R--Amended Pre-solicitation Notice-Reg 2-PR
ID: SSA-RFP-R02-16-1001Type: Presolicitation
Overview

Buyer

SOCIAL SECURITY ADMINISTRATIONSOCIAL SECURITY ADMINISTRATIONSSA OFC OF ACQUISITION GRANTSBALTIMORE, MD, 21235, USA

PSC

SUPPORT SVCS (PROF, ADMIN, MGMT) (R)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2016, 5:41 PM UTC
  2. 2
    Updated Mar 23, 2016, 2:57 PM UTC
  3. 3
    Due Not available
Description

Presolicitation Notice for VHR-Reg 2-Puerto Rico: The SOCIAL SECURITY ADMINISTRATION is seeking to procure New Blanket Purchase Agreements (BPAs) for (28) Region II ODAR Verbatim Hearing Recordings (VHRs). These VHRs will be used for various locations including Aguadilla FO (COV room), Ponce HO, Mayaguez HO, Belmont (PRS), Little Valley (PRS), Rochester HO, Brooklyn HO, Albany HO, Queens HO, Ogdensburg FO (COV room), Central Islip HO, Poughkeepsie HO (COV room), and Newark HO. The purpose of these VHRs is to support the administration's operations and record verbatim hearing proceedings. This procurement is set aside for Total Small Businesses.

Point(s) of Contact
SEIDLE, LINDA
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
R--AmendedPre-Solicitation Notice-Reg 2 NY& NJ
Buyer not available
Presolicitation Notice for Reg 2 VHR/NY& NJ: The SOCIAL SECURITY ADMINISTRATION is seeking to procure new Blanket Purchase Agreements (BPAs) for (8) Region II ODAR Verbatim Hearing Recordings (VHRs). These VHRs will be used by the Syracuse Hearing office, Utica PRS, Binghamton PRS, and Watertown (COV).
BPA, LRD COURT REPORTING SERVICES
Buyer not available
The U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for court reporting and transcription services. The BPA aims to secure verbatim transcripts of meetings, conferences, depositions, and administrative hearings, ensuring accurate and confidential legal records are maintained. This procurement is critical for documenting proceedings accurately and securely, with the government planning to award up to six contracts, each with a maximum value of $250,000, and an overall capacity of $5 million through May 2030. Interested parties must submit questions and offers by May 1, 2025, and should contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or 615-736-5643 for further information.
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Repair Exterior Doors, Windows & Frames- MDC Guaynabo, PR
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract aimed at repairing exterior doors, windows, and frames at the Metropolitan Detention Center (MDC) in Guaynabo, Puerto Rico. This project involves the removal of existing doors and the installation of new exterior doors and frames, along with specific hardware, as detailed in the forthcoming solicitation documents. The estimated project value is between $250,000 and $500,000, and it is designated as a 100 percent small business set-aside, requiring interested contractors to be registered in the System for Award Management (SAM) and meet the small business size standard of $19 million for the applicable NAICS code 238390. The solicitation is expected to be available around April 22, 2025, and interested parties should monitor SAM.gov for updates and further information.
Z2DA--Renovate Second Floor Mental Health Outpatient Clinic and Chapel
Buyer not available
The Department of Veterans Affairs is seeking construction services for the renovation of the Second Floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project aims to enhance both the aesthetic and functional aspects of the chapel and outpatient waiting area, with a construction budget estimated between $2,000,000 and $5,000,000. This renovation is crucial for improving the facilities that support mental health services for veterans, ensuring a conducive environment for care. Interested contractors must be registered with the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) prior to the anticipated solicitation release around April 8, 2025. For further inquiries, contractors can contact Ray Santana at ray.santana@va.gov or call 939-339-1110.
Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
Buyer not available
The General Services Administration (GSA) is soliciting proposals for roof repairs at the Almeric L. Christian Federal Building and U.S. Courthouse located in Christiansted, St. Croix, U.S. Virgin Islands. The project involves the removal of existing roofing systems, installation of new fire-retardant plywood and insulation, and the provision of a durable metal roofing system designed to withstand hurricane conditions, with an estimated construction cost between $1 million and $5 million. This procurement is significant for maintaining federal infrastructure and is set aside for small businesses, emphasizing the GSA's commitment to engaging local contractors and enhancing community resources. Proposals are due by April 14, 2025, and interested parties can contact Olga Rodriguez at olga.rodriguez@gsa.gov or 646-285-8179 for further information.
MEDICAL DICTATION & TRANSCRIPTION SERVICE | SOURCES SOUGHT | Need Date 05/01/2025 | Medical Dictation & Transcription Services | Base Year Plus Four Option Years
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide medical dictation and transcription services for the Southern Arizona VA Health Care System in Tucson, Arizona. The contract will encompass a base year plus four option years, requiring the contractor to deliver digital dictation and transcription services while ensuring compliance with federal regulations, including HIPAA and VA standards. These services are critical for maintaining accurate medical records and require a high level of expertise in medical terminology, with performance metrics emphasizing a 98% accuracy rate and strict turnaround times for various report types. Interested parties must submit their responses by April 8, 2025, to Maria C. Asher at maria.asher@va.gov, and must be registered in the System for Award Management (SAM) and certified with the U.S. Small Business Administration Veteran Small Business Certification (VetCert).
143d AW Court Reporter Services
Buyer not available
The Department of Defense, specifically the Rhode Island Air National Guard, is conducting market research for a potential procurement titled "143d AW Court Reporter Services." The objective is to identify qualified vendors capable of providing skilled court reporting, stenographic record capture, and transcription services, ideally located near Quonset Air National Guard Base for on-demand support within 48 hours. This initiative is crucial for ensuring timely and accurate documentation of military proceedings, with a required turnaround time for transcriptions of 10 business days. Interested parties must submit their capabilities and socioeconomic status by 1700 EST on October 17, 2024, via email to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil, as this notice serves solely for market research and not as a solicitation.
7220--Flooring Materials for the renovation at the New York Harbor VA Medical Center.
Buyer not available
The Department of Veterans Affairs is soliciting bids for flooring materials needed for the renovation of the New York Harbor VA Medical Center, specifically for the replacement of flooring on the 3rd floor, West wing of the Manhattan Medical Center. The procurement includes carpet tiles, glue, wall bases, and floor tiles, with a requirement for delivery by May 1, 2025, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative underscores the VA's commitment to supporting veteran-owned enterprises within federal contracting. Interested contractors must submit their proposals, including a Buy American Certificate and a Certificate of Compliance for Limitations on Subcontracting, by April 8, 2025, at 4:00 PM ET, with evaluations based on technical capability, past performance, and price to determine the best value for the government. For further inquiries, contact Jonatan Rondon at Jonatan.rondon@va.gov.
Base Borinquen Grounds Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for Grounds Maintenance Services at Base Borinquen in Aguadilla, Puerto Rico. The contract requires the contractor to maintain the grounds, ensuring a clean and professional appearance to support the base's mission, which includes search and rescue operations. Key responsibilities include landscaping, grass cutting, weed control, tree trimming, and debris disposal, all in compliance with federal and local regulations and environmental safety standards. Interested parties should attend a site visit on April 3, 2025, at 10 AM and submit proposals to Miguel A. Cruz-Rivera by April 8, 2025, at 12 PM ET. For further inquiries, contact Hector D. Laguer Garcia at hector.a.laguer@uscg.mil or 787-629-9556.