Signage Tender Results

Health And Family Welfare Department - HFWD Tender Result

Goods
Healthcare and Medicine
GEM
Result Stage: Awarded  (AOC Available)
3 months ago
India
CATEGORY: Almirah , Appron , Bed Sheet For Examination Table , BMW Liner Yellow and Red Non Chlorinated Biodegradable , BP Apparatus Digital , Chlorine Tablets Pack Of 100 , Cleaning Material Detergent 1 Kg , Curtain , Dental Mouth Mirror , Dental Probe , Digital Clock , Digital Thermometer , ETP Portable 15 Ltr bucket capacity , Examination Lamp , Examination Tables with mattress and Rubber sheet , Fan Ceiling , File Rack , Fire Extinguisher , Foot Operated Bin with Lids For General waste , Foot Operated BMW Bin Yellow Red and Blue 2 Sets , Foot Step , Gauze Cutting Scissor Straight , Glucometer with 50 strips and 50 lancet , Grid Box Organizer for medicines , Hand Rub-Alcohal 500 ml , Hemoglobinometer with 50 strips and 50 Lancet , Horne Probe Ear Curette , IV Cannula and Set , IV Stand , Infantometer , Near Vision Chart , Office Chair , Office Table , Otoscope , Oxygen Cylinder with trolley , Pulse Oximeter , Puncture Proof container Transhulent , RO Drinking water machine , Room Heater Halogen , Rubber or Plastic Sheet Mackintosh , Sanitary Napkins pack of 10 , Screen Privacy , Snellen Vision Chart and Mirror , Stadiometer , Stethoscope , Stool Patients , Tonge Depressor Wooden 500 Piece pack , Torch , Tuning Fork , Twin Bucket System , Weighing Scale Adult Digital , Weighing Scale Baby Digital , Yoga Mat , Branding External , Branding Internal , Establishment of lab corner Table with Drawers , Signages Directional or Destinational , Ambu Bag Paediatric Size with Baby Mask , Bag , Bed Cover , Bed Metal with Mattress , Bed sheets for Examination Table , Bed Wooden with Mattress , Bench for waiting area , Bucket , Cheatles Forceps , Cooler , Cord Cutting Scissors blunt curved on flat 160 mm ss , Dari , Dressing Drum with cover 0.945 liters stainless steel , Drum with tap for storing water , Electric Autoclave , Electric Boiler , Electric Kettle , Examination Table with mattress and rubber sheet , Fan celling , Fetal Doppler , Foot Operated Bin for General Waste , Foot Operated Bin with lid for Decontamination Bleaching Solution , Foot Steps , Hemoglobin Meter Digital with 50 strips and 50 Lancet , Hub Cutter and Needle Destroyer , Ice Pack Box , Invertor with battery 1 KVA , IUCD Kit , Kellys Pad , Kidney Tray , LED Tube Light 20 Watt , Measuring Tape , Mug , Nebulizer , Needle Holder , Plain Forecep , Puncture Proof Container , Refrigerator 165 Ltr , Sphygmomanometer Digital , Sponge Holder , Stool Patient , Surgical Scissors Straight 140 mm ss , Table Cover , Table for Immunization Examination Couch 610 mm x 915 mm , Tooth Forceps , Towel Hand , Tracking Bag and Tablet Box immunization , Instrument Tray or Dressing with cover 310 x 195x63mm ss Ref IS3993 , Vaccine Carrier , Wash Basin 825 ml ss Stainless Steel Ref IS 3992 , Wash Basin Deep Capacity 6 Liter ss Ref IS 5764 with Stand , Water Jug
Contract Date20 Mar 2025
Contract AmountINR 14 Million (USD 164 K)

Gmina Wschowa Tender Result

Result Stage: Awarded  (AOC Available)
Poland
ZAKUP, DOSTAWA I MONTAŻ 6 TOTEMÓW MULTIMEDIALNYCH W RAMACH PROJEKTU "MULTIMEDIAL THE CIEKA TURYSTYCZNA - TROPIE WSKICH ZABYKYAKYAKYAKYAKYAKIKYAKYTORY (I)
Contract Date28 Oct 2022
Contract AmountPLN 30.2 Million (USD 6.9 Million)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions. the Department Of Veterans Affairs Medical Center At 6439 Garners Ferry Rd, Columbia Sc 29029, Requires Preventive Maintenance (pm), Repairs, And Support For Lumenis Holmium Laser. the Government Intends To Award A Firm-fixed-price Sole Source Contract With Boston Scientific Corporation. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Government's Intent To Award On A Sole Source Basis. interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Benefit The Government. please Contact Darius Crane, Contracting Officer, With The Responses Or Questions Regarding This Requirement At Darius.crane@va.gov. please Respond Before June 7, 2024, At 13:00 Pm Eastern Standard Time (est) 1. Requirement: this Requirement For Annual Preventive Maintenance And Service Of The Lumenis Surgical Lasers On Behalf Of The Columbia Healthcare System, Wjb Dorn Va Medical Center Located In Columbia South Carolina. 