Showing 1 - 20 of 7705840 past bids
Location Unknown W912HZ-09-T-0034
The Us Army Corps Of Engineers, Engineer Research And Development Center (Erdc), Environmental Laboratory Water Quality/Contaminant Model Branch, Intends To Negotiate On A Sole Source Basis (Iaw Far 13.501) With Executive Information Systems, Llc, 6901 Rockledge Dr., Ste 600, Bethesda, Md 20817-7836, (301)-581-4361 (W), Using Their Gsa Schedule Gs-35F-0170K, As The Only Responsible Source That Can Maintain The Existing Sas Software Licenses On An Annual Basis. Eis Has Proprietary Rights To The Software And Is The Only Vendor That Can Provide The Licenses Required For Continued Use Of The Statistical And Forecasting Analysis Of Environmental Laboratory Research.Based On The Above Information, The Only Technically Acceptable Software Licenses Are Those Provided By Executive Information Systems, Llc.This Acquisition Is Being Conducted Under Simplified Acquisition Procedures. There Are No Set-Aside Restrictions For This Requirement. The Intended Procurement Will Be Classified Under North American Industry Classification System (Naics) 423430 With A Small Business Size Standard Of 100 Employees. This Notice Of Intent Is Not A Request For Competitive Proposals And No Solicitation Document Exists For This Requirement. However, Parties Interested In Responding To This Notice Shall Submit Technical Data, Including Price, Sufficient To Determine Capability In Providing The Same Product. All Capability Statements Received By The Closing Date Of This Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete Based On 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. Capability Statements Shall Be Submitted Only By E-Mail As A Microsoft Office Word, Microsoft Office Excel, Or Adobe Pdf Attachment To Debra Walker-Sykes @ [email protected]. Statements Are Due By 1600 (4:00Pm) Central Standard Time 28 July 2009. No Phone Calls Will Be Accepted. Point Of ContactDebra Walker-Sykes, Contract Specialist, Phone 601-634-5249, Fax 601-634-4885, Email [email protected] Of PerformanceAddress: Usace/Erdc Gsl Impact & Explosion Effects 3909 Halls Ferry Road, Vicksburg, Ms Postal Code: 39180-6199Country: United States
Notice Type Special Notice
Last Updated On 22 Oct 2009
Agency Department Of Defense
Setaside Code No Set-Aside Used
Hill Air Force Base, Utah SPE4A720T4271
Proposed Procurement For Nsn 1560013841047 Support,Structural: Line 0001 Qty 12 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0616 Days Ado Line 0002 Qty 1 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0120 Days Ado 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 31 Jan 2020
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Location Unknown N6264916R0294
14 October 2016 Update: The Government Is Tentatively Planning An Industry Day For This Procurement In November 2016. Additional Details Will Be Forthcoming.
Notice Type Sources Sought
Last Updated On 01 Jun 2017
Agency Department Of Defense
Setaside Code No Set-Aside Used
Crane, Indiana N0016420Q0003
N00164-20-Q-0003 &Ndash Brand Name Or Equal To &Ndash Blast-It-All&Ndash Fsg 4940 - Naics 327910 Issue Date 15 Nov 2019 &Ndash Closing Date 18 Nov 2019 &Ndash 4:00 Pm Eastern Time This Solicitation Is Being Issued Pursuant To The Procedures At Far Part 13.&Nbsp Synopsis Exception Far 5.202(A)(13) Applies And Solicitation Number N00164-20-Q-0003 Is Hereby Issued As An Attachment Hereto.&Nbsp Competitve Procurement- The Proposed Contract Action Is For The Supplies Or Services For Which The Government Intends To Solicit And Negotiate With One Source, Under The Authority Of Far 13.106-1. All Responsible Sources May Submit A Capability Statement Which Shall Be Considered By The Agency. However, A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Solicitation 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. Naval Surface Warfare Center (Nswc) Crane Division Intends To Enter Into A Base Award, Firm Fixed Price (Ffp), Contract For The Following Item Description - Clin 0001 &Ndash&Nbsp Blast-It-All Aluminum Oxide/Dual Operator Blasting Cabinet P/N: 120X48M6-3 Inspection And Acceptance Is To Be At Destination With Deliver F.O.B. Destination: Nswc Crane, In 47522-5001. Please Reference Delivery Schedule In Rfq. The Anticipated Award Date Is November 28, 2019.&Nbsp Contractors Must Be Properly Registered In The System For Award Management (Sam). Offerors May Obtain Information On Sam Registration And Annual Confirmation Requirements By Calling 866-606-8220 Or Via The Internet At Https://Www.Sam.Gov. &Nbsp All Changes To The Requirement That Occur Prior To The Closing Date Will Be Posted To Beta.Sam.Gov.&Nbsp It Is The Responsibility Of Interested Vendors To Monitor The Beta.Sam.Gov Site For Amendments That May Be Issued To This Solicitation.&Nbsp For Changes Made After The Closing Date, Only Those Offerors That Provide A Quote Will Be Provided Any Changes/Amendments And Considered For Future Discussions And/Or Award. Offers Shall Be E-Mailed To [email protected] &NbspAll Required Information Must Be Received On Or Before 4:00Pm Eastern Time.
