Advertisement Tenders
Advertisement Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 -- Streamlined Procedures For Evaluation And Solicitation For Commercial Items, In Conjunction With Far -- Part 13 Simplified Acquisition Procedures; And Supplemented With Additional Information Included In This Notice.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 -- Streamlined Procedures For Evaluation And Solicitation For Commercial Items, In Conjunction With Far -- Part 13 Simplified Acquisition Procedures, Specifically Far Subpart 13.5 Simplified Procedures For Certain Commercial Items; And Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Is Attached To This Announcement.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Circular (fac) 2024-05, Dated April 22, 2024.
solicitation # 36c26225q0563 Is Issued As A Request For Quote (rfq) And Constitutes The Only Solicitation. The Government Intends To Award A Single Firm-fixed Price (ffp) Award.
this Procurement Will Be Issued Under A Small Business Set Aside. The North American Industry Classification System (naics) Code Is 339112 And The Small Business Administration S (sba) Size Standard Of 1,000 Employees.
the Government Is Seeking A Contract To Acquire An Automated Contrast Delivery System For The Phoenix Va Healthcare System. This Solicitation Is Being Procured As A Brand Name Or Equal Iaw 52.211-6 -- Brand Name Or Equal. The Submissions Must Meet The Following Salient Characteristics:
be Able To Be Programmed For Administration Of Contrast Media And Saline Solution To Optimize Radiographic Imaging During Cardiac Invasive Procedures
be Able To Allow Provider To Adjust Dose And Pressure Flow Of Contrast Medium
consist Of Single-use, Sterile Components (hemodynamic Flush System And Handset) To Mitigate Cross Contamination And Air Embolism
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality And Services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Services That Fulfill The Required Specifications. If A Solicitation Is Published, A Site Walk Thru May Be Available In Order To Address Key Details.
see Attached Sf 1449 Solicitation For Statement Of Work (sow), Applicable Clauses / Provisions, And Other Pertinent Information Relative To This Solicitation.
place Of Performance: Phoenix Va Healthcare System, 650 E Indian School Road, Phoenix, Az, 85012.
period Of Performance: Within 90 Days Of Placing Order.
provisions 52.212-1, Instructions To Offerors Commercial And 52.212-2, Evaluation Commercial Items Are Applicable To This Acquisition. Furthermore, Provision 52.212-2 Is Utilizing The Lowest Price Technically Acceptable (lpta) On An Acceptable/unacceptable Evaluation Process.
submitting Quote: Offeror(s) Shall Submit Their Quote On Company Letterhead And Shall Include The Completed Pricing Forms, Along With Name, Address, Telephone Number Of The Offeror, Firm S Duns#, Total Price And A Completed Copy Of Far Clause 52.212-3 Offerors Representations And Certifications - Commercial Items Or A Copy Of Offeror S Annual Offeror Representations And Certifications (orca) Document From Www.sam.gov As Required By Far Clause 52.212-3 Offerors Representations And Certifications - Commercial Items. As An Alternative, Offeror(s) May Use The Price/cost Schedule Of The Attached Sf 1449 For Quote Submission.
submit All Question(s) To Nate Munson At Nathan.munson@va.gov No Later Than March 3, 2025, 4:00 Pm Pacific Standard Time (pst). Ensure To Reference Solicitation #36c26225q0563 Within Subject Line Of The Email.
quotes Must Be Received By March 5, 2025 By 4:00 Pm Pst. Email Your Quote To Nate Munson At Nathan.munson@va.gov. Ensure To Reference Solicitation #36c26225q0563within Subject Line Of The Email. Quote(s)/offer(s) Received After The Prescribed Deadline, Shall Be Considered Non-responsive And Will Not Be Considered For Award.
clauses
far Number
title
date
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
aug 2013
52.212-4
contract Terms And Conditions-- Commercial Items
feb 2012
52.212-5
contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items Alternate Ii (jul 2012)
aug 2012
52.232-33
payment By Electronic Funds Transfer System For Award Management
jul 2013
52.252-2
clauses Incorporated By Reference
feb 1998
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.233-1
disputes
may 2014
52.233-3
protest After Award
aug 1996
852.203-70
commercial Advertising
jan 2008
852.232-72
electronic Submission Of Payment Requests
nov 2012
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
provisions
52.211-6
52.212-1
brandname Or Equal
instructions To Offerors-commercial Items
aug 1999
apr 2014
52.212-2
evaluation--commercial Items
oct 2014
52.212-3
offeror Representations And Certifications--commercial Items
nov 2014
Closing Date6 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote Or Invitation For Bid.
