Hvac Tender Results
DEPT OF THE ARMY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Description: The U.s. Army Corps Of Engineers (usace) Louisville District Intends To Issue A Invitation For Bid (ifb) W912qr20b0021 For Hpw Bldg. 441 Located At Wright-patterson Air Force Base (wpafb), Ohio. This Project Is For The Replacement Of The Hvac Systems, Fire Protection, And Selective Replacement Of Plumbing, And Waste Lines Of Approximately 55,418 Sf To Include The 1,200 Sf Of The Addition Or Greater For Bldg. 441 At Wpafb, Dayton, Oh. The Project Also Includes The Repair/replace Electrical Secondary Distribution Panels And Switch Gear. Repair Deteriorated Exterior Stairs, Sidewalks, And Walls. Repair Service Elevator. Work Includes Patching Exterior Brick, Sealing Gutters, And Replacing Windows To Correct Failed Seals And Prevent Air And Water Intrusion. Repair Non Code Compliant Facility Fire Alarm Detection And Notification System. Install New Data And Voice Systems Throughout The Building. Repair Non Code Compliant Fire Rated Doors. Replace Existing Sprinkler Protection Including The Risers To Bring Facility Into Current Code Compliance. Demolish And Reconstruct Entryway To Include Americans With Disability Act (ada) Compliant Door Access. Repair First Floor Restrooms Near Auditorium For Compliance With Ada. Reconstruct Additional Basement, First, And Second Floor Restrooms; Replace Restroom Partitions, Ceramic Tile Finishes, Fixtures, Fittings, Walls, Ceilings, Lighting, Specialties Such As Stall And Urinal Partitions, Towel Dispensers, Etc., And Make Ada Compliant. Reconfigure Lobby To Provide For A Facility Security Workstation And Replace Main Entryway Finishes. Demolish And Reconstruct Stairwell Landings And Exits To Allow Proper Facility Fire Egress. Repurpose Portion Of The Second Floor From Private Offices To A Mix Of Private Offices And Open Office Space. Work Includes Interior Partitions, Ceiling, Floor, Code Compliance, Insulation, Door Frames And Hardware, Doors, Interior Ceiling, Wall, And Floor Finishes.
type Of Contract And Naics: This Ifb Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 – Commercial And Institutional Building Construction.
type Of Set-aside: This Acquisition Will Be Advertised As 100% Small Business.
selection Process: This Is A Sealed Bid Procurement Operating Under Far Part 14. The Bids Will Be Evaluated Based On The Lowest Price Submitted.
construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $10,000,000 And $25,000,000 In Accordance With Far 36.204.
anticipated Solicitation Release Date: The Government Anticipates Releasing The Solicitation On Or About 23 July 2020. details Regarding The Optional Site Visit Will Be Included In The Solicitation. Actual Dates And Times Will Be Identified In The Solicitation. Additional Details Can Be Found In The Solicitation When It Is Posted To Http://beta.sam.gov. Please Be Sure To Send Responses To The Individual Listed In The Solicitation And Be Aware Of The Date For Submission If You Wish To Attend The Site Visit.
solicitation Website: The Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contracting Opportunities Website, Http:/beta.sam.gov. paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. to Download The Solicitation For This Project, Contractors Are Required To Register At The Contracting Opportunities Website At Http://beta.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation.
registrations:
offerors Shall Have And Shall Maintain An Active Registration In The Following Database:
system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http:/beta.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror.
point-of-contact: The Point-of-contact For This Procurement Is Miriaha Sigmon, Contract Specialist, At Miriaha.d.sigmon@usace.army.mil
this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required.
Contract Date4 Dec 2020
Contract AmountUSD 9 Million
DEPT OF THE ARMY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Maintenance And Repair Of Real Property And Minor Construction For A fort Sill Multiple Award Task Order Contract (matoc) Indefinite-delivery-indefinite-quantity Contract. work May Consist Of Multiple Disciplines In General Construction Categories For Execution Of A Broad Range Of Construction Affecting Real Property At Fort Sill. Construction Include, Demolition, Repair, And Alteration Of Building, Hvac, Civil, Structural, Mechanical, Painting, Roofing And Paving And Incidental Related Work.
amendment 0001- the Purpose Of This Amendment Is To Extend The Due Date Of Bid And The Bid Opening To April 12, 2023 At 1:00 P.m. Cst. This W Ill Allow The Government More Time To Answ Er Industry Questions. Per Industry Request, A Second Optional Site Visit W Ill Be Held On Wednesday, March 22, 2023 At 9:00 A.m. Cst. Participants W Ishing To Attend W Ill Meet At Building 4702, North Entrance. Attachment 11 Has Been Added For Industry Sign-in Sheet For Site Visit Held March 8, 2023, Redacted In Accordance W Ith (iaw) Army Regulation (ar) 340-21 And Federal Acquisition Regulation (far) Part 24, And Army Federal Acquisition Regulation Supplement (afars) Subpart 5124.1. Please See The Summary Of Changes For More Details. All Other Terms And Conditions Remain The Same.
amendment 0002- the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 12. Additional Industry Questions Are Still Being Reviewed And Will Be Provided In A Forthcoming Amendment. See Summary Of Changes For Details Based On The Answers Provided. All Changes Are Annotated In Red Font. Section B-. Contract Line-item Numbers (clins) 0001 Through 4001 Have Been Updated To Provide Clarification For Seed Project Bidding Purposes. Federal Acquisition Regulation (far) Clauses 52.219-14 And 52.211-10 Have Been Updated, And Far 52.222-30 Has Been Incorporated Into This Solicitation. The Required Response Date/time Remains 12 April 2023 01:00 Pm.
amendment 0003 - the Purpose Of This Amendment Is To Provide Answers To Industry Questions At Attachment 13. Reference Block 13 Of Sf1442, The Due Date Of Bid And The Bid Opening Has Been Extended From April 12, 2023, At 1:00 P.m. Cst To April 24, 2023 At 1:00 P.m. Cst. See Summary Of Changes For More Details. All Other Terms And Conditions Remain The Same. Attachment 2 - Specification 01 00 00 General Requirements, Paragraph 1.4.a.a - Has Been Updated To Reflectct That No Design Will Be Required Under This Contract. Attachment 8 - Specification 01 10 00 Summary Of Work - Noted Changes Are In Red Font. Specifications 02 82 11 Asbestos, 06 20 00 Finish Carpentry, 26 00 00 Electrical, 26 00 01 Fort Sill Electrical Requirements, And 28 31 76 Interior Fire Alarm And Mass Notification System Have Been Incorporated. Attachment 14 - As Builts, Attachment 15 - Asbestos Inspection Report, Attachment 16 - Ft. Sill Air Cooled Chiller Options R07, And Attachment 17 Ft. Sill Mechanical Design Guide R03 Have Been Added.
amendment 0004 - The Purpose Of This Amendment Is To Provide Answers To Industry Questions At Attachment 18. Reference Block 13 Of The Sf1442, The Due Date Of Bid And Bid Opening Has Been Extended From April 24, 2023 At 1:00 P.m. Cst To April 28, 2023 At 1:00 P.m. Cst. See Summary Of Changes For More Details. All Other Terms And Conditions Remain The Same.
amendment 0005 - the Purpose Of This Amendment Is To Provide Answer To Industry Question In Attachment 19. All Changes Are Annotated In Red Font. See Summary Of Changes For Details. Due Date For Bid And Bid Opening Remains The Same As 28 April 2023 1:00 Pm Cst. All Other Terms And Conditions Remain The Same.
amendment 0006 - the Purpose Of This Amendment Is To Update Section 01 45 00, Quality Control For Minor Construction In Attachment 2 - Fort Sill Matoc Base Specifications. Due Date For Bid Opening Remains The Same As 28 April 2023 1:00 Pm Cst. See Summary Of Changes For More Details. All Other Terms And Conditions Remain The Same.
Contract Date31 May 2023
Contract AmountUSD 4.87
DEFENSE INFORMATION SYSTEMS AGENCY DISA USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Notice Of Intent To Sole Source
the Defense Information Systems Agency/defense Information Technology Contracting Organization Intends To Negotiate A Sole Source Contract With Centurion Consulting Llc. A Sole Source Justification & Approval Document Is Being Coordinated And, Upon Approval, A Copy Of It Will Be Posted Here On Sam.gov To Comply With The Public Display Requirements Of Far 6.305.
the Proposed Contract Action Is For The Acquisition Of One New Modular Scif Installed In A Residence In The Ncr. The Scif Must Meet Or Exceed Intelligence Community Directive (icd) 705 Standards, Sound Transmission Class (stc) 56 Rating, And Transient Electromagnetic Pulse Emanation Standards (tempest), And Utilize Fiberglass Reinforced Panels (frp). In Addition, The Intrusion Detection System (ids) For The Scif Must Follow Underwriters Laboratories (ul) 2050 Standards. Cooling, Electrical, And Monitoring Service Activation And Sustainment Are Also Included As Part Of The Statement Of Work. Furthermore, The Requirement Includes Disassembly, Transportation, Storage And/or Reassembly Options For One Of The Currently Deployed Scifs In The National Capitol Region. Currently There Are 4 Installed Residential Scifs And One At A Military Base. At This Time, The Contractor Centurion Consulting Llc Is The Only Source Capable Of Providing All Necessary Products And Services.
the Basis Of The Determination Is It Is Imperative That The New Scif Being Acquired Have Compatible And Interchangeable Components, Physical Connections, And Monitoring Services For Quick And Dependable Redeployments, Reconfigurations, And Rapid Reaccreditations. The Government Has Reviewed Alternative Systems And Sought Out Alternative Vendors, However, Centurion Consulting Llc Is The Only Vendor To Guarantee Compatible Frp Components And Associated Interlocking Connections, Which Will Be Compatible With The Existing Systems. There Are Currently Five Centurion Consulting Llc Modular Scifs Deployed And Active In Numerous Locations Throughout The Region. Finally, This Requirement Incorporates Optional Work For The Disassembly, Transportation, Storage, And Reassembly Of The Five Deployed Scifs. Centurion Consulting Llc, As The Initial Installation And Accreditation Provider, Is The Only Company With The Expertise To Accomplish These Tasks Without Damaging The Components, Hardware, And Physical Connections.
the Statutory Authority For Other Than Full And Open Competition Is 41 Usc 1901 (e) (2), As Implemented By Far 13.501(a). Companies Who Believe They Can Provide This Product And Service Must Indicate Their Interest In Writing Within 7 Days Of This Notification And Include A Detailed Capability Statement. No Reimbursement For Any Cost Connected With Providing Capability Information Will Be Provided. All Responsible Sources Will Be Considered In Evaluating The Determination To Issue A Sole-source Contract. Quotations Or Proposals Received In Response To This Notice Cannot Be Accepted Since This Synopsis Cannot Be Considered A Request For Quote Or A Request For Proposal. A Solicitation Will Not Be Posted To Sam.gov Due To The Sole Source Nature Of The Requirement. Please Contact The Primary Point Of Contact, Ms. Karoline Schmal, For Information On How To Obtain A Copy Of The Solicitation. All Responsible Sources May Submit A Capability Statement Or Quotation Which Shall Be Considered By Disa.
the North American Classification System (naics) Code 332311 – Metal Building And Component Manufacturing Will Be Used For Determining Company Size Status.
contract/program Background:
contract Number: Hc1047-22-c-0006
contract Type: Ffp
incumbent And Their Size And Cage: 8slw7
method Of Previous Acquisition: Competitive Small Business Set Aside Via Gpe
delivery Date: June 6, 2023
contract Number: Hc1047-22-p0003
contract Type: Ffp
incumbent And Their Size And Cage: 8slw7
method Of Previous Acquisition: Sole Source
delivery Date: January 23, 2023
special Requirements:
minimum Government Requirements.
the Scif Must Meet Or Exceed Icd 705 Standards.
scif Walls Must Meet Or Exceed Stc 56 Rating.
must Meet Or Exceed Tempest Standards.
panels Shall Be Frp 4’ Wide, Steel Exterior Shell, And Steel Reinforced.
the Scif Requires Ids With Keypad Entry, Encrypted Alarm Panel, And Motion detector.
exterior Door And Frame Shall Be Stc 52 Minimum Rated To Match The Exterior walls. The Stc 52 Overly Secure Door Shall Require Lkm10k Hardware And X-10 Spin Dial Into The Secure Space.
ensure The Modular Scif Is Within Full Compliance Of The Latest Edition Of Icd 705.
entire Unit Shall Be Tempest Shielded.
comply With Ul 2050 Standards.
the Scif Requires A Hvac Split System With At Least 12,000 Btu.
establish And Set Up Sustained Monitoring Service Via Megacenter.
the Government Requires New Modular Scif Components To Be Compatible And interchangeable With Its Currently Deployed Suite Of Five Modular Scifs.