Notice Type Combined Synopsis/Solicitation
Last Updated On 03 Jan 2020
Agency Department Of Defense
Setaside Code No Set-Aside Used
Corpus Christi, Texas SPE4A717T2582
Proposed Procurement For Nsn 1560010965377 Fitting: Line 0001 Qty 34.00 Ui Ea Deliver To: Dla Distribution Corpus Christi Tx By: 0552 Days Adoline 0002 Qty 1.000 Ui Ea Deliver To: Dla Distribution Corpus Christi Tx By: 0060 Days Adoall 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 14 Dec 2016
Agency Department Of Defense
Setaside Code Service-Disabled Veteran-Owned Small Business (Sdvosb) Set-Aside (Far 19.14)
Hill Air Force Base, Utah SPE5E820Q0053
Proposed Procurement For Nsn 5310010419169 Nut,Plain,Hexagon: Line 0001 Qty 216.0 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0180 Days Adoline 0002 Qty 1.000 Ui Ea Deliver To: Dla Distribution Depot Hill By: 0090 Days Adoall 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 15 Jan 2020
Agency Department Of Defense
Setaside Code No Set-Aside Used
Kirtland Air Force Base, New Mexico F2K2AC0078A002
This Is A Combined Synopsis/Solicitation For Commercial Items Prepared In Accordance With The Format In Far 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. This Requirement Is Set-Aside For Small Business Only. The Naics Code For This Synopsis/Solicitation Is 541720, Size Standard $7.0M. Solicitation/Purchase Request Number F2K2Ac0078A002 Is Issued As A Request For Proposal (Rfp). This Document Incorporates Provisions And Clauses That Are In Effect Through Federal Acquisition Circular 2005-45 Effective 2 August 2010. The Government Intends To Award A Contract For Civil Engineering Cultural Resources At Kirtland Air Force Base, Nm. Please Reference Attachment For Statement Of Work. Clin 0001: Field Recordation The Following Provisions And Clauses Apply To This Procurement: Far 52.204-7, Central Contractor Registration; Far 52.204-10 Reporting Executive Compensation And First-Tier Subcontracting; Far 52.212-1, Instructions To Offerors-Commercial Items; Far 52.212-3, Offeror Representations And Certification-Commercial Items (All Offerors Shall Include A Completed Copy Of This Provision With Their Proposal); An Offeror Shall Complete Only Paragraphs (B) Of This Provision If The Offeror Has Completed The Annual Representations And Certificates Electronically At Http://Orca.Bpn.Gov. If An Offeror Has Not Completed The Annual Representations And Certifications Electronically At The Orca Website, The Offeror Shall Complete Only Paragraphs (C) Through (M) Of This Provision; Far 52.212-4, Contract Terms And Conditions-Commercial Items; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, [In Paragraphs (B) And (C) The Following Clauses Apply: 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33; 52.222-41] Far 52.217-9, Option To Extend The Term Of The Contract; Far 52.219-1, Small Business Program Representations; Far 52.219-1 Alt I; Far 52.222-50 Combating Trafficking In Persons; Far 52.237-1 Site Visit; Far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; Far 52.252-1 Solicitation Provisions Incorporated By Reference; Far 52.252-2, Clauses And Provisions Incorporated By Reference. Clauses And Provisions May Be Accessed In Full Text At Http://Farsite.Hill.Af.Mil/; Dfar 252.204-7004 Alt A, Central Contractor Registration; Dfar 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items [In Paragraphs (B) And (C) The Following Clauses