the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For A Design-bid-build (dbb), Indefinite Delivery/indefinite Quantity (idiq) Multiple Award Construction Contract (macc) For General Construction Services Within The Navfac Mid-atlantic's Marine Corps Installations (mci) East Area Of Responsibility (aor), Including North Carolina And South Carolina.
this Solicitation Is Being Advertised As "unrestricted" For Full And Open Competition. This Source Selection Procurement Requires Both Non-price (technical And Past Performance) And Price Proposals And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation. Large Business Concerns Are Required To Submit A Subcontracting Plan Prior To Award Of The Contract.
the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000.
project Description:
construction Projects To Be Performed Under This Macc Will Require The Ability To Manage Multiple Task Orders Concurrently Across Navfac Mid-atlantic's Marine Corps Installations (mci) East Aor. This Macc Will Encompass A Wide Range Of Db And Dbb Projects That Include, But Are Not Limited To, New Construction, Demolition, Repair, Alteration, And Renovation Of Buildings, Systems And Infrastructure And May Include Civil, Structural, Mechanical, Electrical, Fire Protection, And Communication Systems. Types Of Facilities Include Administrative, Industrial, Maintenance, Warehouses, Hangars, Communications, Personnel Support, Recreation, Lodging, Dormitory, Medical, Roads, Etc.
the Government Intends To Award No More Than Five (5) Contracts Resulting From This Solicitation. This Solicitation Will Result In A Competitively Negotiated Firm Fixed-price Idiq Macc. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $975,000,000 Over The Base Year And Four Option Periods Combined, Not To Exceed 60 Months. Task Orders Will Be Firm Fixed-priced, Normally In The Range Of $15,000,000 To $50,000,000 Per Order. However, Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Contracting Officer. The Government Guarantees An Award Of $5,000 To Each Successful Offeror Over The Full Term Of The Contract, Including Option Years.
the Initial Project (‘seed Project’) That Will Be Awarded As The First Task Order Concurrently With The Basic Contract Is P-1538, Sof Armory Located At Marsoc Complex, Stone Bay, Marine Corps Base (mcb) Camp Lejeune, North Carolina. The Intent Of This Project Is To Construct An Sof Armory Building, Supporting Site Infrastructure Extensions, And Distribution And Improvements. Site Infrastructure Includes Domestic Water Distribution, Sanitary Sewer Distribution, And Comm Utility Distribution. Site Improvements Include Pov Parking Lots, Tactical Drives And Aprons, Armory Compound Fencing And Marsoc Installation Fencing Perimeter, And Incidental Related Work.
the Completion Time For The Seed Project Is 835 Calendar Days After Award.
in Accordance With Dfars 236.204, The Magnitude Of Construction For The Seed Project Is Between $10,000,000 And $25,000,000.
a Dynamic Small Business Search (dsbs) Was Conducted, And A Revised Sources Sought Notice Was Issued On 12 November 2024, Seeking Eligible Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business (including 8(a) Participants), And Women-owned Small Business Concerns To Determine The Opportunity For A Set-aside. The Government Invited Prospective Offerors With The Capabilities Of Performing Construction Services That Meet Or Exceed The Stated Requirements To Submit A Capabilities Statement. Respondents Were Required To Submit Relevant Experience In Performing Efforts Of Similar Size, Scope, And Complexity Within The Last Five (5) Years. Based On The Market Research Conducted For This Procurement And In Accordance With Far 19.501(c), The Contracting Officer Has Determined That There Is Not A Reasonable Expectation That An Adequate Number Of Small Business Firms Would Respond To Or Be Qualified To Perform The Requirements Of This Solicitation. Successful Award And Completion Of The Requirements Can Be Achieved By Soliciting The Contract As "unrestricted" For Full And Open Competition. A Dd2579 Small Business Coordination Record Was Approved By The Navfac Midlant Small Business Professional On 14 January 2025. On 22 January 2025, The Small Business Administration (sba) Procurement Center Representative (pcr) Concurred With This Recommendation.
the Solicitation Will Be Issued By Navfac Mid-atlantic, Con21 On Or About 03 March 2025. All Documents Will Be In Adobe Pdf File Format And Downloadable From The Piee And Sam.gov Websites. The Official Address To The Solicitation Is Https://piee.eb.mil And Https://www.sam.gov. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. A Free Acrobat Reader, Required To View The Pdf Files, Can Be Downloaded From The Adobe Website.
important Notice: All Prospective Offerors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Https://www.sam.gov.
questions Regarding This Notice Should Be Directed To James Godwin, (757) 341-1999, Email: James.a.godwin41.civ@us.navy.mil.