primary Point Of Contact: Karoline.k.schmal.civ@mail.mil
secondary Point Of Contract: Robin.n.schuster.civ@mail.mil
Contract Date13 Apr 2023
Contract AmountUSD 326.2 K
The National Investment Company - Romania Tender Result
Result Stage: Awarded (AOC Available)
Romania
Proiectare, asistenta tehnica din partea proiectantului, fazele: Proiectare, asistenta tehnica din partea proiectantului, fazele: Proiectul pentru autorizarea executării lucrărilor de construire (P.A.C.), inclusiv întocmirea documentaţiei pentru obţinerea avizelor necesare emiterii Autorizaţie de Construire;Proiect Tehnic de Executie (PT+CS+DE) verificat, potrivit prevederilor legale, pentru cerintele de calitate,de specialist atestati de Ministerul Culturii si Ministerul Dezvoltarii,Lucrarilor Publice si Locuintelor in conditiile legii;Proiect pentru autorizarea executării organizării lucrărilor (P.O.E.); Asistență tehnică pe perioada de execuție a lucrărilor (inclusiv fazele determinante și eventuale modificări ale proiectului); Asigurarea de raspundere profesionala a proiectantului;Întocmire raport la terminarea execuţiei lucrărilor permanente; Programul de urmărire a comportării lucrării in timp;Elaborare certificat energetic anexa la procesul verbal de receptive la terminarea lucrarilor;Proiect „as-built” si Executia de lucrari pentru obiectivul de investitii „Restaurarea ansamblului fostei manastiri a Ursulinelor, azi Liceul Ady Endre (cod LMIBH-II-a-B-01061)- Str,Moscovei nr.1-3, Str.Republicii nr.6, Municipiul Oradea,judetul Bihor” si Executia de lucrari pentru obiectivul de investitii „Restaurarea ansamblului fostei manastiri a Ursulinelor, azi Liceul Ady Endre (cod LMIBH-II-a-B-01061)- Str,Moscovei nr.1-3, Str.Republicii nr.6, Municipiul Oradea,judetul Bihor” Nota: Ansamblul fostei manastiri a Ursulinelordin Oradea este obiectiv de patrimoniu aflat pe Lista monumentelor istorice LMI 2015, Anexa la Ordinul ministrului Culturii nr.2828/2015, avand cod BH-II-m-B-01061(poz.217 din judetul Bihor). Valoarea estimata este de 41.173.315,08 lei, fara TVA, si este compusa din: Cap.1 Cheltuieli pentru obtinerea si amenajarea terenului – 3.063.626,90 lei, din care: Subcap.1.2.Amenajarea terenului-2.712.236,51 lei; Subcap.1.3.Amenajari pentru protectia mediului si aducerea terenului la starea initiala-351.390,39 lei. Cap.3.5.PROIECTARE - 985.549 lei, din care: Subcap.3.5.4. Documentatiile tehnice necesare in vederea obtinerii avizelor/acorduriulor/autorizatiilor-59.151 lei; Subcap.3.5.5. Verificarea tehnica de calitate a proiectului tehnic si a detaliilor de executie-15.000 lei; Subcap.3.5.6.Proiect tehnic si detalii de executie-911.398 lei. Cap.3.8 AISTENTA TEHNICA - 131.000, din care: Subcap.3.8.1. Asistenta tehnica din partea proiectantului 131.000 Subcap.3.8.1.1. pe perioada de executie a lucrarilor -130.000 lei; Subcap.3.8.1.2- pentru participarea proiectantului in fazele in cluse in programul de control al lucrarilor de executie, avizat de catre Inspectoratul de Stat in Constructii- 1000 lei; Cap.4 Cheltuieli pentru investitia de baza – 36.626.888,29 lei, din care: Subcap.4.1.Constructii si instalatii-35.398.667 lei; Subcap.4.1.1.Arhitectura-24.511.467,48 lei; Subcap.4.1.2.Rezistenta-5.067.396,68 lei; Subcap.4.1.3.Instalatii electrice si BMS-4.266.826,88 lei; Subcap.4.1.4.Instalatii HVAC,Hidranti-1.552.975,96 lei; Subcap.4.2.Montaj utilaje,echipamente tehnologice si functionale-27.711,29 lei; Subcap.4.3.Utilaje,echipamente tehnologice si functionale care necesita montaj-843.150 lei; Subcap.4.5.Dotari-357.360 lei. Cap.5 Alte cheltuieli-366.250.89 lei, respectiv: Subcap.5.1.Organizare de santier-366.250,89 lei, din care: Subcap.5.1.1.Lucrari de constructii pentru organizarea santierului-293.015,11 lei; Subcap.5.1.2.Cheltuieli conexe organizarii santierului-73.235,78 lei. Modificarea contractului de achizitie publica, in cursul perioadei sale de valabilitate, se face in conditiile prevazute la art. 221 din Legea nr. 98/2016. Modificarea contractului in cursul perioadei sale de valabilitate, altfel decat in cazurile si conditiile prevazute la art. 221 din Legea nr. 98/2016, se realizeaza prin organizarea unei noi proceduri de atribuire, in conformitate cu dispozitiile legii. In... detalii pe www.e-licitatie.ro
Contract Date31 Dec 2021
Contract AmountRON 40.7 Million (USD 8.7 Million)
Department Of Agriculture Tender Result
Result Stage: Awarded (AOC Available)
United States
Amendment 0002 Issued To Provide Answers To Questions 36, 40, And 50 Submitted By Interested Contractors In Which Answers Were Not Provided On Amendment 0001.
q36. For Drying Shed Foundation, What Strength (psi) Concrete Is Preferred?
a36. 4000 Psi.
q40. It Is Assumed The Existing Foundation Will Handle Reaction Loads For New Pemb. Please Confirm.
a40. Contractor Should Not Assume That And, If Found To Be Necessary, Should Submit A Design That Is Signed Off On By A Registered Pe That Meets All Florida And Local Codes With Appropriate Reinforcing Of The Slab As Necessary To Meet Regulations And Laws.
q50. do You Want A Separate Quote For New Hvac Equipment Also?
a50. Not Required But Contractor’s Discretion.
amendment 0001 Issued To Provide Answers To Questions Submitted By Interested Contractors.
q1. Can You Please Provide Me With Whatever Plans Are Available For The Construction Of The New Building?
a1. Plans Are Limited. Picture Is Included Of The Footprint Of The Building To Be Demolished In The Statement Of Work (sow) That Was Uploaded With Solicitation Posting On Sam.gov. There Are No Design Plans For The Building As This Is A Direct Replacement On An Existing Pier Supported Slab After The Existing Structure Is Demolished.. The Project Is An Exact Replacement (in Size And General Layout) Of The Existing Building) With The Exception Of The Break/laundry/locker Room Being Moved To The Side Of The Building Closest To The Mechanics Building. It Will Be The Same Structural Steel/aluminum Sided Building As We Currently Have With Updated Plumbing, Hvac, Electrical, Fire Systems Built To Code With Modern Led Lighting, New Stainless Steel Rails/wheels For The Existing Photoperiod Carts. A Potential Contractor Can Submit A Substitution For A Coated Steel Siding If They Prefer And Can Show That The Cost Will Result In A Savings To The Government. Any Existing Drawings Of The Old Building That Might Exist Would Be At The Canal Point Facility And Be Available For Onsite Inspection During The Site Visit. There Are Structural Steel Buildings Available From Various Mainstream Suppliers On The Market That Meet Our Requirements And The Suppliers Can Work With The Bidders To Fabricate One Of Their Existing Models For Our Purposes And Supply The Necessary Structural Stamps To Show Compliance With Florida And Federal Code Requirements. In Addition, This Is A Time Sensitive Project So There Is No Need For A Design As We Are Not Doing Anything Different From The Basic Building Constructed To Modern Standards That Are Commercially Available.
q2. Are You Saying Building Permit Will Not Be Required For This Project?
a2. In The Solicitation Provided As An Attachment In Sam.gov Posting For This Requirement, Section C - Description/specifications/statement Of Work States:
c.2.2 Permits And Licenses. Pursuant To Far 52.236-7 Permits And Responsibilities, The Contractor Shall Obtain All Required Permits, Licenses, And Authorizations To Perform Work Under This Contract And Comply With All The Applicable Federal, State, And Local Laws And Regulations.
q3. Section L.1.1.2 States That “the Offeror Shall Submit The Following Information: (for A Partnership Or Joint Venture, The Following Submittal Requirements Are Required For Each Contractor Who Is Part Of The Partnership Or Joint Venture; However, Only One Safety Narrative Is Required. Emr Rates Shall Not Be Submitted For Subcontractors.” to Clarify Is The Agency's Intention That The Contractors Not Engaging In A Partnership Or Joint Venture Are Not Required To Submit Examples Of Recent And Relevant Construction Projects And Examples Of Design-build Projects. Instead, Do They Only Need To Provide Experience Modification Rate (emr) (safety Statistics) And Technical Approach For Safety (safety Narrative)?
a3. Provide Experience Modification Rate (emr), Technical Approach For Safety, And Past Performance Questionnaire (ppq).
q4. In Section L.1.1.3 Factor 3 – Past Performance, The Agency Has Mentioned: A Minimum Of One (1) And A Maximum Of Five (5) Instances Of Its Most “recent” And “relevant” Past Performance As A Prime Contractor To Demonstrate Its Company’s Accomplishments On Contracts Similar To The Effort Required In This Solicitation. Does “as A Prime Mean” That The Contractor Must Have Worked As A Prime Contractor In Their Past Performance Instances? If The Contractor Has Past Performance As A Subcontractor, Will It Be Considered?
a4. Only Contractor Working As A Prime Contractor.
q5. In Section L.1.2 Instructions For Submission Of Volume Ii – Price Proposal, Its Mentioned Proposal On Company Letterhead. Shall Provide All Materials, Labor, And Equipment To Fully And Successfully Complete The Statement Of Work Described In This Document. Please Clarify What Specific Details And Information The Agency Expects Us To Include For This Requirement?
a5. As Listed In Solicitation, Shall Provide Cost Of All Materials, Labor And Equipment To Fully And Successfully Complete The Statement Of Work (sow) Described In The Document.
q6. In The Statement Of Work Document, It Specifies That: All Proposals Shall Be In Unlocked Ms Word Format And All Cost Proposals Shall Be Detailed And Presented In Unlocked Ms Excel Format With Formulas Working. However, Section L.1.2 Of The Solicitation Does Not Mention The Excel Sheet. Could You Please Provide Guidance On How We Should Submit The Sf 1442, Sf 24, Etc For The Price Proposal And What Specific Information Or Format Is Expected For The Excel Sheet In Our Response?
a6. Please Also Include Excel Sheet As Requested In Statement Of Work (sow).
q7. If The Contractor Submitted Forms Such As The Emr Certification Form And Sf-24 Bid Bond In Response To The Previous Solicitation Due On August 8th, 2023, Are Those Forms Considered Valid For The Current Solicitation, Or Should The Contractor Provide Updated Forms For The Current Submission?
a7. Please Provide New Updated Forms.
q8. A) Please Provide Specifications For The Lights Relevant To “a Type Specific By The Lab Personnel”; B) Will The Government Be Open To Led Lights To Fulfil The Needs Mentioned In 1a Above?
a8. To Be Determined During Pre-construction Meeting With Contractor And Scientist. Submittals Will Be Provided By Contractor And Approved By Government. Yes, Government Is Open To Led Lights.
q9. A) Please Confirm That A Fire Alarm System Is Not Required; B) Please Confirm That A Fire Suppression System With Water Or Any Other Agent Is Not Required.
a9. Both To Be Provided To Comply With Latest Edition Of Nfpa 72 For Building And Life Safety
q10. The Building Slab Sections Where The Middle Bay Is Has To Be Repaired (at Least, If Not Replaced) To Abandon Electrical And Plumbing Pipes And/or Fixtures, Where The Southeast Bay Is Has To Be Replaced To Accommodate Electrical Plumbing Pipes And/or Fixtures. Please Confirm This Is The Government’s Intent And Awareness Of The Implication Of Moving The Staff Bay To The Southeast Side Of The Building, In Both Engineering And Construction Aspects.
a10. Yes, This Is Government’s Intent.
q11. Will Any Crane Permit Be Required?
a11. c.2.2 Permits And Licenses. Pursuant To Far 52.236-7 Permits And Responsibilities, The Contractor Shall Obtain All Required Permits, Licenses, And Authorizations To Perform Work Under This Contract And Comply With All The Applicable Federal, State, And Local Laws And Regulations.
q12. In Executing This Project, Can One Superintendent Fulfill The Supervision, Safety, And Qaqc Roles?
a12. Yes.
q13. Are Contractors Required To Issue A Contract Specific Qa/qc Plan?
a13. Yes.
q14. Are Contractors Required To Issue A Contract Specific Safety Plan?
a14. Yes.
q15. Is This Project Tax Exempt?
a15. Contractors Are Required To Meet Any Tax Obligations.
q16. Existing Building Has Interior Wall And Ceiling Sheathing. As Each Bay Is Air Conditioned, Can Usda Verify That All Exterior Walls Are Insulated?
a16. Yes.
q17. Are All Interior Walls Insulated?