Apply: 252.225-7001, 252.225-7002, 252.232-7003, 252-247-7023].. All Payments Are To Be Paid Via The Internet Through The Wide Area Work Flow (Wawf) System. Wawf May Be Accessed At Https://Wawf.Eb.Mil. Wawf Training May Be Accessed Online At Http://Www.Wawftraining.Com. Payment Information May Be Accessed Using The Dfas Website At Https://Www.Dfas.Mil. Your Purchase Order/Contract Number Of Invoice Will Be Required To Inquire Status Of Your Payment. All Quotes Are Due No Later Than Wednesday, 18 Aug 2010 At 12:00 Pm Mst (Mountain Standard Time). Quotes May Be E-Mailed (Preferred) To [email protected] Or Mailed To Afnwc/Pkoa, Attn: Rafaela Kovacs, 2000 Wyoming Blvd Se, Bldg. 20604, Room B-22, Kirtland Afb., Nm 87117, Or Faxed To (505) 846-8925 Attn: Rafaela Kovacs. Additional Information: Be Advised That All Interested Parties Must Be Registered In The Central Contractor Registration (Ccr) Database In Order To Receive An Award. If You Are Not Registered You May Request An Application At (888) 227-2423 Or Through The Ccr Website At Http://Www.Ccr.Gov. &Nbsp
Notice Type Combined Synopsis/Solicitation
Last Updated On 01 Oct 2010
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Location Unknown SPE8E517T2141
Proposed Procurement For Nsn 9515001533375 Plate,Metal: Line 0001 Qty 13.00 Ui Pm Deliver To: Norfolk Naval Shipyard Gf By: 0005 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 29 Mar 2017
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
Florida W911YN18VEHRADDET
Notice Type Sources Sought
Last Updated On 26 Sep 2018
Agency Department Of Defense
Setaside Code No Set-Aside Used
Location Unknown SPRDL1-18-Q-0455
Item: Handle, Gun Carrying&Nbsp&Nbsp&NbspNsn: 1005-01-539-3410&NbspP/N: 13027981&Nbsp&Nbsp Qty; 2,000&Nbsp&Nbsp&Nbsp&Nbsp This Is A Sole Source Urgent Buy To General Dynamics&Nbsp Cage: 05606
Notice Type Combined Synopsis/Solicitation
Last Updated On 26 Jul 2018
Agency Not Provided
Setaside Code No Set-Aside Used
Miami, Florida 14HQW0009C
The National Oceanic And Atmospheric Administration (Noaa) Currently Leases A Rectangular 3.38 Acre Parcel Of Improved Land And The Air Rights For The National Weather Service'S National Hurricane Center, A Weather Forecast Office (Wfo) And An Upper Air Inflation Building (Uaib) Located At 11691 Sw 17Th Street, Miami, Florida 33165. Noaa Plans To Negotiate A Succeeding Lease At This Location; The Lease Requirements Are The Same As Those In The Current Lease Including Direct Access To Public Roadways And Air Rights Associated With The Upper Air Inflation Building. Alternative Sites Offered Must Possess The Necessary Infrastructure To House The National Hurricane Center, The Weather Forecast Office, And An Upper Air Inflation Building. Alternative Locations Will Be Subject To A Financial Evaluation And Analysis Including The Government'S Estimated Move, Replication Costs, Site Preparation, Site Improvements/Buildings, And Noaa'S Programmatic Requirements. Alternative Sites Must Consider The Effects Of This Action In Accordance With The National Environmental Policy Act. The Delineated Area For This Requirement Is The Southwestern Area Of Miami-Dade County, Florida Bounded By: North: Dolphin Expressway East: Palmetto Expressway (Sr 826)South: Sw 40Th StreetWest: Florida Turnpike Extension (Sr 821) The Lease Term Will Be 20 Years, With Possible Termination Rights After The Fifteenth Year. Expressions Of Interest