Follows: Business Management Is 432 Credit Hours Per Year; Building Trades Are 240, Three Hour Sessions Per Year; Horticulture Classes Are 240, Three Hour Sessions Per Year. The Award Will Be Made To The Responsible Contractor Who Submits The Most Advantageous Quote To The Government. The Number Of Hours Per Week Shall Not Exceed Thirty (30) Hours. It Is Estimated That The Total Enrollment Will Be Equivalent To Approximately 30 Students Per Class. The Contracting Officer Anticipates Awarding A Firm-Fixed Price, Indefinite-Delivery, Requirements’ Type Contract. The Contract Period Shall Consist Of A 12-Month Base Period With Four 12 Month Option Periods For Renewal. The Solicitation Will Be Available On Or About November 7, 2005 And Will Be Distributed Solely Through The General Services Administration’S Federal Business Opportunities Website At Www.Fedbizopps.Gov. Hard Copies Of The Solicitation Will Not Be Available. The Website Provides All Downloading Instructions To Obtain A Copy Of The Solicitation. All Future Information Concerning The Acquisition, Including Solicitation Amendments, Will Be Distributed Solely Through The Website. Interested Parties Are Responsible For Monitoring The Site To Ensure You Have The Most Up-To-Date Information About The Acquisition. All Contractors Doing Business With The Federal Government Shall Be Registered In The Central Contractor Registration (Ccr) Database. The Website For Registration Is Www.Ccr.Gov. The Anticipated Date For Receipt Of Quotes Is On Or About November 29, 2005. The North American Industry Classification System Code For This Solicitation Is 611310. The Solicitation Is Unrestricted. Faith-Based And Community-Based Organizations Have The Right To Submit Offers/Quotes Equally With Other Organizations For Contracts For Which They Are Eligible. All Responsible Sources May Submit A Quote.
Notice Type Solicitation
Last Updated On 31 Dec 2005
Agency Department Of Justice
Setaside Code No Set-Aside Used
Media, Pennsylvania HQ002882258608
Clin 0001: 2Ea, Transmitter Broadband Mmds; C/O Ultra Linear 400 Watt Amplifier; 12 Channels Over 2.5 - 2.7Ghz; 1Ea R L Drake Mini-Modular System W12 Unit Rack Mount, 12Ea Vmm860As Mini-Modulators, Universal Power Supply; 1Ea Equipment Rack Inculding Rack Slides, Power Strips, Ac Wiring, And Side, Back, And Top Panels; 1 Ea Precision Jumper Cable Assy, Vhf Combiner, System Swept For Lowest Vswr; 13Ea Shelves For Satellite Receivers And Tv Monitor, 2Ru Per Shelve; 200 Ft 7/8 In Foam Dielectric Coaxial Transmission Line W/Connectors Attatched (2Ea); 1Ea Broadcast Antenna, Omni Directional Pattern, Broadband Tuning For Multi-Channel Operation, Vertical Polarization; 1Ea Cable Hanger And Grounding Kit; Pwr Req: 120/220Vac 50/60Hz Input, Selectable Or Universal Ac Input Power.
Notice Type Combined Synopsis/Solicitation
Last Updated On 20 Sep 2008
Agency Department Of Defense
Setaside Code No Set-Aside Used
Jber, Alaska W912CZ-05-Q-0043
Four (4) Model 64 Guard Booths W/2 Sliding Doors Or Equal. Two (2) Model 64 Guard Booths W/1 Sliding Door. Delivery To Fort Richardson, Alaska. If You Are Unable To View This Solicitation Please Go To Http://Www.Usarak.Army.Mil/Rco-Ak/ To Download A Copy. Submit Quotes To [email protected] No Later Than 2:00Pm (Alaska Time) On 1 September 2005.