a17. Yes.
q18. Are All Ceilings Insulated?
a18. Yes.
q19. What R-value Insulation Or Type And Thickness Is Desired?
a19. Existing Wall Insulation Is +8” Thick Fiberglass. R30.
q20. anchor Bolts Will Be Reused. Please Confirm.
a20. No!
q21. There Was A Rainbird Controller In The Debris Of The Break Room. Is This The Controller For The Irrigation Water To The Carts?
a21. Yes.
q22. Is Contractor To Replace This Item In Kind And Re-wire To Existing Solenoid Valves?
a22. Yes.
q23. Moving Breakroom/ Locker Room To End Poses Several Challenges. Considering The Following, It Would Be More Economical To Leave Center Bay For Break Room. Please Confirm If Contractor Is To Relocate Break Room Or Rebuild In Current Location.
a. Slab For Break / Locker Room Is Poured Level While Remaining Bays Are All Pitched Towards Roll-up Doors For Drainage; Slab At Existing Break Room Would Need Be Demolished And Poured Back With Pitch For Drainage.
b. New End Location Would Require Pouring New Concrete Cap Over Existing Foundation.
c. Existing Under Slab Plumbing Would Need To Be Cut And Capped At Existing Location And New Under Slab Plumbing Would Need To Be Installed At New Break Room Location At End Bay.
d. Water Supply Manifolds For Irrigation Water To Carts A Supplied By Under Slab Plumbing; Moving Break Room Would Require Relocation Of One Manifold.
a23. Yes, The Breakroom Will Be Relocated.
q24. What Is Upstairs Besides Old Drawing Drying Room? It Appears To Just Be Storage And Additional Break Room Area. Please Confirm.
a24. The Seed Dryers, That Caused The Fire, Were Located In This Upstairs Room. The New Drying Shed Will Replace The Old Seed Dryers. The Room Also Contains A Water Heater, A Commercial Utility Sink And Two Washing Machines. One Of The Two Washing Machines Was Used For Research, Washing Fiber Samples, And The Other Washing Machine Was Strictly For Laboratory Coats. The Lab Uses Materials That Are Classified As Mutagens. The New Plan Calls For A Washing Machine And A Clothes Dryer. The Usda Will Need To Clarify If This Is The Set Up That Is Wanted.
q25. Package Air Units To Each Bay Are Not Consistent Tonnage; Does Usda Prefer Five Or Four Ton Units?
a25. Each Bay Will Have A 4 Ton Heat Pump With Emergency Heat Strips. The Breakroom Will Have A 4 Ton Straight Cool Air Conditioner With Strip Heat. The Air Conditioner Is On Site. Usda Sugarcane Field Station Will Provide 4 New 4 Ton Heat Pumps And Emergency Heat Strips.
q26. Bathrooms Will Be Configured Per Existing Layout. Please Confirm.
a26. Yes.
q27. 20 Lockers Are Currently Installed; Please Confirm Count Is To Be Duplicated.
a27. Yes.
q28. Conductors To Main Distribution Panel Will Be Reused. Please Confirm.
a28. Is This Wise? The Existing Conductors May Have Fire Damage. Conductors Must Be Able To Handle The New Building Requirements So Upgrade To Code As Necessary.
q29. Please Provide The Following For The Led Lights:
manufacturer And Model Number.
performance Specification.
a29. To Be Determined During Pre-construction Meeting With Contractor And Scientist. Submittals Will Be Provided By Contractor And Approved By Government.
q30. Existing Under Slab Electrical Will Be Abandoned In Place And All New Wiring Will Be Routed Above Ground In Building Space. Please Confirm.
a30. Yes.
q31. Was There A Controller For The Grow Lights?
a31. Yes. The Contractor Will Supply And Install A 36” Wide X 8 ½” X 8 ¼” Gutter In The Breakroom. The Gutter Will House 4 Double Pole Lighting Contactors. (120v Coil Voltage) The Contractor Will Leave An Open Space On The Wall Under The Gutter 48” Long X 24” Tall. (the Time Clock And Counters Used To Control The Lighting Contactors Will Go In This Space. The Usda Sugarcane Field Station Will Construct And Install These Controls)
q32. Please Provide Manufacture And Model Number For Grow Light Controller.
a32. The Answer To #20 Takes Care Of This.
q33. Existing Solenoid Valves For Cart Irrigation Water Are In Working Order And Will Be Reused. Please Confirm.
a33. In Part D Of Question 12 The Contractor Acknowledges That The Location Of The Manifolds For Irrigation Water Will Be Relocated. New Plumbing And Valves Are Prudent.
q34. What Voltage And Phase Power Is Needed In Drying Shed?
a34. Dependent On Drying Equipment Requirements.
q35. How Many Convenience Outlets Are Required In New Drying Shed?
a35. No Convenience Outlets.
q36. For Drying Shed Foundation, What Strength (psi) Concrete Is Preferred?
a36.
q37. What Eve Height (low End) Is Desired For Drying Shed?
a37. 8”.
q38. Will Contractor Be Required To Provide Drawings Other Than The Pre-engineered Metal Building (pemb)?
a38. Yes, Drawings Certified By Engineer In Accordance With Local Standards.
q39. Please Confirm Design Wind Speed For Building.
a39. The Building Shall Be Designed To Comply With The Ibc For The Area Geographic Basic Wind And Exposure Category.
q40. It Is Assumed The Existing Foundation Will Handle Reaction Loads For New Pemb. Please Confirm.
a40.
q41. We Laser Scanned The Entire Building And Have A Count Of All The Existing Electrical Outlets, Switches, Plumbing Fixtures, Hose Bibs, Disconnects Etc. Does The Usda Want To Add Any Of The Following:
a. Electrical Outlets?
b. Switches?
c. Plumbing Fixtures?
d. Hose Bibs?
e. Disconnects?
a41. No Additional Required.
q42. There Is An Existing Package Air Unit Under The Porch Of An Adjacent Building. Are Contractors To Use This Unit For One Of The Bays? If So, The Owner Will Warrant This Unit Separately. Please Confirm.
a42. Answered Question 14.
q43. The Foundation For The Existing Package Air Units Are In Poor Condition. Does The Owner Want New Foundations Installed For The New Package Air Units?
a43. Yes.
q44. What Type Of Lighting Do You Want To Put Back Up?
a44. in The Breakroom, Restrooms, And Upstairs, Led Fixtures.
q45. Will A Lighting Schedule Be Provided?
a45. Yes.
q46. Will A Door Schedule Be Provided?
a46. Yes.
q47. Do You Want The Same Number Of Vents?
a47. Yes At Minimum.
q48. Will a Vent Schedule Be Provided?
a48. Yes.
q49. Do You Have Any Info For The Hvac Specs That Are There Now?
a49. None Available.
q50. do You Want A Separate Quote For New Hvac Equipment Also?
a50.
q51. What Roof Loading Is Required For The New Building?
a51. The Building Shall Be Designed To Comply With The Ibc For The Area Geographic Basic Wind And Exposure Category.
q52. Can You Supply Specs Or An Acceptable Replacement For The Rails That Need to Be replaced?
a52. Stainless Steel Of Same Gauge And Length Of Existing.
q53. Does The New Bathroom Have To Be Ada compliant?
a53. No.
q54. can You Supply A List Of Items That You Want Replaced In The Breakroom?
a54. Items For Breakroom Will Be Government Furnished.
q55. What Is The Electrical Service To The Building?
a55. 200a 208v 3 Phase.
q56. are We Replacing The Row Of Lockers?
a56. Yes.
q57. There Is A 200 Amp Box Outside, Is This A Sub Panel Off The Main?
a57. No, It Is A Subpanel Fed From The Mdp Located By Building 10.
q58. Breakroom Is To Be Roughed In For W/d. Please Confirm The Following And Provide Any Additional Appurtenances:
a. Do You Want Lights?
a58. Yes.
b. Switches And Receptacles Installed?
a58. Yes.
c. Do You Want Drywall Or Something Covering The Inside Walls?
a58. Plywood Sub Covering With Frp Panels For Finish Covering.
d. Do You Want Any flooring Installed?
a58. Yes, Textured Epoxy.
q59. Is There Going To Be Temporary Power Available Onsite?
a59. Power Is Available From Shop.
q60. Will There Be Any Restrictions On Contractors Using Onsite Facilities Such As:
a. Power?
a60. No.
b. Restrooms?
a60. Yes, Provide Portable Toilet.
c. Water?
a60. No.
d. Wifi?
a60. Not Available.
q61. Can The New Drying Shed Be Wood Framed, And Metal Sided?
a61. No Flammable Materials.
q62. What Eave Height Will The Walls On The Drying Shed Be?
a62. 8’.
q63. Do You Want A Flat Or Shed Style Roof On The Drying Shed?
a63. Rain Must Drain Off.
q64. Do You Have Any Specs For The Wall Pack For Drying And Dehumidifying?
a64. No, Contractor Will Submit For Government Approval Based On Discussions During Preconstruction Meeting.
q65. A Question Was Asked About A Fire Suppression system In The New Building, But The Answer Was There Wasn't one In The Old Building. Please Confirm The Following:
a65. Must Comply With Latest Edition Of Nfpa 72 For Building And Life Safety.
a. If Code Stated That One is Needed Is There A Water Supply There To Support It?
a65. Yes, Must Comply With Local And State Code.
b. Would A Foam Type System Be Acceptable?
c. Are Alarm And Smoke Detectors Required?
a65. Yes, Must Comply With Code With Capability To Report To Either Central Station Or The Fire Department.
q66. Should The Design And Proposal Reflect Installing An Elevator To The Second Floor?
a66. No.
q67. Are The Existing Slab On Grade And Footing To Remain?
a67. Existing Slab Remains.
q68. Will The New Building Be Erected Directly On Top Of The Existing Slab And Footings?
a68. Yes.
q69. If Existing Slab And Footings Are Demolished Will New Slab And Footings Be Poured For The New Building?
a69. Answered In Question #57.
q70. Will As-builts Of The Existing Building, As Well As Hazardous Material Assessment Reports Be Provided?
a70. This Information Is Not Available In Canal Point.
q71. Please Provide Building Exterior Pictures And Dimensions (length, Width, Height).
a71. Dimensions To Be Field Verified Prior To Pre-construction Meeting.
q72. Please Provide Technical Specifications For The New Building (materials, Systems And Finishes).
a72. Basic Requirements Are Stated In Statement Of Work (sow). Potential Contractors Will Provide Their Design For Evaluation For The Replacement Building In Their Proposal.
q73. Please Provide Opening Quantity And Dimensions (oh Doors, Man-doors, Windows, Louvers).
a73. Site Will Provide Dimensions As Best As Possible.
q74. Please Provide Interior Specs And Details (partitions, Finishes, Etc.).
a74. Site Will Provide Desired Finishes For Break/washroom And Locker Requirements.
q75. Please Provide Mep Systems, Including Fire Sprinklers If Any.
a75. Sow Includes The Requirements For Building Systems Including The Inclusion Of A Fire Protection System. The Building Must Meet All Codes Before Design Is Accepted And Constructed.
q76. Any Temporary Requirements Needed For This Project Such As:
a. Storage?
a76. If Contractor Wants Enclosed Storage He Will Provide It.
b. Power Generation?
a76. No.
c. Water?
a76. No.
d. Restrooms?
a76. Portable Toilets For Contractor.
e. Dumpsters?
a76. Contractor Will Provide For His Own Dumpster And Disposal.
the United States Department Of Agriculture (usda), Agricultural Research Service (ars), Southeast Area (sea), Sugarcane Field Station, Located At 12990 Us Hwy 441 North, Canal Point, Florida Has A Requirement To Replace Existing Photo Period Building. Work Shall Be Performed In Strict Accordance With Attached Statement Of Work (sow).
seeking Qualified Contractor Who Shall Provide All Professional Services, Personnel, Tools, Material, Equipment To Demolish The Existing Fire Damaged Photoperiod House And Build A New One Of The Exact Same Footprint. The Only Layout Change Is That The Locker/breakroom Middle Bay Will Be Moved To The End By The Mechanics Building And A 4x10 Foot Drying Shed Will Be Constructed On The Side Of The New Building With Fireproof Walls For The Use Of The Scientists To Replace The Room Inside Of The Burned Out Building. Work Shall Be Performed In Strict Accordance As Specified In Attached Statement Of Work (sow).
this Is Being Solicited As A Total Small Business Set-aside. The North American Industry Classification System (naics) Code Is 236220. The Small Business Size Standard Is $45.0m. This Solicitation Is Reactivating Solicitation 12405b23r0016.
in Accordance With Federal Acquisition Regulation (far) 36.204 Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Is Between $1,000,000 And $5,000,000.
site Visit:
bidders Are Encouraged To Visit The Site And Be Escorted By A Government Representative To Confirm Locations, Dimensions, And Conditions Of The Project Before A Bid Is Submitted. The Site Visit Shall Be For Observing Firsthand Any Conditions Relevant To The Completion Of This Project. No Consideration Will Be Given To Claims Based On Lack Of Knowledge Of Existing Conditions, Except Where Contract Documents Make Definite Provisions For Adjustment In Cost Or Extension Due To Existing Conditions Not Readily Foreseeable.
site Visit Is Scheduled For Tuesday, December 12, 2023 At 10:00 A.m. Eastern Standard Time (est) At Usda, Ars, Sea, Sugarcane Field Station, 12990 Us Hwy 441 North, Canal Point, Fl 33438.
site Visit Contact: George Carpenter, Phone: (561)924-5227, Email: George.carpenter@usda.gov.
questions. All Questions Regarding This Solicitation Must Be Submitted In Writing Only To The Contract Specialist, Monte Jordan, Via Email Only To monte.jordan@usda.gov. Questions Must Be Submitted By December 20, 2023, No Later Than 12:00 P.m. Central Time (ct). Answers To All Questions Received By That Time Will Be Posted As An Amendment To The Solicitation. No Questions Will Be Answered After This Date Unless Determined To Be In The Best Interest Of The Government As Deemed By The Contracting Officer. Telephone Requests For Information Will Not Be Accepted Or Returned.
submission Of Proposals. Proposals Must Be Received By Tuesday, January 2, 2024, No Later Than 3:00 P.m. Central Time (ct). Proposals Must Be Emailed Only To Contract Specialist, Monte Jordan At Monte.jordan@usda.gov. Proposal Must Be Annotated As Such And Reference The Solicitation Number. No Late Proposals Will Be Accepted.
disclaimer: The Official Contract Documents Are Located On The Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To This Solicitation. Websites Are Occasionally Inaccessible, Due To Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Contract Date17 Jan 2024
Contract AmountUSD 3.5 Million
DEPT OF THE ARMY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Date Solicitation Documents Available (approx.)