Must Be Submitted In Writing And Should Include: Site Name, Address; Total Square Footage Or Acreage Available; Date Of Availability; Rental Rate; Cad Site Plans Identifying The Area Offered; Proximity To Public Transportation; And Information On Site Ownership. (Note: The Government Is Limited As Cited In 41 C.F.R. &Sect 102-73.55 To Pay No More Than Prevailing Market Rates For Comparable Facilities.) All Interested Parties Should Respond To This Announcement No Later Than August 23, 2013. Please Include: Name Of Firm, Name Of Contact Person, Address, Phone And Fax Numbers And E-Mail Address. All Responses Shall Be Made To:Noaa Real Property Management DivisionSsmc Iv (5Th Floor)1305 East West HighwaySilver Spring, Md 20910Attn: Christian TownsendTelephone - 240-753-4387Email - [email protected]
Notice Type Solicitation
Last Updated On 07 Sep 2013
Agency Department Of Commerce
Setaside Code No Set-Aside Used
Patuxent River, Maryland 0276
The Naval Air Systems Command Intends To Award A Contract To Harris Corporation, Government Communications Systems Division (Harris) For Distributed Targeting System (Dts) Life Of Type Buy To Address Multiple Parts Obsolescence For All F/A-18 E/F And Ea-18G Aircraft From Frp 2 And Up. The Effort Includes The Procurement Of The Following Obsolete Parts: Molex:&NbspConnector 53729-0804 (Qty 185)Plx Technology: Pci-X Bridge Pci6540-Cb13B1 (Qty 555)Pericom Semi: Pll Clock Driver Sdram Pi6Cv855Le (Qty 1109) Harris Is The Sole Designer, Developer, And Manufacturer Of Dts Hardware; And As Such, Is The Only Known Source With The Knowledge, Experience, And Technical Expertise Required To Accomplish This Effort. Any Interested Party Must Have Preexisting Approved Facilities And Personnel Clearances Necessary To Meet The Above Requirements Within The Required Timeframe. The Government Does Not Intend To Pay Any Developmental Costs To Redesign And Qualify Any New Distributed Targeting System Parts.
Notice Type Solicitation
Last Updated On 21 Feb 2015
Agency Department Of Defense
Setaside Code No Set-Aside Used
Topeka, Kansas W912JC-08-T-5700
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. Simplified Acquisition Procedures Will Be Utilized. This Announcement Constitutes A Request For Quote W912Jc-08-T-5700. This Solicitation Is For The Purchase Of The Follow Ing Items: Item Number 1.00- Cisco Catalyst 3750 12 Sfp Standard Multilayer Image, Qty 4 Each Item Number 1.01-Cisco Stackwise 50Cm Stacking Cable, Qty 4 Each Item Number 1.02-Cisco Ac Power Cord, Us, Qty 4 Each Item Number 1.03-Smartnet 8X5Xnbd Cat 3750 12 Sfp Std Multilayer Image/, Qty 4 Each Item Number 2.00-Cisco Catalyst 3750 48 10/100/1000T Poe + 4 Sfp Standard Image, Qty 20 Each Item Number 2.01-Cisco Ac Power Cord, 16 Awg, Qty 20 Each Item Number 2.02-Smartnet 8X5Xnbd Cat 3750 48 10/100/1000T Poe +4 S, Qty 20 Each Item Number 3.00-Cisco Stackwise 1M Stacking Cable, Qty 10 Each Item Number 4.00-Cisco Stackwise 3M Stacking Cable, Qty 10 Each Item Number 5.00-Cisco Ge Sfp, Lc Connector Lx/Lh Transceiver, Qty 40 Each Additionally, The Quote Should Include A Trade In Credit For The Following Items:Item Number 6.00-Total Trade-In Credit For Items 6.01 Through 6.19 Item Number 6.01 - 24 Port 10Mb Switch With 2 100Basetx Ports; Enterprise Edition Upgradeable, Trade-In Qty 1 Each Item Number 6.02-Cisco 12 Port 10Baset Switch W/2 100Basetx Ports; Enterprise Edition Upgradeable, Trade-I