2. Background: the Wjb Dorn Va Medical Center (vamc) Is A 216-bed Facility, Encompassing Acute Medical, Surgical, Psychiatric, And Long-term Care. The Hospital Is Located In Columbia, South Carolina And Provides Primary, Secondary, And Some Tertiary Care. Annually, The Medical Center Serves Approximately 56,116 Patients. Satellite Outpatient Clinics Are Located In Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, And Spartanburg, South Carolina. 3. Period Of Performance: this Procurement Is For A Base Year With The Possibility Of Four (4) One (1) Year Options. base Year august 1, 2024 Through July 31,2025 option Year 1 august 1, 2025 Through July 31,2026 option Year 2 august 1, 2026 Through July 31,2027 option Year 3 august 1, 2027 Through July 31,2028 option Year 4 august 1, 2028 Through July 31,2029 on-site Work Will Be Performed During Normal Working Hours Of 8:00 A.m. Through 4:30 P.m. From Monday Through Friday. Excludes Weekends And Holidays. No Overtime Is Authorized At This Time. 4. Place Of Performance: wjb Dorn Va Medical Center 6439 Garners Ferry Road columbia, Sc 29209 5. Performance Requirements: a Contracting Officer Representative (cor) And/or Alternate Contracting Officer Representative (acor) Shall Be Assigned To This Procurement And Written Notification Will Be Provided To The Contractor After Award. scheduling Of Work Performance Shall Be Arranged Through The Designated Cor/acor Assigned. the Contractor Shall Provide 2 Preventive Maintenance Services Of The 3 Lumenis Surgical Lasers Per Year. The Contractor Shall Provide 24/7 Phone Support During Patient Procedure, Priority Service And Repair, Direct Access To The Technician Service Center, And All Software Updates. The Contractor Shall Furnish All Labor, Travel, Equipment, Supplies And Materials Required To Perform Installation, Maintenance And Repair Service Of The Lumen Is Surgical Lasers. The Contractor Shall Provide A 2 Business Day Response Time For Repair Calls. the Contractor Shall Ensure All Systems Are In Fully Operational Status. Each System Shall Be Cleaned, Lubricated, Faulty Wiring Or Faulty Parts Replaced When Necessary With Minor Cost To The Contractor In Order To Maintain The System. All Items Requiring Replacement Shall Be Preapproved By The Cor Prior To Change Replacement. If Major Replacement Of Parts Occurs The Contractor Shall Notify The Cor So That The Facility Can Obtain The Item For The Contractor To Install. the A&a Requirements To Not Apply, And A Security Accreditation Package Is Not Required. emergency Call In Requirement: the Contractor Shall Provide A Telephonic Method For The Facility To Call In Emergency Work Orders For The System During Any Failures. upon Notification Of Failures The Contractor Shall Have A Qualified Technician At The Facility Within Two (2) Hours To Conduct Necessary Repairs. report Requirement: the Contactor Shall Provide A Report Of Service Each Quarter After All Preventive Maintenance Occurs For Each System. This Report Shall Be Submitted To The Cor No Later Than Ten (10) Business Days After Each Inspection Occurs. the Report Shall Contain A Minimum Of The Following Items. date Of Inspection model Number list Of Inspected Areas Of The System any Areas Of Concern On Each System work Performed On Each System (lubrication, Adjustments, Etc) name Of Inspector check-in Requirements: contractor And All Contractor S Service Personnel Shall Check In And Out With Engineering In Building 20 Prior To Performing And Upon Completion Of All Required Service. This Information Is Required To Contact Mechanics In Case Of An Emergency During Regular Hours. the Contractor Shall Adhere To All Coronavirus (covid-19) Precautions Put In Place By The Facility. safety Requirements: contractor Shall Ensure All Tools And Equipment Are Secured At All Times. tools And Equipment Must Be Removed From Open Areas Or Stored In Secured Location