4 Sep 2020
this Project Is Advertised On An Unrestricted Basis
this Project Is A Request For Proposal (rfp), Two-phase Design-build Source Selection Solicitation
the North American Industry Classification System (naics) Code For This Project Is 236220.
this Project Is A Best Value, Two-phase Design-build Solicitation. A Detailed Project Description And Overall Project Performance Requirements For This Project Will Be Included In The Request For Proposals (rfp) Package. The Solicitation Criteria Relies Upon Industry Standards, Where Allowable, To Afford The Offeror A Degree Of Design Flexibility While Meeting Certain Specific Project Requirements. The Successful Contractor Must Design And Construct Complete And Usable Facilities, As Described In The Rfp Documents. One Solicitation Will Be Issued Covering Both Phases. Proposals Will Be Evaluated In Phase One To Determine Which Offerors Will Submit Proposals For Phase Two, And An Amendment Will Be Issued To Those Selected Offerors. Selection Of Offerors For Involvement In Phase Two Will Be Based On Technical Approach And Performance Capability. Detailed Project Design Requirements Will Then Be Added By Amendment To The Solicitation At The Start Of The Phase Two Stage Of The Request For Proposals. A Maximum Of Five (5) Firms Will Be Invited To Participate In The Second Phase.
estimated Cost Range, Between $10,000,000 And $25,000,000.
offers Covering The Project Restricted To Small Business Yes_ __ no_ X_
*restricted To 8(a) Competitive For Region Iv Yes___ no_x__
subcontracting Plan Required Yes_x__ no_ __
design And Construction Of A Reprogramming Facility A Second Phase 2-story Addition, Approx. 34,669 Sf And
renovations Of Approx. 1,800 Gsf With Reinforced Concrete Foundation And Floor Slab, Steel Structure, Masonry Walls,
metal Roof, Hvac, Fire Detection And Protection, And Mass Notification System. This Phase 2 Facility Will Include An
electronics Lab And Control Room, Lab Tech Support Offices, Separate Smaller Electronic Work Rooms, A Noc (network
operations Center), Office And Engineering Support Areas, Receiving Area And Classified Material Storage Areas At
secret/collateral And Sap Levels, And A Large Training Room With Av/vtc Capabilities.
the North American Industry Classification System (naics) Code For This Project Is 236220.
field Office: Eglin Resident Office
bldg 623 Inverness Road
eglin Afb, Fl 32542-2049
poc: Kelli Williams, 850-882-7022
project Manager: Hal Kerkhoff, 251-690-4456
project Engineer: Kim Edwards, 251-694-4611
a/e: Bullock Tice Associates, Inc.
poc: Bob Maggiore, 850-434-5444
specification Engineer: Mary Katherine Dunn, 251-441-5732
contract Specialist: Lisa Trimble, 251-690-3329
note No. 1: All Prospective Contractors And Their Subcontractors And Suppliers Must Be Registered In Beta.sam.gov Before They Will Be Allowed To Download Solicitation Information. Contractors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov/portal/public/sam/ Prior To Award Of This Contract. Solicitation Documents, Plans And Specifications Will Only Be Available Via Beta.sam.gov. Registration For Plans And Specifications Should Be Made Via Beta.sam.gov. If You Are Not Registered, The United States Government Is Not Responsible For Providing You With Notifications Of Any Changes To This Solicitation. The Solicitation Will Be Available Only As A Direct Download. This Solicitation Will Not Be Issued On Cd-rom. Neither Telephonic, Mailed, Nor Fax Requests Will Be Accepted. Registration Should Be Completed One Week Prior To The Issue Date. It Is Therefore The Contractor’s Responsibility To Monitor The Website Daily For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments To This Solicitation. the Plans And Specifications And All Notifications Of Changes To This Solicitation Shall Only Be Made Through This Posting And Modifications Hereto. Plans And Specifications Will Not Be Provided In A Printed-paper Format; However, The Government Reserves The Right To Revert To Paper Medium When It Is Determined To Be In The Government's Best Interest. Note: This Solicitation Is In .pdf Format And Requires Adobe Acrobat Reader. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader.
note No. 2: All Bid Forms, Bid Bonds, And Other Normal Documents Required For The Bid Submittal, Including Amendments To The Bid Submittal, Shall Be Electronic Format With The Proposal.
note No. 3: Critical Path Method (network Analysis System) Is Not Required.
note No. 4: For This Job, A Small Business Is Defined As Having Average Annual Receipts Of Less Than $39,500,000 For The Past Three Years.
note No. 5: This Solicitation Includes Bid Options Which May Not Be Awarded.
note No. 6: All Advertisements Of Mobile District Projects Will Be Through Beta.sam.gov. Detailed Information On This And Other Mobile District Projects (ordering Solicitations, Points Of Contact, Synopsis Of Work, Etc.) Are Available On The Internet At: Https://www.beta.sam.gov.
address Questions Concerning Downloading Of Plans/specifications To The Contract Specialist Indicated Above.
note No. 7: A Contractor Site Visit Will Be Conducted With Those Offerors Advancing To Phase Two. Phase Two Offerors Will Be Notified Via Amendment, As To When And Where The Site Visit Will Be Conducted.
note No. 8: The Request For Information (rfi) Process For Bidder Inquiries During The Advertisement Period Will Be Through The Projnet Internet Based System, And Specifics Will Be Contained In The Rfp Solicitation Package Available Exclusively From Beta.sam.gov. Other Forms Of Communicating Rfis To The Government Will Not Be Honored. The Government Will Try To Respond To All Questions. However, Responses May Not Be Furnished To All Questions And Particularly Those Received Late In The Advertisement Period (0-10 Days Prior To Bid Opening.)
-- End --
Contract Date8 Apr 2021
Contract AmountUSD 23.4 Million
Interior, Department Of The Tender Result
Result Stage: Awarded (AOC Available)
United States
Amendment Number P00001 Is For Solicitation Number 140a2323r0035 As Follows:to Provide The Government's Response To Questions (no More Questions Will Be Accepted)1. Is This Government Project Tax-exempt? Government Response: Yes With Haskell2. What Is The Correct Total Quantity For The M355-48 Switches? Government Response: Ms355-48x ¿ Meraki Stackable Access Switch ¿ Qty: 63unknown Part Number ¿ Meraki Ms355-48x Redundant Power Supply ¿ Qty: 633. There Is An Ms355-48x2 Model That Offers More Mgig Ports. Which Model Do You Prefer: Ms355-48x2 Or Ms355-48x? Government Response: Ms355-48x4. Do You Require Meraki Licenses For Your Switches? If So, What Duration? 1, 3, Or 5 Years? Government Response: Yes, 3 Years.5. For The Additional 49 Mr Licenses, Do You Require The Enterprise Or Advanced? What Duration For The Mr Licenses? Government Response: Enterprise. 3 Years.lastly, From A Different Email, The Preferred Switch Model Is The Ms355-48x.6. This Contract Appears To Be For Purchase And Shipping Only. Installation, Configuration, Or Similar Consulting Services For This Equipment Is Not Part Of This Contract, Correct? Government Response: That Is Correct. Haskell Will Install And Configure The Equipment.7. The Meraki M355 Switch Listed, There Are 4 Different Models Of That Line Of Switches And The Features And Price Varies Significantly Between The 4 Models. There Are Ms355-24x, 24x2, 48x, And 48x2. Can You Tell Me Which One Is Preferred? Government Response: Preferred Model Is Ms355-48x.8. Regarding This Request, Is There Flexibility In Offering A Total Wireless 5g Solution? Government Response: No. We Currently Have A Cisco Meraki Mx250 In Place And We Are Wanting To Upgrade From Wi-fi 5 To Wi-fi 6. We Currently Have 450 Waps Already Deployed Throughout The Haskell Campus. This Purchase Will Replace The Older Wi-fi 5 Waps And Extend The Wireless Network To Classrooms That Were Not Part Of The Original Design Plan.9. The Number Of Ms355s Requested Is 63 In The Table But 60 In The Body Of The Solicitation Qty 60 Is Listed. Are 63 Or 60 Ms355s Required? Government Response: 63 Are Required.10. Do They Currently Have Licensing For Ms355 And Ms425 Or Do Those Need To Be Included? Government Response: No, We Will Need License For The Ms355 And Ms425 Switches.11. If They Need To Be Included What Duration? 1,3,5 Year? Government Response: Haskell Will Need 5-year Licenses For These Items.12. Is A Second Power Supply Required For The Ms425s? Government Response: Yes13. The Total Number Of Access Points Requested Surpasses The Total Number Of Licenses (currently Own 450 + 49 Additional Requested =499 ¿ Total Aps Requested = 524). Should An Additional 74 Be Quoted Instead Of The 49 Requested? Government Response: Yes, That Was Typo On My Part.14. What Duration Should Ap Licenses Be Quoted? 1,3,5 Year? Government Response: 5 Year Would Be Preferred.15. The Number Of Z3 Requested Are ¿1 Job¿ In The Table And (10) In The Body Of The Solicitation. What Is The Correct Quantity Of Z3 Required? Government Response: 10 Z3¿s.all Other Terms And Conditions To Remain The Same And In Full Force Effect.___________________________________________________________________________________________________________________________________________________________________________________________________this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Solicitation No. 140a2323r0035 Herein Cited Will Be Procured Under Far Part 12, Acquisition Of Commercial Items. Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. This Acquisition Is Set Aside 100% Indian Small Business Economic Enterprises (isbee). In Order To Participate In This Solicitation, Vendors Must Qualify Under The Following Naics Code Is 517122, Agents For Wireless Telecommunication Services 1,500. Description: Haskell Is Currently Looking To Break The Current Network Configuration Into A More Secure And Separate Network Configuration. Focusing On Separating The Kanren Wireless Network, Kanren Employee Network, And Setting Up A New Restricted Network For Hvac, Security Cameras, Etc. To Reach This Goal, Haskell Will Need To Replace Existing Cisco 9300 Switches With Meraki 355 Switches.for More Information Please See The Statement Of Work: Proposal Submission Information: To Be Considered For Award, Vendors Must Quote On All Items/services Listed In The Solicitation. Proposal Submission Must Include The Following Items:1. non Price Evaluation Factors: Technical Capabilities And Past Performance.2. price: Offeror Shall Provide Their Quote In Accordance With Section B Price Schedule. 3. isbee Representation4. sign 1449 Formcontract Clauses: See Solicitation Package For All Clauses And Provisionsthe Federal Acquisition Regulation Clauses And Provisions Are Available In The Internet At: Http://www.acqusition.gov. Signed And Dated Proposal, Along With A Completed Copy Of Far Clause 52.212-3, Offeror Representations And Certifications Commercial Items, Are Due At The Bureau Of Indian Education, Division Of Acquisition, Attention: Mary Jane Johnson, Maryjane.johnson@bie.edu By Local Time On Thursday, August 03, 2023 At 12:00 Pm Mountain Daylight Time. Any Further Questions Regarding This Announcement May Be Directed To Mary Jane Johnson. All Contractors Submitting Quotes Must Be Registered In The Sam Www.sam.gov In Order To Receive Contracts And Purchase Orders From The Federal Government Pursuant To Far Clause 52.204-7. To Register Or Learn More About The Sam, Go To: Http://www.sam.gov.