N Qty 1 Each Item Number 6.03-Cisco Mc3810 Chassis With 100-220Vac Power Supply, Trade-In Qty 2 Each Item Number 6.04 -6 Dsp High Density Voice Compression Module, Trade-In Qty 1 Each Item Number 6.05 -2 Dsp High Den Sity Voice Compression Module, Trade-In Qty 1 Each Item Number 6.06-3810 Digital Voice Interface T1 Card, Trade-In Qty 2 Each Item Number 6.07-Catalyst 4000 Chassis (6 Slot)Suprvsr Ii (2) Ac Ps, Fans, Trade-In Qty 1 Each I Tem Number 6.08- Cisco Catalyst 4000 Inline Power 10/100, 48-Ports (Rj45), Trade-In Qty 5 Each Item Number 6.09-Catalyst 4603 Redundant Power Supply Unit For Ws-P4603, Trade-In Qty 1 Each Item Number 6.10-Cisco Access Serve R 2511 Ethernet/Dual S, Trade-In Qty 1 Each Item Number 6.11-Cisco 48 10/100 And 2 10/100/1000Base-T Uplimks, Standard Image, Trade-In Qty 1 Each Item Number 6.12-Catalyst 3508G Xl Enterprise Edition, Trade-In Qty 2 Each Item Number 6.13- Cisco Catalyst 2948G Switch 48 10/100Tx (Rj45)+ 2 1000X Gbic Slots, Trade-In Qty 1 Each Item Number 6.14-Cisco Catalyst 6000 1300 W Ac Power Supply, Trade-In Qty 2 Each Item Number 6.15-Cisco Catalyst 65 09 Spare Chassis (One Power Supply Required), Trade-In Qty 1 Each Item Number 6.16-Cisco Catalyst 6000 Supervisor Engine 1A, 2Ge, Plus Msfc And Pfc, Trade-In Qty 2 Each Item Number 6.17-Catalyst 6000 48 Port 10/100,Upgradeable To Voice, Enh Qos, Trade-In Qty 4 Each Item Number 6.18- 3Com: Superstack 3X00 /4X00 / 9000 Series Fixed Lan Switch Superstack Ii Switch 3900 36Port 10/100 Switch, Trade-In Qty 2 Each Item Number 6.19-3Com: Superstack 3X00 / 4X00/ 9000 Series Fixed Lan Switch  Superstack 3X00 24 Port 10/100 Switch Without Uplinks, Trade-In Qty 7 Each No Substitutions Will Be Accepted. Price Must Include Freight Charges To Fob Dest Topeka, Ks. In Order To Receive An Award Of This Contract , You Must Be Registered In The Central Contractor Registration Database At Www.Ccr.Gov. This Procurement Is Unrestricted. The Naics Code Is 334119. The Smal L Business Size Standard Is 1,000 Employees. The Clause At Far 52.212-4, Contract Terms And Conditions (Feb 2007) Applies To This Acquisition. The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Com Mercial Items (Feb 2008) Applies To This Acquisition. Under Paragraph B, The Following Clauses Are Incorporated: 52.203-6, Restrictions On Subcontractor Sales To The Government With Alternate I; 52.219-4, Notice Of Price Evaluation Preference For Hubzone S Mall Business Concerns; 52.219-8, Utilization Of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor  Cooperation With Authorities And Remedies; 52.222-39, Notification Of E Mployee Rights Concerning Payment Of Union Dues Or Fees; 52.222-50, Combating Trafficking In Persons; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era And Other Eligible Veterans; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans; 52.225-13, Restrictions On Certain Foreign Purchases; The Clause 52.232-33, Payment By Electronic Funds TransferCentral Contractor Registration Applies To This Solicitation. For Questions Please E-Mail [email protected]. Any Change In Specification Shall Be Authorized Only By The C Ontracting Officer And Will Be Issued By Written Addendum. Offers Are Due By 2 P.M., April 07, 2008. Either Mail To The Contracting Officer, Uspfo For Kansas, 2737 S. Kansas Ave., Topeka, Ks 66611-1170 Or Fax To (785) 274-1642 Attn.: Ms. Karen Robben; Or E-Mail To: [email protected].