During Breaks, Lunch, And/or At The End Of Each Workday. all Debris Must Be Removed From The Facility Upon Completion Of Service Each Day. all Personnel Are Required To Wear Approved Masks When Entering Or Working In Any Of The Facilities Buildings. they Are To Be Non-surgical Type Masks, Not Homemade Masks (this Is For Staff And Contractors). this Mask Is To Be Worn At All Times. Any Personnel Caught Without Wearing An Approved Mask Will Be Escorted Out Of The Facility. masks Need To Be Worn Whenever You Are Within Six (6) Feet Of Another Person, Whether You Are Outside Or Inside. This Includes Riding In Carts. contractor Shall Ensure Proper Signage, Barriers, And/or Blockage Of Service Area Is Provided Where Applicable, Especially At Hoist Way Doors And Clearly Visible To Ensure Patient/employee Safety Is Adhered To. smoking Is Not Permitted In The Wjb Dorn Va Medical Center At Any Time. All Smoking Shall Be Conducted At Designated Areas On The Facility Grounds Only. training Requirements: certification To Service Lumenis Pulse, Ultrapulse, And Versapulse Power Suite Surgical Lasers. 6. Termination For Convenience: in Accordance With Far 52.212-4 (l) The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. 7. Records Management Language For Contracts: the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Electronic Information Systems (eis) Procurement Contract: citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
Contract Date20 Jun 2024
Contract AmountUSD 54.7 K 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Statement Of Work hazardous Material Response & Disposal va Memphis Medical Center introduction / Scope Of Work The Va Memphis, Green Environmental Manager System (gems) Program Manager, Manages The Hazardous And Universal Wastes Generated In Its Research And Clinical Labs, Patient Care Areas And Maintenance Operations, In Accordance With An Approved Hazardous Waste Management Program Developed By The Va. In Addition, The Emert Manager And Gems Program Manager Have Primary Responsibility For Directing The Services Of An Emergency Response Team, Who's Task, Among Other Functions, Is To Be On-call On A 365 Days Per Year Basis To Provide Emergency Cleanup Or Other Hazard Mitigation Services As Is Deemed Necessary To Protect The Lives And Property Of The Veteran Patients, Staff, And Visitors, As Well As The Medical Center, From Harm As The Result Of An Episode Which May Involve Hazardous Materials. The Gems Program Manager Also Serves As A Resource For The Va Memphis Medical Center Staff Training And Information Regarding Waste And Recycling Management Collection Activities. The Activities May Include Agents Or Compounds Which Are Epa Rcra Wastes, Biological, Infectious And/or Radioactive In Nature, Rendering Them Hazardous. services To Be Provided. a. The Contractor Is Also To Provide Service, Equipment And Transportation For The Disposal Of Hazardous Chemical Waste (not Including Radioactive Wastes) On A Periodic Basis (not To Exceed 90-days) For The Va Memphis Medical Center In Accordance With All Epa, Osha, Nfpa, Jcaho And Va Regulations. In The Event An Episodic Event Triggers Additional Hazardous Waste Disposal Requirement, The Contractor Shall Be Required To Provide For Disposal Requirements. No More Than Two Events Per Year Can Be Expected. b. The Spill Response Agreement Is For The Va Memphis Medical Center (which Includes An Active Research Service) And Off-site Cboc Locations. Service Is Required On A Per-call Basis To Abate Chemical Spills, Hazardous Material Spills, Medical Waste Spills, Etc. the Activities That The Vendor Must Be Capable Of Handling Include, But Are Not Exclusive To, The Following: packaging And Labelling Rcra Hazardous And Reactive Wastes (lab Packs) emergency Response Services With First Responder And Full Team On Site Within A Reasonable Amount Of Time To Protect Lives And Property. weekly Transport Of Hazardous And Universal Waste From Satellite Accumulation Areas To The Central Hazardous Waste Storage Locations On Campus. transport/disposal Of Hazardous Waste Off Site For Disposal At Least Every 90-days; transport