Contract Date21 Sep 2023
Contract AmountUSD 1.3 Million
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Engineering Services Firms For A Multiple Award Indefinite Delivery/indefinite Quantity (idiq) Design Contract
this Announcement Is For The Selection Of An Engineering Services (es) Firm For An Indefinite Delivery/indefinite Quantity (idiq) Design Contract For The Department Of Veterans Affairs, Erie Va Medical Center Located In Erie, Pennsylvania. Projects Will Be For The Erie Va Medical Center. Work Will Be Required On An As Needed Basis And Will Be Awarded By Use Of Firm Fixed Price Task Orders. The Government Intends To Award A Firm Fixed Price Contract. All Potential Offerors Must Provide A Sf 330 Containing All Required Information Listed Below. The Form Format Must Be The General Services Administration Sf 330 Found On The Website Http://www.gsa.gov/portal/forms/download/116486 Forms Library. The Resultant Contract Shall Be Established For Five (5) Years. Total Value Of The Contract Shall Not Exceed $5,000,000.00
contract Information: The Es Idiq Contract May Be Used For A Wide Range Of Design Services. Primarily The Task Orders Will Be Used, But Not Limited To, Design Of New Commercial/industrial Type Facilities And To Design Renovations Of Existing Facilities. All Contract Awards Will Incorporate The Attached Statement Of Work. Expected Es Services May Require Any Combination Of The Following: Title I Site Investigation Services, Title I - Design Services, And Title Ii Construction Period Services.
this Contract Is Being Procured In Accordance With The Brooks Act As Implemented In Federal Acquisition Regulation (far) Subpart 36.6 And Veterans Administration Acquisition Regulation (vaar) 836.6. Firms Will Be Selected For Presentations Based On Demonstrated Competence And Qualifications For Required Work. This Contract Is Set-aside 100% For Service Disabled Veteran Owned Small Business S (sdvosb) Capable Of Completing Work Under The North American Industrial Classification System (naics) Code 541330. The Small Business Standard Is $16.5 Million Dollars.
submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Three (3) Hard Copies Of Standard Form 330 (sf 330) And One (1) Electronic Cd Copy Of Parts I And Ii. Standard Forms 330 S Must Be Received No Later Than 2:00 Pm On June 09, 2021. The Submittal Packages Are To Be Sent To The Following:
erie Va Medical Center
attention: Don Kalivoda Bldg. 6 Room 108-6
135 East 38th Street
erie, Pa 16504
additionally, The Submissions Must Include An Insert Detailing The Following Information Placed At The Front Of The Submission.
duns & Bradstreet Number
tax Id Number
the E-mail Address Of The Primary Point Of Contact.
a Printed Copy Of The Firms Vetbiz Registry.
a Copy Of Errors And Omissions Insurance Policy For The Sdvosb Prime.
a Copy Of The Firm S Pennsylvania State Licensure For The Sdvosb Prime Or A Statement Indicating How The Provided Drawings Will Be Sealed By A Pa Licensed Engineer.
a Statement Indicating What Office The Engineering Services Firm Will Utilize As Its Primary Design Office.
special Note: An Engineering Services Firm Failing To Provide Any Of The Documentation Detailed In The Sources Sought Notice May Be Determined As Non-responsive And May Not Be Considered.
please Note This Is Not A Request For Proposal. Eligible Responses Received Will Be Evaluated And The Most Highly Qualified Will Be Compiled On A Shortlist Of Candidates Who Will Be Contacted For An Interview. The Professional Qualification, Specialized Experience And Past Performance Factors Are Significantly More Important Than The Other Two (2) Factors And Are Of Equal Importance. The Remaining Two (2) Factors Which Are Listed Are Of Equal Importance Between Themselves. The Following Evaluation Criteria Shall Be Used To Evaluate Firms And Determine The Most Highly Qualified Firm For Possible Contract Award.
professional Qualifications To Perform The Services Required:
this Factor Is Intended To Evaluate The Personal Experience Of Firm Members Who Work In The Firm's Project Office And Are Scheduled To Be Assigned To The Design Team. The Key Positions Should Include Project Managers, Quality Assurance Managers, Architectural Design, Interior Design, Civil Engineers, Electrical Engineers, Mechanical Engineers, And Fire Protection Engineers. Firms May Submit Any Other Personnel They Feel Are Significant For The Types Of Work Described In Specialized Experience
specialized Experience And Technical Competence:
this Factor Evaluates The Experience Of The Firm And Design Team In Completing Projects Requiring Skills Similar To Those Anticipated For This Contract. This May Include General Renovation Of Medical Center Space To Include Architectural Changes Of Walls, Ceilings, Floors, Finishes, Masonry, Doorways Including Hardware, Plumbing Including Storm Sewer, Sanitary, Hot And Cold Water, Heating, Ventilating, Air Conditioning (hvac) To Include, Package Units, Variable Air And Constant Air Volume Terminals With Reheat, Variable Frequency Drive Air Handlers, Steam And Condensate Piping, Primary And Secondary Electrical Circuits, Digital Controls, Fire Protection To Include Sprinkle System, Central Fire And Security Alarms, Audio Paging Systems, Asbestos Abatement And All Work To Return Space To Finished, Functioning Condition. Experience Providing Drawings In 3d. Designing General Construction Of New Space To Include Structural Work, Roofing, Exterior Walls, Site Work, Site Utilities And Work As Stated Above. Design Of Specialty Construction May Include Tuck Pointing, Asphalt Paving, Elevators, Complete Key System, Large Centrifugal Chillers, And Boiler Controls, Etc. Extra Consideration May Be Given For Experience Designing Projects For Department Of Veterans Affairs Facilities.
note: Extra Consideration May Be Given For Projects Completed By The Firm As The Prime Contractor And Not As A Subcontractor Or Projects Completed By Key Personnel While Employed By Another Firm.
past Performance:
this Factor Considers Each Offeror S Recent And Relevant Record Of Performance. This Factor Evaluates The Past Performance Information Provided By The Es Firm As Well As Performance Appraisals On File In The Past Performance Information Retrieval System In Cpars
capacity To Accomplish Work:
this Factor Evaluates The Ability Of The Es Firm To, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Project In The Required Time.
geographical Location:
this Factor Evaluates The Distance From The Es Firms Design Office From The Location Of Work (erie Va Medical Center). The Personnel Identified As The Design Team Staff Are Expected To Work In The Design Office Identified For Evaluation Of This Factor.
note: Distance Will Be Measured In Driving From The Erie Va Medical Center, Erie, Pa
service Disabled Veteran Owned Small Businesses Must Be Registered And Verified In The Vetbiz Registry At Time Of Sf 330 Submittal. Visit Www.vip.vetbiz.gov To Complete Your Company Registration. Additionally, Any Potential Awardee Must Also Be Registered In The System For Award Management (sam.beta) At Time Of Sf 330 Submittal. Registration Can Be Accomplished By Visiting Https://beta.sam.gov.
Contract Date4 Jan 2022
Contract AmountRefer Documents
Veterans Affairs, Department Of Tender Result
Result Stage: Awarded (AOC Available)
United States
Request For Sf330s, For Rfp 36c10f21r0013 Eastern Region A/e Idiq Sdvosb Set-aside All Information Needed For Interested Parties To Submit A Standard Form 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Rfp Package To Download This Is A Request For Sf330s, Not A Request For Fee Proposals. The North American Industrial Classification System (naics) Code Is 541330, Engineering Services, Which Has A Size Standard Of $16,500,000 In Average Annual Receipts; Naics Code 541320 Which Has A Size Standard Of $7,500,000 In Average Annual Receipts. This Announcement Is Being Competed As A 100% Service-disabled Veteran Owned Small Business Set-aside (sdvosb). Introduction This Contract Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. Contract Information The Department Of Veterans Affairs (va), Office Of Construction & Facilities Management (cfm), National Region Proposes To Obtain The Services For Facilities Support, Design, Project Management , Maintenance Of Design And Construction Standards, Historic Preservation Services, And Design And Facilities Expertise To The Department Of Veterans Affairs To Deliver High Quality, Cost Effective Facilities In Support Of Our Nation's Veterans. Professional Multi-disciplined Architect/engineer Services To Include, But Not Limited To: Code Review; Site Investigations; Analysis; Design; Preparation Of Specifications And Drawings; Preparation Of Cost Estimates; Construction Period Services; Preparation Of As-built Record Drawings; Site Visits During Construction; Safety; Industrial Hygiene; Fire Safety And Construction Document Review; Pre-construction Document Technical Studies, Construction Quality Assurance/quality Control. This Va Office Administers Major Projects For The Va In The Western Region. A Major Project Is Defined As A Project Over $20,000,000. The Firm(s) Selected Need To Have An Experienced Multidisciplinary Design Team In Either The Governmental Or Commercial Sector For Projects Of This Magnitude Or Larger. The Intent Is To Award A Minimum Of 13 Contracts And A Maximum Of 15 Contracts For The Region; However, The Number Of Awards May Vary Dependent On The Interest Shown. This Contract Will Have A Base Period Of One (1) Year And (4) Four One-year Option Periods At The Discretion Of The Government. The Minimum Guarantee Amount For The Base Period Is $ 1,000, With A Maximum Amount Of $50,000,000 Over The Life Of The Contract Period. The Determination Of Acquisition Strategy Lies Solely With The Government. All Firms Are Cautioned To Review The Restrictions Of Far 9.5 Organizational And Consultant Conflicts Of Interest And 36.209 Construction Contracts With Architect-engineer Firms. Any A/e Firm That Has Provided Design Services For A Project Will Be Restricted From Participating In Any Construction Contract Or Task Order For That Individual Project. The National Region Includes Va Stations And Activities Located Throughout The United States And Its Territories. However, This A/e Idiq Contract May Be Utilized By Contracting Officers Throughout The Department Of Veterans Affairs. Task Orders Will Be Negotiated As Firm-fixed Priced Awards In Accordance With The Idiq Awarded Rates. Each Task Order Will Include A Deliverable Schedule. In Accordance With Far 52.216-19 -- Order Limitations The Minimum Order Shall Not Be Below $2,500 And The Maximum Single Order Shall Not Be Greater Than$20,000,000. If Remaining Capacity Falls Below $2,000.00, The Government Will Consider The Contract Complete. To Be Eligible For Contract Award, A Firm Must Be Registered In The System For Award Management (sam) Database. Representations And Certifications Must Be Completed Electronically Via This Site As Well. Register Via The Sam Internet Site At Www.beta.sam.gov Or By Contacting The Sam Customer Service At 1-866-606-8220. All Firms Will Be Required To Comply With Veteran Affairs Acquisition Regulation 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (http://www.va.gov/oal/library/vaar/vaar852.asp). Firms Must Also Be Registered In Veterans Information Page (vip) Database (https://www.vip.vetbiz.gov/) At The Time Of Sf330 Submission, The Time Of Award, And At The Time Of Task Order Issuance. Additionally, Firms Must Provide The Type(s) And Amount Of Insurance Along With Insurance Carrier(s). Sf 330 Evaluation Criteria Sf330s Will Be Evaluated On Each Of The Criteria Factors Listed Below. Each Factor Will Be Assigned An Adjectival Rating. The Factors Are Listed In Descending Order Of Importance. The Subfactors Are Of Equal Importance Within The Factors. Firms Will Be Evaluated In Accordance With Far 36.6 Procedures And The Brooks Act. Submissions Must Follow All The Requirements Of Standard Form 330 (rev 8/2016), Omb Control Number 9000-0157 (sf 330) And The Individual Agency Instructions Below. If There Is A Conflict In The Instructions, The Sf 330 Instructions Shall Apply. Awards Will Be Made To The Firms Determined To Be Most Highly Qualified If Fair And Reasonable Prices Can Be Agreed Upon. Technical Evaluation Factors: Factor 1 Professional Qualifications: Factor 1, Subfactor A, Key Personnel Professional Qualifications: Resumes Of Qualified Personnel Should Be Presented In Section E Of The Sf 330 For The Following Key Personnel: Architect, Structural Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, Fire Protection Engineer (registered With Evidence Of Successful Completion Of Fire Protection Examination), Geotechnical Engineer, Land Surveyor, Historical Preservation Engineer, And Environmental Engineer, Project Manager, Cost Estimator, And Scheduler. Registration Or Certification For All Is Encouraged And May Be More Favorably Rated. All Key Personnel Shall Be Shown On The Organizational Chart. No Substitution Of Key Personnel Will Be Made Without Advance Written Approval Of The Contracting Officer After He/she Has Reviewed The Proposed Replacement S Experience And Qualifications Record Submitted By The Firm With An Explanation Of The Necessity For The Change. Follow The Contract Substitution Clause For Replacement Of Individuals. In Part 1, Section H (additional Information), Submit A Matrix For The Proposed Design Team That Contains The Following Data About The Member S Assignment: Members Name, Firm Name, Office Location, Proposed Team Assignment, Percent Of Time To Be Spent On This Team, Education Level/discipline (example: Bachelor Of Science, Mechanical Engineering), State(s) Of Professional Registration, Number Of Years Of Professional Experience, And Number Of Years With The Firm. Also, For Project Managers And Team Leaders, Identify The Number Of Teams (design, Consultants And Joint Venture Partners) They Have Managed Over The Past Five Years. In Part 1, Section E (resumes Of Key Personnel Proposed For The Contract), Block 19, Relevant Projects, Sub-block(3) For The Specific Role, For Each Of The Five Relevant Projects On The Resume, Include A Detailed Description Of The Specific Services Provided For The Project Demonstrating The Key Personnel Experience, E.g. Stating Simply Electrical Engineer Is Not Considered An Acceptable Description Of Services. Factor 1, Subfactor B, Firm S Professional Qualifications: The Firm Or Team Must Show The Proposed Team Successes Working Together For The Firm And The Firm S Involvement Working On Those Projects. The Qualifications Must Demonstrate Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.