Notice Type Combined Synopsis/Solicitation
Last Updated On 17 Mar 2009
Agency Department Of Defense
Setaside Code No Set-Aside Used
Richmond, Virginia SPE4A519T1420
Proposed Procurement For Nsn 4920016177440 Test Equipment,Heli: Line 0001 Qty Ui Ea Deliver To: Dla Distribution Richmond By: 0185 Days Adoapproved Sources Are 8V613 562100008-611; 8V613 7-562100008-609; 8V613 7-562100008-611. 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 21 Nov 2018
Agency Department Of Defense
Setaside Code No Set-Aside Used
Bureau, Illinois AMD-16-SS23
Introduction - Amd16-Ss23 High Intensity Broadband Light SourceThis Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Business Sources. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-Aside Is Possible. Nist Is Seeking Responses From All Responsible Sources, Including Large, Foreign, And Small Businesses. Small Businesses Are Defined Under The Associated Naics Code For This Effort, 334516, As Those Domestic Sources Having 1000 Employees Or Less. Please Include Your Company'S Size Classification And Socio-Economic Status In Any Response To This Notice. Note: This Notice Is Strictly For Obtaining Market Research. There Will Be No Question &Amp Answer Period Under This Sources Sought Notice. Background/Purpose The National Institute Of Standards And Technology (Nist) Seeks Information On Commercial Contractors That Are Capable Of Providing Complete Tools And Essential Subsystems For An High Intensity Broadband Light Source To Support Research In The Physical Measurement Laboratory. After Results Of This Market Research Are Obtained And Analyzed, And Specifications Developed, Nist May Conduct A Competitive Procurement And Subsequently Award A Purchase Order(S) For The Complete System And/Or For The Essential Sub-Systems. If At Least Two Qualified Small Businesses Are Identified During This Market Research Stage, Then Any Competitive Procurement That Resulted Would Be Conducted As A Small Business Set-Aside. Scope Nist Is Seeking Contractors Who Have The Capabilities To Provide A High Intensity Broadband Light Source Meeting Or Exceeding The Following Specifications: &Bull Electrodeless&Bull White Light Source Based On Xenon Plasma With A Spot Size Of &Lt 0.5 Mm Diameter&Bull High Brightness (Spectral Radiance Of ~30 Mw/Mm2.Sr.Nm) From 180 Nm To &Gt800 Nm&Bull &Lt 25 Kg Total Weight&Bull Bulb Life Greater Than &Gt5,000 Hours&Bull 0.5 Na Divergent Beam For Free-Space Collection And Fiber Coupling Response Information In Order For A Contractor To Clearly Convey Their Capability To Fulfill The Above-Identified Need, They Must Submit The Following Information. It Is Preferred That Capability Statements Address Each Of The Components In The Order In Which They Are Listed Below. Please Provide Information Regarding The Following: 1. Companies That Manufacture Or Can Provide A High Intensity Broadband Light Source With The Desired Capabilities Must Submit A Detailed Capability Statement, Addressing All Of The Specifications Discussed Above, In An Organized Format (Preferably In The Same Order As Listed Above) That Allows For A Direct Correlation To The Requested Information. 2. Indication Of Number Of Days, After Receipt Of Order That Is Typical For Delivery Of Such Systems. 3. Any Other Relevant Information That Is Not Listed Above Which The Government Should Consider In Developing Its Minimum Specifications And Finalizing Its Market Research. 4. The Contractor Must Describe The Length Of Its Warranty And What Is Included In The Warranty. The Contractor Needs To Describe If They Offer An Extended Warranty Option And What It Includes. 