Notice Type Solicitation
Last Updated On 22 Sep 2005
Agency Department Of Defense
Setaside Code No Set-Aside Used
Location Unknown SP0540-03-R-0015
The Defense Supply Center Philadelphia Is Seeking Offers For Various Federal Supply Class 53 Items For Depot Stock Replenishment. This Will Be For A Long Term Indefinite Quantity Contract With A Two Year Base And Three One Year Options To Extend The Contract. Delivery Orders Will Be Issued Against This Contract And We Anticipate Supplies Being Delivered Within 90 Days Of Each Delivery Order. There Are 13 Different National Stock Numbers On The Solicitation For Items That Are Either Source Controlled Or Acceptable Source Format. The Items Consist Of Various Bolts, Screws, Nuts, Pins, Pre Formed Packing, O-Rings, Key Blanks And Protective Dust Caps. The Annual Estimated Usage Quantities Range From 60 Per Year Up To 2500 Per Year
Notice Type Solicitation
Last Updated On 14 Jun 2003
Agency Department Of Defense
Setaside Code No Set-Aside Used
Location Unknown DTFAWA-16-C-00040
1. Introduction/Statement Of Intent This Preaward Public Notice Is Being Made In Accordance With Federal Aviation Administration (Faa) Acquisition Management System (Ams) Procurement Guidance T3.2.2.4 Single Source A Single Source Contracting 3 Award Of Single Source (B). The Guidance Requires A Preaward Public Announcement Of Intended Single Source Awards Greater Than $150,000.00 Summarizing The Basis For The Single Source Decision. The Intends To Award A Single Source Contract To United States Tower Services, Ltd. Located At 2502 Urbana Pike, Ijamsville, Maryland. 2. Description Of Supplies/Services The Faa Has A Requirement For Preventive And Corrective Maintenance For Recovery Communications/C-3 Antenna System (Rcom) High Frequency/Single Side Band Antenna Systems At 8 Locations In The United States. The Maintenance Does Not Include Antenna Couplers Which Are Supported By The Faa Logistic Center. The Contractor Will Furnish All Labor, Supervision, Tools, Equipment, Materials, Replacement Parts, And Services For The Effort. This Will Encompass Maintenance Project Management, Corrective Maintenance, And Preventive Maintenance. 3. Total Estimated Value And Period Of Performance The Total Estimated Contract Value Is $1,118,801.00, If The Base Year And All Four Option Years Are Exercised. 4. Authority Authority For Single Source Procurement Is Provided By The Faa Acquisition Management System Policy Section 3.2.2.4. This Policy Allows, When It Is In The Best Interest Of The Government, For Single Source Procurement. 5. Reasons For Single Source The Rcom Antenna Is A Major Part Of The Faaã¢Â‚¬Â„¢S Emergency Command And Control Communications System. In The Case Of Natural Disasters Or Human-Caused Service Disruptions, The Faa Must Maintain Communications Among Its Facilities. It Is Crucial That This Equipment Be Continually Maintained In Order To Provide A Secure Emergency Communications Network For Local Or National Emergencies. U.S. Tower Services, Ltd. Is The Only Known Company That Can Provide Both The Spare Parts And The Maintenance Services For These Antennas At This Time. U.S. Tower, Ltd. Developed And Produced The Rcom Antenna Equipment To Be Maintained Under The Current Contract. The Company Owns Spares, Therefore, The Spare Parts Would Not Convey To A Replacement Contractor. U.S. Tower, Ltd. Also Rebuilds The Rcom Rotators, Switches, And Various Components. A Market Survey Was Posted On Faa Contract Opportunities From July 18, 2016 Through August 15, 2016 Seeking Capability Statements From Interested Parties That Could Meet All Requirements Of The Statement Of Work. No Capable Vendors Responded To This Market Survey. 6. Questions A Competitive Solicitation Is Not Available For This Procurement. If An Interested Party Has Any Questions About This Award, Please Contact Robert C. Taylor Ii At [email protected] By 5:00 Pm Eastern Standard Time. If You'Re Viewing This Announcement From A Source Other Than Federal Aviation Administration Contract Opportunities (Faaco), Visit Https://Faaco.Faa.Gov/Index.Cfm/Announcement/View/25346 To View The Original Announcement.
Notice Type Special Notice
Last Updated On 22 Sep 2016
Agency Department Of Transportation
Setaside Code No Set-Aside Used
Location Unknown SPM4A507T2051
Proposed Procurement For Nsn 1620000049842 Pin,Trunnion: Line 0001 Qty 00100 Ui Ea Deliver To: Xu Def Dist Depot San Joaquin By: 22-Jul-07Approved Source Is 13002 2579039. The Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available. All Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. Quotes Must Be Submitted Electronically.
Notice Type Combined Synopsis/Solicitation
Last Updated On 14 Jan 2007
Agency Department Of Defense
Setaside Code No Set-Aside Used
Location Unknown SPE5EC14T0513
Proposed Procurement For Nsn 5306011685410 Bolt: Line 0001 Qty 215.0 Ui Ea Deliver To: W1Bg Dla Distribution By: 0462 Days Adothis Is A Source Controlled Drawing Item. Approved Sources Are 56878 Ss5032-12-74; 80539 Ss5032-12-74. The Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. The Items Furnished Must Meet The Requirements Of The Drawing Cited In The Solicitation. Digitized Drawings And Military Specifications And Standards May Be Retrieved, Or Ordered, Electronically. All Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. Quotes Must Be Submitted Electronically.
Notice Type Combined Synopsis/Solicitation
Last Updated On 10 May 2014
Agency Department Of Defense
Setaside Code No Set-Aside Used
Showing 1 - 20 of 7793354 past bids