â Firms Shall Provide Qualifications That Are Relevant And Recent To The A/e Idiq Tasks Described In This Announcement Task Groups. List Any Awards Received And Industry Recognition Received. Factor 2 Specialized Experience And Technical Competence: Using The A/e Idiq Tasks Included In This Request For Sf330s, Provide A Description Of Five Relevant, Recent Projects, With Clients, For Which The Team Members Provided A Significant Technical Contribution. Work On These Projects Must Have Been In The Last Five Years (2015 2020). Indicate How Each Project Is Relevant To The A/e Idiq Tasks Described. Factor 3 Past Performance: In Part I, Section H, Provide Relevant And Recent (the Past Five Years, 2015 - 2020) Past Performance Information For A Minimum Five Examples For Work Related To The A/e Idiq Tasks Listed In This Request For Sf330s. Include Project Name, Location, Initial Design Dollar Funding Limitation, Final Construction Cost, And Project Point Of Contact With Telephone Number And Email Address. Projects Shall Have Started Design In 2015 To Present; Include Current Client Contact Information, Design Due Date, Actual Design Completion Date And Final Cost Estimate, The Construction Contract Award Amount (note Whether Bid Or Negotiated). Factor 4 Capacity: In Part I, Section H, Prime Firm And Sub Consultants Must Demonstrate Capacity To Accomplish The Work In The Required Time And The Ability To Adhere To Schedules. The Prime A/e Firm Must Demonstrate That It Is Able To Provide A/e Services To A Va Facility In The National Region. List Current Projects Being Designed In The Firm S Office Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. The A/e Shall Provide Details Of All Of Its Current Work (public/private) Including The Duration Of The Contracts, And How It Anticipates On Taking On Additional Work Required By Cfm. Factor 5 Service-disabled Veteran Owned Small Business (sdvosb) Participation: The Sdvosb Must Include With The Sf330, A Summary Of How The Offeror Plans To Comply With Vaar 852.219-10 And Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs. This Should Include What Key Personnel, By Discipline, Are Proposed To Be Employees Of The Firm, And Those That May Be Provided By Subcontractors. Factor 6 Location: This Factor Considers Geographic Proximity. For The Purpose Of This A/e Idiq Base Contract, Successful Firms Shall Be Located In The United States And Its Territories. A/e Idiq Tasks General Notes: Unless Otherwise Stated, The Requirements/standards Of The Va Technical Information Library (til) Shall Apply. .code Review Services Description Of Work: Provide Code Consulting, Assessment, Evaluation, And Inspection Service Utilizing Experts Skilled In Appropriate Technical Areas Necessary For The Analysis And/or Evaluation Of Building Designs, Existing Va Facilities And/or Necessary Studies. Deliverables To Be Determined On A Case By Case Scenario But May Include But Not Limited To The Following: The End Product Includes Reports And Data Involving The Investigation And Evaluation Of The Va Facilities Inspected And/or Provided Materials. Program For Design Description Of Work: - Provide Services For The Preparation And/or Review And Analysis Of A Program For Design That Delineates The Functional And Physical Parameters That Define Project Specific Requirements And Constraints And Address The Client S Priorities. The Program For Design Process May Require Revision If The Project Goals Are Changed. Development Of The Program For Design Will Be In Accordance With Department Of Veterans Affairs Space And Equipment Planning System, Space And Design Guides, Manuals And Other Requirements As Listed In The Til. Deliverables The Final Product Will Be The Program For Design Submission And/or Evaluation Of Reports, Documents, Cost Estimates Supporting The Program For Design Prepared By The Contractor. Schematic Designs Description Of Work: Provide All Services For Preparation, Planning, Evaluation, Review, And Recommendations For All Architectural And Engineering Discipline Calculations, Specifications, Reports, Systems Analyses, Drawings, And Cost Estimates Meeting The Approved Space Program, And Program For Design In Accordance With The A/e Design Submission Program Guide Pg-18-15. Services May Include Site Visits To Va Facilities And Meetings With Office Of Construction And Facilities Management (cfm) Personnel In Washington, D.c. Deliverables The Schematic Design Submission Shall Meet The Requirements Of Pg-18-15. Design Development (dd) Description Of Work: The Preparation Of Design Development (dd) Documents Consisting Of Updated Drawings, Specifications, And Supporting Documents And Calculations Meeting The Approved Scope And Space Program. The Dd S Will Be Developed From The Approved Schematic Documents And In Accordance With A/e Design Submission Requirements In Pg-18-15 And Other Guidance Listed In The Technical Information Library. Site Visits To Va Facilities And Meetings With Cfm Personnel In Washington, D.c. May Be Required. Deliverables The Dd Submission Will Meet The Distribution Requirements In Pg-18-15. Construction Documents (cd) Description Of Work: The Preparation Of Construction Documents (cds) Consisting Of Complete Drawings, Specifications, And Supporting Documents And Calculations Necessary For The Bidding And Construction Of The Project. The Cd S Will Be Developed From The Approved Design Development Documents And In Accordance With A/e Design Submission Requirements, In Pg-18-15 And Other Va Directives In The Technical Information Library. Deliverables The Development Of The Cd Submission Shall Meet The Requirements In Pg-18-15. Design Reviews Pre-design, Schematic Design And Design Development. Description Of Work: Review, Evaluate, And Provide Recommendations For All Architectural And Engineering Designs, Calculations, Specifications, Reports, System Analyses, And Drawing Completeness And Coordination. Evaluations Shall Be Based On Submission Requirements Established In Pg-18-15 And The Other Requirements Of The Technical Information Library. Services May Include Site Visits To Va Facilities And Meetings With Office Of Construction And Facilities Management (cfm) Personnel In Washington, D.c. Develop A Project Definition Rating Index Score. Deliverables Review Comments Shall Be Recorded In The Dr. Checks Program. Provide An Evaluation Report. Cost Estimates Description Of Work: Review, Evaluate, And Provide Recommendations On The Cost Estimate Prepared By The A/e Of Record As To The Cost Submission Basis Of Cost, Accuracy In Quantities, And Completeness Based Upon Submission Requirements Of The Pg-18-15. Evaluation Shall Include But Not Be Limited To Local Labor Rates, Energy Conservation Costs, Asbestos Abatement Costs, Cost Escalation, Cost Of Operations, Personnel Requirements Costs, Manpower Trade Requirements And Material Costs Timeline. Additionally, A Verification Of New Gross Area Take-off May Be Required. Preparation Of Independent Cost Estimates And Evaluation Of Mid-point Construction Costs And Anticipated Inflation Rates During Construction May Be Required. Participation In Meetings With Cfm Personnel In Washington, D.c. May Be Required. Deliverables This Task Order Requires Submission Of A Cost Estimate Report By Trade, Material Required, Phase, And/or Element. Task 8. Peer Review Description Of Work: The Evaluation, Review And Recommendation On All Architectural And Engineering Disciplines' Designs, Calculations, Specifications, Reports, System Analyses, Conformance With Sustainable Design Criteria And Thorough Completeness And Coordination Based Upon Development Of The Final Approved Schematic Plan. The Services Provided Shall Include The Review, Evaluation And Recommendations Based On The Partial Or Completed Set Of Construction Drawings And Specifications; Provide Recommendations Regarding Any Other Documents Necessary For The Bidding And Construction Of The Project. The Documents For Evaluation Will Be Provided By The Designer Of Record A/e. The Peer Review A/e Shall Evaluate And Ensure The Coordination Of The Drawings Between The Disciplines, Identification Of Costs, Errors, Omissions Or Conflicts Found Between Drawings And Specifications. Review And Comment On Project Phasing. Evaluate Market Conditions That May Impact Bidding Climate. Review Any Resubmitted Construction Documents With Recommendations As To Their Acceptability In Accordance With Pg-18-15. Develop A Project Definition Rating Index Score. Evaluations Will Be Based Upon The Submission Requirements Established In Pg-18-15. Site Visits To Va Facilities For Participation In Reviews And Meetings With Cfm Personnel In Washington, Dc Deliverables Review, Evaluate, And Provide Written Recommendations Based On Reviewed Construction Documents, In Accordance With Pg-18-15. Comments Shall Be Entered In Dr. Checks Or Similar Program. Provide A Written Report With Annotated Drawing Comments. Task 9. Pre-construction Document Technical Studies Description Of Work: Provide Services For The Preparation Of Studies That Involve A Systems Evaluation And/or Report On The Inspections Of Va Facilities To Include But Not Limited To: Site Development, Utility Investigations, Boundary, Topographical , Utility, Geotechnical Soil Borings, Parking, Traffic, Historical, Environmental, Vertical Traffic, Horizontal Traffic, Archeological, Acoustics, Vibration, Aviation, Weatherproofing, Fire Protection, Commissioning, Nepa, Section 106, Food Service, Hazardous Materials, Hazardous Waste, Medical Equipment, Physical Security, Operations Security, Signage, Wind, Federal, State And Local Permit Requirements. Offer Recommendations Regarding Options To Resolve Challenges To Project Completion Are To Be Included. Provide An Analysis Of Existing And Selected Systems Involving Structural, Electrical, Hvac Systems, An Evaluation Of Equipment Proposed For Va Facilities, And Lab Testing Services. Perform A Cost Comparison Of Studies On Building Systems, Renovation Alternatives Versus Building Additions Or New Buildings And Develop Studies To Determine Time Analyses Of Different Phasing Alternatives. Deliverables Per Contracting Officer Requirements. Task 10. Construction Quality Assurance/quality Control (qa/qc) Description Of Work: Provide A Review Of The Testing Requirements And Sequence, Provide Advice Regarding The Acceptability. Provide On-site Quality Assurance And Control By Witnessing Performance Tests Of Various Types Of Structural, Electrical, Hvac Equipment, Sprinkler, Fire Alarm, Communication, And Other Systems Integral To A Fully Operational Building System. Prepare Reports Associated With On-site Inspections Or Analyses Of Test Reports. Review Submittal Material Evaluate Contract Changes/claims, Cost Estimates, Cpm Schedules, And Modifications, Daily Logs, And Preparation/review Of Requests For Information (rfi). Provide Monitoring Services For The Return Of Submittals And Other Tracking Services To Assist The Senior Resident Engineer (sre). Prepare Reports Associated With On-site Investigations Of Materials, Equipment And Systems Components, Test Performance, And Operation In Compliance With The Contract Specifications, Drawings, Oem Manuals, Code Requirements, Etc. Deliverables The A/e Shall Provide Test Reports Or Product Literature Responses, Cost Estimates, And Review Of Product Submittals. Task 11. Construction Submittal Review Not Anticpated Through The Design A/e Contract Description Of Work: The A/e Shall Provide Submittal Review Services Covering Products That Many Not Have Been Listed Within Contract Documents, Including But Not Limited To Cut Sheets, Manufacturers Data/performance Sheets, Samples, Shop Drawings, Which Are Beyond The Services Provided By The A/e. The Contracting Officer Shall Establish The Length Of The Review