Of Universal Wastes Off Site For Recycling At Least Every 90-days; ensure Certificates Of Disposal (cod) Are Forwarded To The Gems Manager Within 60 Days After Pick-up Of All Manifested Waste. inspect All Satellite Accumulation Sites Throughout The Campus And Submit An Inspection Report To The Gems Manager Weekly, proper Labelling Of Chemical And Hazardous Waste Accumulation Sites Throughout The Campus, To Include Cboc S. provide Mandated Packaging And Shipping Training To Facility Personnel To Satisfy Dot Hazmat Shipping Requirements. Such Training Shall Be Presented Either In-person Or Online. general contractor Must Be Able To Supply One Or More Trained And Qualified Person One Day A Week For Waste Pickups. These Person/persons Should Be Duly Familiar With Epa And State Of Tennessee Hazardous Waste Protocols, Including Characterization, And Labelling Of Waste. this Activity Shall Include Going To Appointed Labs/generation Points And Collecting Wastes And Transporting Them To A Designated Central Accumulation Staging Area. Special Projects, Such As Large-scale Laboratory Cleanouts Or Relocations, May Require Two Qualified Personnel And Additional Days. waste Packaging, Surveying, Inspection, Inventory 1. This Activity Shall Include Physical Entry Into Designated Areas Of The Medical Center, Such As Labs, And Collecting Generated Wastes In Containers Furnished By Contractor And Transporting Them To A Central Hazardous Waste Storage Location For Packing (lab Packs) Or Future Disposal Shipment Within 90 Days. 2. Contractor Will Be Responsible For Closing And Securing Drums After Full, Moving To Designated Storage Area, And Replacing The Full Drums That Were Removed With Empty Drums And Affixed With Related Hazardous Waste Signage / Labelling. 3. Other Responsibilities Shall Include The Periodic Pick Up Of Waste Medications In Appropriate Containers, And Other Various Containers Filled With Regulated And Non-regulated Wastes And Replacing With Empty Drums/containers. Medicine Containers Shall Be Prepared Before Delivering By Lining With Plastic Bag. Contractor Shall Periodically Go To Locations Where Waste Medicines And Other Various Hazardous Waste Containers Are Currently Being Filled To Survey And Document Status. 4. Contractor Shall Be Responsible For The Survey Of Specified Areas For Rcra Hazardous Materials (including Universal Wastes), Segregating And Repackaging These Into Appropriate Containers For Transportation And Disposal. 5. Contractor Personnel Shall Conduct Weekly Documented Inspections Of Satellite And 90-day Accumulation Sites For Compliance With Epa And State Of Tennessee Hazardous Waste Storage Regulations, And Routinely Report Documented Findings To The Gems/safety Manager Before Leaving Campus. 6. Contractor Shall Immediately Clean Any Material Spills Incurred During Packaging Or Relocation Of Containers. All Spills Are To Be Characterized And Reported To The Gems/safety Manager Before Leaving Campus. collection And Packaging Of Rcra Hazardous And Reactive Waste 1. Contractor Shall Be Responsible For The Collection Of Solvent/petroleum Wastes From Specified Labs/areas And Transporting To Designated Flammable Storage Area. A List Of The Substances Scheduled For Pickup Is Supplied To The Contractor For Review. It Shall Be The Contractors Responsibility To Determine What Can Be Consolidated To Ensure Safety And The Most Cost-effective Disposal Option. 2. Contractor Shall Assist, Under Direction Of Va Memphis Gems Program Manager Or Safety Officer, With Inventory, Documentation, And Number Of Containers Of Waste That Cannot Be Consolidated. After A List Is Completed, Contractor Will Segregate Chemicals By Hazard Classes And Compatibility, Per Epa & Dot Guidelines, And Lab- Packing Into Appropriate Containers Supplied By Contractor For Transportation And Disposal. 