5. The Contractor Needs To Specifically Describe Its Maintenance And Support Strategy And Warranty Terms For Any Components Or Sub-Systems, Including Those That Are Manufactured By A Third-Party Contractor. If Maintenance Or Support Is Needed, The Contractor Needs To Discuss If Various Parts Of The System Will Need To Be Shipped Out Or If A Technician Will Travel To Nist. 6. The Contractor Shall Indicate How Long It Would Take To Manufacture The Light Source Based On The Specifications Identified In This Sources Sought Notice As Well As Indicate Time Frames For Delivery. Each Response Shall Include The Following Business Information: 1. Name Of The Company That Manufactures The System Components For Which Specifications Are Provided 2. Name Of Company(Ies) That Are Authorized To Sell The System Components, Their Addresses, And A Point Of Contact For The Company (Name, Phone Number, Fax Number And Email Address). 3. Name, Title, Telephone Number, And E-Mail Addresses Of Individuals Who Can Verify The Demonstrated Capabilities Identified In The Responses. 4. Business Size For Naics 334516 (1000 Employees) And Status, If Qualified As An 8(A) Firm (Must Be Certified By Sba), Small Disadvantaged Business (Must Be Certified By Sba), Woman-Owned Small Business, Hubzone Firm (Must Be Certified By Sba), And/Or Service-Disabled Veteran-Owned Small Business (Must Be Listed In The Vetbiz Contractor Information Pages). 5. Duns Number, Cage Code, Tax Identification Number, And Company Structure (Corporation, Llc, Partnership, Joint Venture, Etc.). Companies Also Must Be Registered In The Central Contractor Registry (Ccr, At Www.Ccr.Gov) To Be Considered As Potential Sources.6. Identification Of The Firm'S Gsa Schedule Contract(S) By Schedule Number And Contract Number And Sins That Are Applicable To This Potential Requirement Are Also Requested. Submission Information Responses Must Be Submitted No Later Than May 16, 2016 At 11:00Am, Est. Capability Statements Will Not Be Returned And Will Not Be Accepted After The Due Date. General Information As Previously Stated, The Government Will Not Entertain Questions Regarding This Market Research; However, General Questions May Be Forwarded To The Following: Contracts Specialist: Lynda RoarkEmail Address: [email protected]: 301-975-3725 Contracting Officer: Patrick StainesEmail Address: [email protected] "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 Federal Business Opportunities. 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)."
Notice Type Sources Sought
Last Updated On 31 May 2016
Agency Department Of Commerce
Setaside Code No Set-Aside Used
Kittery, Maine N0010418QFF41
Nsn 3H-4820-014602995-L1, Tdp Ver 003, Qty 4 Ea, Deliver To N50286, Portsmouth Naval Shipyard L1Ss, Kittery, Me 03904. This Is A Level 1 Item Which Will Be Acquired From Approved Sources Only. Contracts Will Be Awarded To Offerors Whose Inspection System Conforms To Mil-I-45208A Or Equivalent As Cerified By A Joint Dcma/Navsup Wss Survey Team. Information About The Mil-I-45208A Requirement May Be Obtained From Navsup Weapon Systems Support, Code N97122, P.O. Box 2020, Mechanicsburg Pa 17055-0788. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (See Far Clause 52.219-6, Notice Of Total Small Business Set-Aside). The Specific Type Of Set-Aside Will Be Addressed In The Solicitation Through Inclusion Of One Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-Aside Or Sole Source Award Far 52.219-27 Notice Of Service-Disabled Veteran-Owned Small Business Set-Aside Far 52.219-29 Notice Of Set-Aside For Economically Disadvantaged Women-Owned Small Business Concerns Far 52.219-30 Notice Of Set-Aside For Women-Owned Small Business Concerns Eligible Under The Women-Owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University And Minority Institution Set-Aside Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government'S Requirement With A Commercial Item Within 15 Days Of This Notice.