Period(s). Provide Recommendation Regarding A Compatibility Analysis Of Different Materials And Recommendations Associated With Acceptance Or Rejection Of Alternate Materials And Products. Deliverables Review Of Submittals Will Meet The Requirements Established By The Contracting Officer. Task 12. Project Book And/ Or Design-build Narrative Description Of Work: Perform All Services For The Preparation Of Documents For Project Book And/or Design-build Narrative In Accordance With A/e Submission Instructions: Pg-18-15, Volume E And Other Va Criteria Listed On The Va Technical Information Library. Note: The A/e Of This Task Order Cannot Be Part Of The Design-build Team And The A/e Will Not Be The Designer Of Record. Deliverables In Accordance With The Contracting Officer Requirements. Task 13. Consulting Services And Technical Studies Description Of Work: Provide Consulting Services And Technical Studies On A Wide Variety Of Facility Design And Construction Issues Including Seismic Studies, Indoor Air Quality, National Codes And Standards Review, Cost Estimating, Facility Operations, Control Of Indoor Air Quality, Hazardous Materials Inspection And Remediation Plan, Impact Of Facility Standards On Building Performance And Facility Life Cycle, Interoperability Electronic Standards For Facility Design, Construction, Operation, And Project Documentation. Services May Require On-site Inspections. Services May Include The Development Of A Project Definition Rating Index Score. Deliverables Reports, Studies And Data Development Involving Design, Investigation And Evaluation Of The Issues Described Under Work To Be Performed. Task 14. Adminstrative And Medical Office Building Design Description Of Work: Design Programs For Administrative And Medical Space Which Includes Interior Space Planning Furniture Design And Layout; And Creating Environmental Graphic Design Of Images. Necessary Disciplines Include Architectural, Mechanical, Electrical, Plumbing, Fire Protection, Civil, Landscaping, And Other Disciplines Deemed Appropriate By The Contracting Officer. Deliverables Design And Construction Drawings For Medical And Office Buildings Space To Include Equipment, Furniture Layout And Wall Graphics/art. Task 15. Construction Period Services Description Of Work - Acting Through The Contracting Officer (co) Or Designee, Shall Assist With The Interpretation Of The Construction Documents And Make Recommendation Deemed Suitable For The Satisfactory Prosecution Of The Construction Work, Shall Prepare Any Supplemental Drawings, Specifications Or Other Documents That May Be Required To Clarify Or Supplement The Construction Documents, And Shall Assess The Preparation Of Construction Contract Modifications Initiated By Or Through The Va To Be Executed In Accordance With The Construction Documents. The A/e Shall Review Government And/or Construction Contractor Cost Proposals For Construction Modifications, Document His Review And Make Recommendations Accordingly, And Shall Prepare Independent Breakdown Of Costs. The A/e Shall Review And Evaluate Government And/or The Construction Contractor S Shop Drawings, Detail Drawings, Schedules, Descriptive Literature And Samples, Testing Laboratory Reports, Field Test Data And Review The Color, Texture And Suitability Of Materials For Conformity With The Design Concept And Construction Documents. The A/e Shall Recommend Approval, Disapproval, Or Other Suitable Disposition, Shall Evaluate The Submittals With Reference To Any Companion Submittals That Constitute A System Request Resubmittal On Related Components Of A System Before Acting On A Single Component, And Shall Notify The Co/sre Of All Deviations From The Requirements Of The Construction Documents That He Has Found In The Construction Contractor S Submittals. The Ae Shall Make Periodic Visits To The Project Site As And When Requested By The Co/sre. Frequency Of Visits Shall Be Established By The Task Order But May Include Weekly, Intermediate Systems Checks And Inspections, Partial Final And Final Inspection And For Special Purposes As Requested. Only Registered Design Professionals Thoroughly Familiar With The Project May Make Site Visits. Services Include Witnessing Performance Tests Of Various Types Of Structural, Electrical, Hvac Equipment, Elevators, Irrigation Systems, Fire Alarm, Communication Systems And Other Systems Integral To A Fully Operational Facility, Preparing Reports Associated With On-site Inspections Or Analyses Of Test Reports Review Of Submittal Material, And Evaluation Of Contract Modifications, Cost Estimates, Daily Logs, And Preparation Of Requests For Information (rfi). Other Services May Include Furnishing Advisory Or Consulting Services Which Are Normal To Such A Professional Contract And Necessary To Assure The Proper Functioning Of Elements Of The Contractor S Design And Preparation Of Record Drawings. Deliverables Deliverables Shall Be As Identified In The Task Order. Delivery Dates Will Be Established By The Contracting Officer. Task 16. Other A/e Services Required Preparation Of Drawings Using Bim Software Comprehensive Interior Design Operations And Maintenance Support Information (omsi) Physical Security Evaluation And Design Blast Design And Evaluation Provide Comprehensive Hazardous Material (e.g. Asbestos/lead Paint) Surveys And Provide A Report That Will Support The Removal, Demolition, And Disposal Of The Hazardous Materials In Accordance With Applicable Laws And Regulations. Energy Analysis And Studies Structural Evaluation And Review Risk Analyst Services Construction Inspection Services Develop/update/revise Va S Research And Development Facilities Standards And Va Program Guides Sf330 Submission Requirements: Responses Shall Reference 36c10r210013 On The Face Of The Envelope/packaging Containing The Sf330. Interested Firms Having The Capability To Perform This Work Must Submit Five (5) Copies Of The Completed Sf330 Part 1 For The Prime Firm And Five (5) Copies Of The Sf330 Part Ii For The Prime Firm And All Consultants Along With 2 Cds That Include The Information. Include The Firm S Duns Number In Sf330, Part Ii, Block 4. The Submission Shall Have A Table Of Contents To Include The Page Number And Description, All Sections Must Be Tabbed, Pages Must Be Numbered, And Follow The Order Listed Below: Cover Letter Tab 1 * Table Of Contents Tab 2 * Organizational Chart Tab 3 * Sf330 Part I, Sections A, B & C Tab 4 Sf330 Part 1, Section E, Resumes Of Key Personnel By Discipline Tab 5 Sf330 Part I, Section F & G Tab 6 * Sf 330 Section H * Additional Information Tab 7 * Sf 330 Part Ii Table Of Contents Format: The Table Of Contents Submission Will Show The Page Number That The Reviewing Team Will Find The Requisite Information. E.g. Page 5 Project Architect Resume, Pages 40-55 Example Projects. The Offeror Will Use The Following Sample Format: Page 1 Cover Page 2 Cover Letter Page 3 Organizational Chart Page 5 Project Manager Resume Page 8 Mechanical Engineer Resume Continue This Format Throughout The Submission. Limit Submissions To A Total Of One Hundred Twenty (120) 8 â½ X 11 (letter Size) Pages Of Text, A Minimum 12-point Type, With A Minimum â½ Margin All Around And All Pages Numbered. Each Sheet Of Paper (front And Back) In The Submission Will Be Counted As Two Pages. The 120 Pages Includes The Cover Letter, Sf330 Letter, Tabs, Dividers, Letter Of Transmission, Front And Back Covers, Appendices, Attachments, Enclosures, Index, Table Of Contents, Pictures, Reference Letters, Charts, Graphs, Maps, Flowcharts, Schedules, Models, Additional Information, Text, Graphics, Etc. The 120-page Limitation Applies Only To The Items Listed Above, And Not To Joint Venture Agreements. Joint Venture Agreements May Be A Separate Document Which Is Placed As The Last Section Of Submission. The Cd S And Submittal Package Of Five (5) Copies Of Parts 1 & Ii Must Be Received Not Later Than 3:00pm On February 25, 2021. Submittals Received After This Date And Time Will Not Be Considered And Will Be Handled In Accordance With Far 52.215-1. Emailed Or Faxed Submittals Will Not Be Accepted. The Naics Code Is 541330 And The Size Standard Is $16,500,000; Naics Code 541320 Which Has A Size Standard Of $7,500,000 In Average Annual Receipts. Offerors Must Be Registered In The Sam Database And In Order To Participate In This Procurement. Firms Must Also Be Registered In Veterans Information Page (vip) Database (https://www.vip.vetbiz.gov/) At The Time Of Sf330 Submission And Time Of Award And At A Time Of Task Order Issuance. Include Contact Name, Phone Number, And Email Address On Sf 330. Submit The Five Hard Copies Of Parts I & Ii And 2 Cd S, Label Lower Right Corner Of Outside Mailing Envelope With: A/e Ldlq Services 36c10r210013. The Submittal Packages To Be Sent To: Athena Jackson Department Of Veterans Affairs Office Of Construction And Facility Management, National Region 425 I Street Nw Washington, Dc 20001
Contract Date26 Sep 2023
Contract AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result
Result Stage: Awarded (AOC Available)
United States
B.3 Statement Of Work
1. Contract Title: Janitorial Services For The Child Care Center
2. General Information: This Is A Non Personnel Services Contract To Provide Janitorial Services For The
veteran Affairs Portland Healthcare System Vermont Hills Family Life Center. The Government Shall
not Exercise Any Supervision Or Control Over The Contract Service Providers Performing The Service
herein. Such Contract Service Providers Shall Be Accountable Solely To The Contractor, Who In Turn Is
responsible To The Government.
3. Description Of Services: The Contractor Shall Provide All Personnel, Supervision, And Other And Non Personal Services Necessary To Ensure That Janitorial Services Are Performed At The Vermont Hills Family Life Center As Defined In This Performance Work Statement (pws). The Contractor Shall Perform To The Standards In This Contract.
4. Background: This Is A New Requested Service. This Service Is Required Because The Veteran Affairs
portland Healthcare System Is Lacking The Necessary Staff To Facilitate The Appropriate Cleaning Of The
vermont Hills Family Life Center. Because This Is A Child Care Center, It Is Critical That The Infection
control Requirements Are Met Daily.
5. Period Of Performance: The Period Of Performance Shall Be For A Base Year Plus Four (4) One Year
option Periods.
6. Specific Tasks:
6.1 Offices, Entrances, Conference Rooms, Hallways, Common Areas:
a) Dust Horizontal Surfaces Desk, Credenza, Counter, And File Cabinet Tops Daily
b) Spot Clean Horizontal Surfaces For Removal Of Coffee Rings And Spillage Daily
c) All Doors, Handles, Windows Cleaned And Disinfected Daily
d) Internal Glass Partitions Cleaned Of Fingerprints And Smudges Daily
e) Doors And Walls Cleaned Of Fingerprints And Smudges Daily
f) Empty All Waste Paper Receptacles And Replace Waste Receptacle Liners Daily
g) Clean And Disinfect Trash Receptacles As Needed, But No Less Thank 1x Per Month
h) Disinfect All Telephone Receivers And Dust Phone Bases Daily
i) Disinfect Light Switches, Light Switch Plate Covers, And Door Handles Daily
j) Clean And Sanitize Drinking Fountains Daily
k) Polish All Drinking Fountains And Sinks Daily
l) High Dusting Air Vents, Hvac Return Air, Tops Of Doors, Door Frames, Ceiling Corners Weekly
m) Low Dusting Front And Sides Of Desks, Legs Of Chairs, Tables, And Chair Bases Weekly
n) Furniture Vacuum Fabric And Wipe Down Other Surfaces To Remove Dust And Lint 2x Per Month
o) Vacuum, Sweep Or Dust Mop All Hard Surface Floors Daily
6.2 Non Carpeted Floors (hard Floors: Ceramic, Resilient Tile (vct) And Concrete).
thoroughly Mop All Hard Surface Floors Daily. Maintain Hard Floors Free Of Grit, Soil, Dust, Scuff And Heel
marks, Stains, Spills, Debris, Litter And Other Foreign Matter By Effective Routine Cleaning. Accomplish
cleaning By The Most Appropriate Method (vacuum, Sweep, Dust Mop, Damp Mop, Spot Clean And
machine Scrub, Etc.) And With Cleaning Solutions If Applicable, For The Specific Floor Type. After Cleaning,
ensure Floor Surfaces To Include Grout Have A Uniform, Clean Appearance Without Streaks, Swirl Marks,
detergent Residue, Or Any Evidence Of Soil, Stain, Film, Or Standing Water. Clean Baseboards, Corners, And
wall/floor Edges Once A Month. Move Chairs, Trash Receptacles, And Other Easily Moveable Items To
maintain Floors Underneath These Items And Return Them To Their Original And Proper Positions After
cleaning. All Flooring That Requires A Finish Will Be Stripped And Waxed Quarterly Using Approved Floor Care Products.
6.3 Carpeted Floors.
maintain Carpets Free Of Soil, Dirt, Debris, Litter And Other Foreign Matter By Performing Wall To Wall
vacuuming Of The Carpeted Areas Daily And Removing Spots And Small Spills From Carpets Daily. Detail
vacuum Carpet Edges And Corners Along Walls And Partitions And Dust All Baseboards Once Monthly.
a) Both Installed Carpeted Areas In The Infant And The Toddler Areas To Be Appropriately
cleaned (extracted) Quarterly. Spot Cleaning Or Emergent Cleaning Due Accidental Soil Will Be On A As Needed Basis, Called In By Either The Cor, Housekeeping Officer Or Designated Ems Official
b) All Interior Throw Carpets To Be Appropriately Cleaned (extracted) Once Per Month.