3. Contractor Will Utilize A Data Management System And Va Memphis Practice Green Health Tracker Capable Of Monitoring And Tracking The Handling And Quantity Of Hazardous Waste That The Contractor Manages. the System Must Be Acceptable To The Va Memphis. identification, Inventorying, And Packaging Of Unknown Chemical Waste contractor Will Be Required To Determine Hazards Of Unknown Chemical Waste Initially By Performing On The Scene Hazardous Characteristics Analysis, Followed By Outside Lab Analysis If Required, For The Purposes Of Transportation And Disposal. consulting contractor Will Be Required To Provide Consulting Services To Determine Current State Or Federal Guidelines In The Disposition Of Wastes Which Are Mixed Or Do Not Have Clear Rcra Standards. emergency Response Services 1. Contractor Must Be Able To Provide 24 Hours/7 Days A Week Emergency Response Services, To Include Emergency Response To Road Accidents Involving Waste Transporters In Transit With Va Memphis Waste Within A 2-hour Travel Radius Of Memphis. 2. In Case Of An Emergency Involving The Spill Or Release Of A Hazardous Material (chemical Or Biological), Contractor Shall Have A Response Team On Site At The Memphis Campus Within A Two-hour Time Frame After Notification. Contractor Will Arrange For The Proper Disposal Of Any Wastes Which May Be Generated As The Result Of An Emergency Response. estimated Level Of Effort weekly Transport Of Hazardous And Universal Waste From Satellite Accumulation Areas To The Central Hazardous Waste Storage Locations On Campus Estimates 50 Weekly Assignments Requiring An Average Of 1.5 Persons For 6 Hours Per Week Will Be Required Under This Agreement. requirements a. Upon Notification By Va Personnel, Contractor Will Respond Immediately To Safely Abate Any Spills Outside The Control Of Facility Personnel. response Service Is Required Seven (7) Days Per Week, 24 Hours Per Day Including Holidays. The Contractor Will Be Provided Information On The Type Of Chemical Spilled At The Time Of Notification By Va Personnel. Va Personnel Will Meet With The Contractor Personnel And Direct The Team To The Affected Area. b. Contractor Is Required To Dispose Of All Hazardous Material (clean Up Materials And Waste Material) Associated With The Spill In Compliance With All Applicable Federal, State And Municipal Regulations. c. If Hazardous Spill Has Any Probability Of Entering The Sewer System; Appropriate Action Is To Be Taken To Abate The Problem. d. Contractor Shall Have Acceptable Back-up Capability To Ensure Response If Called When Already Abating A Prior Spill And Handling Hazardous Waste Materials. The Minimal Qualifications For Personnel Who Respond To Work Assignments Under This Agreement In Addition To Those Items Indicated In The Bid Specifications Will Be Required To Have The Following Experience And Education. hazardous Materials Team Leader: the Person Must Have Significant Knowledge Of Chemistry, Environmental Health Or Industrial Hygiene As It Relates To Chemical Or Other Hazardous Waste Spills, Combined With Multi-year Experience Working With Hazardous Materials; Experience In Safe Identification, Handling, Consolidation, And Packaging Of Hazardous Materials, The Person Must Be Capable Of Supervising Subordinate Workers, As Well As Performing Cleanup And Hazardous Material Activities Themselves, And Must Have Current Expert Level Knowledge Of Dot, Epa And State Of Tennessee Hazardous Waste Regulations. hazardous Materials Technician: the Person Must Have Relevant Experience Working With Hazardous Materials; Experience In Safe Identification, Handling, Consolidation, And Packaging Of Hazardous Materials; The Person Must Be Capable Of Performing Cleanup And Hazardous Material Activities Themselves; Must Have Current Working Knowledge Of Dot, Epa And State Of Tennessee Hazardous Waste Regulations. e. Contractor To Dispose Of Hazardous Chemical Wastes As Needed Upon The Request Of The Contracting Officer's Representative (cor). f. Contractor Response Includes Provision Of Personal Protective Equipment, Clothing, And Disposal Containers. g. Manifests And Certificates Of Disposal Are Required To Be Submitted To The Va Safety Officer Or The Green Environmental Manager Within 45 Days. This Can Be Submitted In Electronic Or Hard-copy Format. training And Certification For Emergency Response: contractor Must Supply Personnel That