Notice Type Solicitation
Last Updated On 29 May 2018
Agency Department Of Defense
Setaside Code Total Small Business (Sba) Set-Aside (Far 19.5)
New York TBD
Notice To Bidders And Newspaper Advertisement The State University Of New York At Geneseo Will Receive Sealed Bids For Project Number 061066 Titled Repair Masonry Chimney – Heating Plant Until 2:00 P.M. Local Time On February 15, 2022 At Schrader Hall, Room 102, Where Such Proposals Will Be Publicly Opened And Read Aloud. All Work On This Contract Is To Be Completed Within 120 Calendar Days After The Date Of The Notice To Proceed. Bidding And Contract Documents May Be Examined Free Of Charge At The Campus At Schrader Hall, Room 102 And At The Following Locations: Dataflow Attn: Mcgraw Hill Construction/Dodge 320 Goodman St. N Suite 200 Rochester, Ny 14607 Southern Tier Builders Association, Inc. 65 East Main Street Falconer, New York 14733 Syracuse Builders Exchange 6563 Ridlings Road Syracuse, New York 13206 Complete Sets Of Bidding Document Drawings And Specifications May Be Viewed And Purchase Through Rotolite Elliott Corporation, One Grove Street-Suite 123, Pittsford, Ny 14534, Or Ordered By Phone At 585-385-2190. Owner Can Assume No Responsibility For Errors, Omissions, Or Other Misinformation Obtained Via Other Bid Document Distribution Resources. Section 143 Of State Finance Law Requires Payment Of A Deposit To Receive These Documents. Accordingly, A Deposit Check In The Amount Of $45.00, Made Payable To Suny Geneseo Is Required. Deposits Of $50.00 Or Less Are Non-Refundable. A Pre-Bid Meeting & Walk-Through Is Scheduled For February 4, 2022 At 10:00 Am At Suny Geneseo, Schrader Hall, Room 102. No Individual Or Additional Walk-Throughs Will Be Performed Under The Pre-Bid Time Period. Bids Must Be Submitted In Duplicate In Accordance With The Instructions Contained In The Information For Bidders. Security Will Be Required For Each Bid In An Amount Not Less Than Five (5) Percent Of The Total Bid. It Is The Policy Of The State Of New York And The State University Of New York To Encourage Minority Business Enterprise Participation In This Project By Contractors, Subcontractors And Suppliers, And All Bidders Are Expected To Cooperate In Implementing This Policy. The State University Of New York Reserves The Right To Reject Any Or All Bids. Service-Disabled Veteran-Owned Set Aside: No Minority Owned Sub-Contracting Goal: 15% Women Owned Sub-Contracting Goal: 15% Service-Disabled Veteran-Owned Business Contracting Goal: 6% Due Date:02/15/2022 2:00 Pm Contract Term: 120 Calendar Days County(Ies): Livingston Location: Suny Geneseo, 1 College Circle, Geneseo, Ny 14454
Notice Type No Notice Type Used
Last Updated On 20 Jan 2022
Agency State University Of New York (Suny)
Setaside Code No Set-Aside Used
Location Unknown SPM7M407T3342
Proposed Procurement For Nsn 4710012326004 Tubeassembly,Metal: Line 0001 Qty 00004 Ui Ea Deliver To: Xu Def Dist Depot San Joaquin By: 04-Nov-07-07Approved Sources Are 07482 1296M75G02; 21890 1296M75G02; 3Blq5 1296M75G02; 96593 1296M75G02. 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 Mar 2007
Agency Department Of Defense
Setaside Code No Set-Aside Used
Richmond, Virginia SPE4A520T5000
Proposed Procurement For Nsn 5330014145514 Sleeve,Seal,Coupler: Line 0001 Qty 6.000 Ui Ea Deliver To: W1A8 Dla Distribution By: 0482 Days Adoapproved Source Is 97499 412-040-121-115. 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 21 Feb 2020
Agency Department Of Defense
Setaside Code No Set-Aside Used
San Joaquin, California SPE4A717T1847
Proposed Procurement For Nsn 1680009699817 Fitting Assembly,Ho: Line 0001 Qty 75.00 Ui Ea Deliver To: W1A8 Dla Dist San Joaquin By: 0511 Days Adoapproved Source Is 72429 149C5007-1. 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 May Be Submitted Electronically.
Notice Type Combined Synopsis/Solicitation
Last Updated On 02 Dec 2016
Agency Department Of Defense
Setaside Code No Set-Aside Used
Showing 1 - 20 of 7705840 past bids