6.4 Child Restrooms And Staff Restrooms:
a) Clean And Disinfect Counter Tops, Wash Basins, Toilets, Toilet Seats And Urinals Daily
b) Clean And Disinfect All Dispensers, Fixtures, And Mirrors Daily
c) Empty Trash Receptacles Daily
d) Empty Sanitary Napkin Receptacle And Disinfect Daily
e) Spot Clean Partition Tile And Walls Daily
f) Restock Hand Soap And Paper Products Daily
g) Disinfect Partition Handles, Door Handles, And Light Switches Daily
h) Clean And Sanitize Outside Surfaces Of Dispensers And Trash Receptacles Daily
i) Polish All Dispensers, Fixtures, And Mirrors Daily
j) Sweep And Thoroughly Mop Floor With Germicidal Solution Daily
k) Clean And Disinfect Restroom Partitions And Walls Around Toilets And Urinals Daily
l) High Dust Tops Of Partitions, Air Vents, Mirror Frames, And Tops Of Doors Daily
6.6 Break Areas:
a) Counters, And Table Tops Cleaned With Approved Disinfectant Daily
b) Fronts Of Counters And Chairs Cleaned Daily
c) Sinks Cleaned With Approved Disinfectant Daily
d) Wipe Down Outside Of Refrigerator And Microwave 2x Per Week
e) Inside Of Microwave Cleaned 1x Per Week
f) Trash Removed Daily, Receptacle Cleaned As Needed
g) Coffee Machines Turned Off
h) Sink Thoroughly Scoured Using Liquid Cleanser Daily
i) Table Bases And Chair Legs Cleaned 1x Per Month
6.7 Child Care Areas (infant, 2.5 3 Year, Toddler, General Area And Outside Play Area):
a) Dust Horizontal Surfaces Daily
b) Clean And Disinfect All Toys And Furniture In Play Areas With Food Grade Child Safe Disinfectant
daily
c) Spot Clean Horizontal Surfaces For Removal Of Soil Daily With Food Grade Child Safe Disinfectant
d) All Doors, Handles, Windows Cleaned And Disinfected Daily
e) Internal Glass Partitions Cleaned Of Fingerprints And Smudges Daily
f) Walls Cleaned Of Fingerprints And Smudges Daily
g) Empty All Waste Paper Receptacles And Replace Waste Receptacle Liners Daily
h) Clean And Disinfect Trash Receptacles As Needed, But No Less Thank 1x Per Month
i) Clean And Disinfect All Frequently Touched Surfaces On Outside Play Equipment Daily
7. Immunizations: All Contractor Employees Assigned To Clean The Child Care Center Shall Be Free Of Communicable Diseases, To Include Tuberculosis, Prior To Entering The Facility. The Contractor Shall Be Responsible For Providing Certification That All Of Its Employees Meet These Requirements. Employee Immunizations (including Cost And Scheduling) Are The Responsibility Of The Contractor.
applicable Immunizations Include:
mumps Measles
rubella Tetanus
diphtheria Polio
hepatitis B Varicella
tuberculosis Skin Test Influenza
covid-19
8. Required Documentation: Provide A Summary Listing Of All Contractor Employees To Work At The Child Care Center. Listing Shall Include Name, Position, Dates Of Background Check And Certification Of Immunization Requirements Compliance. In The Event That A Contractor Employee Is Replaced, Even Temporarily, The Replacement Shall Meet All Requirements As Set Forth Prior To Beginning Work. Failure To Fulfill These Requirements, In Sufficient Time To Replace An Employee Shall Not Relieve The Contractor Of Its Responsibilities In Accordance With This Pws. Failure To Provide These Statements Will Prohibit Contractor Employee Entrance Into The Child Care Center. The Contractor Shall Update The Listing As Necessary And Provide A Current Copy To The Contract Officer S Representative (cor). The Contractor Shall Submit Both A Negative Test Report For Each Employee (as Provided By Either The Public Health Department Or
employee S Doctor) And Current Immunizations Records To The Child Care Center Director Prior To The
employee Starting Work, As Well As One Week Prior To The Start Of Each Option Year.
9. Contract Employee Interaction: Physical Contact Between Contractor Employees And Children Shall Not Be Allowed And All Contractor Employees Shall Not Be Alone With Children Unsupervised.
10. Cleaning, Disinfecting And Sanitizing Solutions: The Contractor Shall Store All Disinfecting, Cleaning, And Sanitizing Solutions In Their Original, Labeled Containers. Only Ems Approved And Provided Germicidal/sporicidal Will Be Used In Performance Of The Contract Cleaning Of The Vermont Hills Childcare Center.
11. Cleaning Equipment/materials/supplies: All Cleaning Chemicals, Equipment And Tools Needed To Meet The Specific Tasks Will Be Provided By The Facility. Contractor Shall Ensure All Items Used Are Kept Secure From Inadvertent Access By Va Employees Or Visitors Within The Vermont Hills Child Care Center.
12. Safety Data Sheet (sds): All Chemical Sds Will Be Maintained By Environmental Management Services And Be Provided Upon Request.
13. Hazardous Material Identification: Sds Documents Are Required Per The Federal Code Of Regulations: 40 Cfr Part 302 And The Latest Version Of Federal Standard No. 313 (including Revisions Adopted During The Term Of The Contract) For Any Other Material Designated By The Government As Potentially Hazardous And Requiring Safety Controls. You Can Find This Information At: Http://www.gsa.gov/portal/mediaid/206235/filename/fedstd 313e.action And Ttp://www.ecfr.gov/cgi Bin/textidx?tpl=/ecfrbrowse/title40/40cfr302_main_02.tpl.
14. Safety: The Contractor Shall At All Times, Exercise Care And Caution In Performing The Duties Described In The Pws So As Not To Cause Injury To Themselves Or Other Persons. The Contractor Shall Perform The Assigned Tasks And Duties In A Safe Manner In Accordance With The Occupational Safety & Health Administration (osha) In 29 Cfr 1910.1200 (https://www.osha.gov/employers/index.html). The Contractor Shall Be Responsible For Any Damage To Government And/or Personal Staff Property. All Damage By The Contractor Shall Be Repaired Or Replaced By The Contractor At No Additional Cost To The Government. The Contractor Shall Be Responsible For Ensuring All Equipment, Tools, And Supplies Used In The Performance Of A Contract Resulting From This Solicitation Meet Necessary Safety Requirements And Employees Have Full Working Knowledge Of Their Use.
15. Dress And Appearance: All Contractor Employees Shall Wear Proper Identification Badges Or Other Identifying Apparel While On The Premises. All Contractor Employees Will Be Presentable And Dressed In A Manner That Promotes A Positive Va Image.
16. Key Control: The Contractor Shall Establish And Implement Methods To Ensure All Keys And/or Access Cards Issued To The Contractor By The Government Are Not Lost Or Misplaced And Are Not Used By Unauthorized Persons. The Contractor Shall Not Duplicate Any Keys Issued By The Government. The Contractor Shall Immediately Report To The Cor Any Occurrences Of Lost Or Duplicated Keys. In The Event Keys (other Than Master Keys) Are Lost Or Duplicated, The Contractor May Be Required, Upon Written Direction Of The Contracting Officer, To Re Key Or Replace The Affected Lock Or Locks Without Cost To The Government. The Government May, At Its Option, Replace The Affected Lock Or Locks Or Perform Re Keying And Deduct The Cost Of Such From Payment(s) Due The Contractor.
17. Schedules: The Contractor Shall Submit An Annual Schedule For Performance Of Services As Described In The Pws To The Cor For Acceptance.
18. Phase Out Plan: To Ensure A Smooth Transition In The Change Of Work Effort, The Contractor Shall Develop A Phase Out Plan. Upon Expiration Of This Contract, A Successor (either The Government Or Another Contractor) May Continue These Services. The Successor Will Require Assistance From The Incumbent Contractor, Which Shall Give Its Best Efforts And Cooperation To Accept An Orderly And Efficient Transition.
19.service Summary: The Contract Service Requirements Are Summarized In The Performance Objectives That Relate Directly To Mission Essential Items. The Performance Threshold Briefly Describes The Minimally Acceptable Levels Of Service For Each Requirement. The Service Summary And The Contractor S Quality Control Plan Provide Information On Contract Requirements, The Expected Levels Of Contractor Performance And The Expected Methods Of Government Surveillance And Confirmation Of Services Provided. These Thresholds Are Critical To Mission Success. Procedures As Set Forth In Federal Acquisition Regulation (far) Clause 52.212 4, Contract Terms And Conditions Commercial Items, Will Be Used To Remedy All Deficiencies.
**see Service Summary Table Below.
table 1 Service Summary
performance Objective
pws Para.
performance Threshold
remedy
method Of Assessment
office, Entrances, Conference Rooms, Hallways, Common Areas
6.1
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
non-carpeted Floors (hard Floors: Ceramic, Resilient Tile (vct) And Concrete)
6.2
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
carpeted Floors
6.3
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
restrooms
6.4
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
break Areas
6.5
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
child Care Areas (infant, 2.5-3 Year, Toddler, General Area And Outside Play Area)
6.6
no More Than Three Valid Defects Per Month
re-performance Within Two Hours Of Notification By Cor
periodic Surveillance, Customer Complaint
quality Control - Inspection Procedures Are Followed And Documented In Quality Control Plan
21.
no More Than One Valid Defect Per Month.
the Contractor Shall Provide A Written Corrective Action Report
periodic Surveillance, Customer Complaint
20. Quality Control: The Contractor Shall Develop And Maintain A Quality Control Program To Ensure Janitorial Services Are Performed In Accordance With Commonly Accepted Commercial Practices And Services As Identified In This Pws. Develop And Implement Procedures To Identify And Prevent Non Performance And Continual Repeat Of Defective Services. As A Minimum, Develop Quality Control Procedures Addressing The Areas Identified In The Table Above.
21. Quality Control Plan (qcp): A Written Qcp Shall Be Submitted To The Contracting Officer (co) Per Instructions In The Requirement Solicitation. The Qcp Shall Specifically Address The Contractor S Strategy To Provide Quality Workmanship, Continual Process Improvement And Correction Of Deficiencies As Required.
22. Quality Assurance: The Cor Shall Inspect And Evaluate The Contractor S Performance To Ensure Services Are Iaw Requirements Set Forth In This Pws. The Cor Shall Be Responsible For Initially Receiving, Validating, And Recording Customer Complaints. When The Contractor S Performance Is Deemed Unacceptable, The Cor Will Notify The Contractor S Quality Control Representative. The Service Shall Be Re Performed By The Contractor At No Additional Cost To The Government And Re Inspected By The Cor. When A Performance Threshold Has Not Been Met, The Cor Will Initiate And Provide The Co A Contract Discrepancy Report (cdr) For Issuance To The Contractor. The Contractor Shall Respond To The Cdr Iaw Instructions Provided And Return It To The Co Within 10 Calendar Days Of Receipt.
23. Performance Assessment/periodic Surveillance: This Method Requires The Cor To Employ A Spot Check Style Of Evaluation Based On The Contractor S Incorporated Cleaning Frequency Schedule (cfs). Periodic Surveillances And Validations Will Be Conducted On A Scheduled Basis (daily, Weekly, Monthly, Quarterly, Semi Annual Or Annually) And May Be Adjusted, Based On Quality Trends. The Cfs Or Modified Version Thereof Shall Be Used For Cor Scheduled Inspections And Results Documentation. Any Unsatisfactory Inspection (defect) Result Shall Be Recorded, And The Contractor Shall Re Perform The Service After Notification Iaw Table 1. Exceeding The Performance Threshold For Any Of These Performance Objectives In Any One-month Period Shall Result In Further Action As Appropriate. All Remedies Shall Be Rendered Iaw Far Clause 52.212 4, Contract Terms And Conditions Commercial Items.
24. Performance Assessment/customer Complaints: The Cor Will Receive And Investigate Complaints. The Cor Shall Be Responsible For Initially Validating Customer Complaints. The Co Shall Make Final Determination Of The Validity Of Customer Complaint(s) In Cases Of Disagreement Between The Cor And The Contractor. Validated Customer Complaints Shall Result In Corrective Action By The Contractor Iaw Table 1. Exceeding The Performance Threshold For Performance Objectives In Any One-month Period Shall Result In Further Action As Appropriate. All Remedies Shall Be Rendered Iaw Far Clause 52.212 4, Contract Terms And Conditions Commercial Items.
25. Hours Of Operation: The Contractor Is Responsible For Conducting Business After Hours, No Earlier
than 6:30pm, Monday Friday. The Contractor Must At All Times Maintain An Adequate Workforce For
the Uninterrupted Performance Of All Tasks Defined Within This Pws. When Hiring Personnel, The
contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential.
26. Federal Holidays: The Contractor Is Not Required To Perform Services On The Following Federal Holidays As Stated Below:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veterans Day
memorial Day Thanksgiving Day
juneteenth National Independence Day Christmas Day
independence Day
27. Security Requirement: All Contractor Employees Are Subject To The Same Level Of Investigation As Va
employees Who Have Access To Va Sensitive Information Or Access To Va Facilities. The Background
investigation Includes The Following Requirements: 1) Completed Documentation 2) Fingerprints 3)
completion Of Opm S E Qip Questionnaire. The Contractor Is Required To Fulfill All Security Requirements.
the Contractor Employees, Upon Completion Of Fingerprinting, And An Initial Suitability Determination,
may Be Authorized Tentative Access To Start The Performance Period Of The Contract, But Only On
condition Of Completion Of All Security Requirements. This Requirement Is Applicable To All Subcontractor
personnel Requiring The Same Access. The Contractor Shall Bear The Expense Of Obtaining Background
investigations. If The Investigation Is Conducted By The Office Of Personnel Management (opm) Through
the Va, The Contractor Shall Reimburse The Va Within 30 Days.
Contract Date17 Feb 2022
Contract AmountUSD 214.5 K
9121-9130 of 9131 active Tender Results