Are, At Minimum, Experienced And Currently Trained And Certified In The Following Categories: 40hour Hazardous Waste Operations And Emergency Response (hazwoper) Osha 1910.120 Osha 1910.l30 Dot Incidental Material Handlers 172.700 Dot Dangerous Goods Training contractor Must Supply Documentary Evidence That Personnel Have Received The Required Training. contractor Must Supply Evidence That Personnel Have Undergone Routine Medical monitoring, Annual Physicals, And Maintain Respiratory Fit Testing If Required. staff Training: contractor Must Provide Training In Person And Be 8 Hours In Length To Memphis Facility Personnel On An Annual Basis Or As Required. Such Training Must Be Documented, And Certifications Must Be Provided. Training No More Then 30 Students Per Year. Payment Will Be Provided On A Per Student Basis. toxicity Characteristics Leaching Procedure (tclp): toxicity Characteristic Leaching Procedure Is A Chemical Analysis Process Used To Determine Whether There Are Hazardous Elements Present In A Waste. The Test Involves A Simulation Of Leaching Through A Landfill And Can Provide A Rating That Can Prove If The Waste Is Dangerous To The Environment Or Not. This Gives The Vendor Methods To Dispose Of Unknown Waste. insurance: contractor Must Procure And Maintain For The Duration Of The Agreement, At The Contractor's Cost And Expense, Insurance Coverage Against Claims For Injuries To Persons Or Damages To Property Which May Arise In Connection With The Performance Of The Work Performed By The Contractor. The Insurance Carriers Must Be Licensed In The State Of Tennessee. The Insurance Must Be Evident By Certificate Of Insurance. references And Experience: as A Requirement For Submitting A Proposal To Provide Services Called For Herein, The Proposer Must Submit Documentation That Allows The Va Memphis To Determine If The Minimum Requirements For Training And Experience Have Been Met. The Determination Of Those Qualifications Is At The Discretion Of The Va Memphis And Its Decision Will Be Final. contractor Must Supply A List Of References And An Explanation Of Experience In Providing The Above Described Or Similar Services For A Minimum Of Two Years At An Institution Comparable In Size And Scope To The Va Memphis. references: osha, Epa, Jcaho, Nfpa, And Va Regulations/codes Regarding Environmental Safety And Industrial Hygiene. delivery - Service Is Required On A Per-call Basis. a. Upon Notification By Va Personnel, Contractor Will Respond Immediately To Safely Abate Spill. response Service Is Required Seven (7) Days Per Week, 24 Hours Per Day Including Holidays. The Contractor Will Be Provided Information On The Type Of Chemical Spilled At The Time Of Notification By Va Personnel. Va Personnel Will Meet With The Contractor Personnel And Direct The Team To The Impacted Area. b. The Contracting Officer's Technical Representative (cor) Will Notify The Contractor When Hazardous Chemical Waste Has Been Collected And Is Ready For Removal From The Facility At Memphis. Response Service Is Required Within Three (3) Workdays From Request By Cor. c. The Following Va Memphis Employees Are Authorized To Call The Contractor To Request Service: ashok Singh, Gems Program Manager Cor ms. Genia Hall, Safety Manager the Gems Program Manager Is The Cor For This Contracted Service And Can Be Reached By Telephone: 901-523-8990 X5847 Or Cell Phone 901-493-7046. price Schedule: has Estimated Quantities. attached Price Schedule: hazardous Waste Consolidation And Inspection From Satellite Sites Is A Firm Fixed Price Per Week Amount. payment For Disposal Will Be By Type Of Waste And Container Size Per 90 Days. (see Schedule) memphis Facility Personnel Training. Payment Is Per Student Trained emergency Response. Payment Is An Hourly Rate As Needed. toxicity Characteristic Leaching Procedure (tclp) As Needed consulting Payment Will Be On An As Needed Bases. - 0700-1600 (normal Duty Time Hours) Rate: - 1601-0655 (extended Duty Hours Rate:
Contract Date21 Jun 2022
Contract AmountUSD 472.1 K 

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 
9281-9290 of 9285 active Tender Results