Closing Date3 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Synopsis (not A Notice Of Solicitation)
fa8601-25-r-0010
the United States Air Force, Aflcmc/ Operational Contacting Division, Wright-patterson Afb, Ohio Is Seeking Capabilities Packages, For Civil Engineering Facility & Equipment Support Follow On 2025, Of Potential Sources, Including Small Business (sb), 8(a), Hubzone, Women-owned (wo) And Service-disabled Veteran-owned (sdvo) Small Businesses That Are Capable Of Providing All The Personnel, Equipment, Tools, Materials, Supervision, And Other Items Necessary To Perform Tasks Under The Attached Draft Performance Work Statement (pws). Firms That Respond Shall Specify That Their Capabilities Meet The Specifications Provided Below And In The Attachment And Provide Detailed Information To Show Clear Technical Compliance. Additionally, Performance History, Including Recent Commercial Customers, Shall Be Included To Determine Commerciality. Any Subsequent Award Will Be Made As A Firm Fixed Price Contract.
detailed Specifications Are Listed In The Attachment Identified Below:
performance Work Statement (pws)
all Interested Firms Shall Submit A Response Demonstrating Their Capability To Provide This Service To The Primary Point Of Contact Listed Below. As Stipulated In Far 15.201, Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government's Discretion.
the Naics Code Assigned To This Acquisition Is 561210, “facilities Support Services”, With A Small Business Size Standard Of $47m. Firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Socio-economic Status (sb, 8(a), Sdvo, Wo, And Hubzone Small Business). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. The Government Reserves The Right To Consider A Small Business Set-aside Based Upon Responses Hereto For Any Subsequent Action. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract. No Set-aside Decision Has Been Made. Note That A Key Factor In Determining An Acquisition To Be A Small Business Set Aside Is That Small Business Prime Contractors Must Perform At Least 50% Of The Effort, As Defined In Federal Acquisition Regulation (far) Clause 52.219-14.
any Information Submitted By Respondents To This Sources Sought Synopsis Is Voluntary. This Sources Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government's Assessment Of The Capability Statements Received Will Factor Into Whether Any Forthcoming Solicitation Will Be Conducted As A Full And Open Competition, As A Set-aside For Small Business Or Any Particular Small Business Program, Or As A Sole-source Acquisition.
capabilities Package:
interested Parties Shall Submit A Capabilities Package, With A Cover Letter, That Is Brief And Concise, Yet Clearly Demonstrates Ability To Meet The Stated Requirements With Sufficiently Qualified Personnel, As Outlined In The Attached Draft Pws. Capability Packages Must Not Exceed 25 Pages.
responses Should Include The Following:
1. Company Name, Physical And Mailing Address.
2. Point Of Contact With Phone Number And Email Address.
3. Statement Of Your Intention To Submit A Bid For This Requirement As A Prime Contractor.
4. A Statement As To Whether Your Company Is Domestically Or Foreign Owned Or Controlled (if Foreign, Please Indicate The Country), And Whether Use Of Any Foreign National Employees Are Contemplated On This Effort.
5. If Subcontracts Are To Be Used, Provide Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses Will Be Used. Teaming And/or Subcontracting Arrangements Should Be Clearly Delineated And Previous Experience In Teaming Must Be Provided.
6. Statement As To Your Capability (including Financial) And Capacity To Perform And Manage The Work.
7. Statement Explaining How Your Company Will Perform This Work.
8. Statement Clearly Describing Your Related Background And Experience This Type Of Work, To Include Contract Numbers, Project Titles, Dollar Amounts, And Points Of Contact.
9. Statement Of Business Size In Relation To The Size Standard Stated Above.
10. Statement Of Socio-economic Status (e.g. Large, Small, 8(a), Hubzone, Service-disabled Veteran-owned Small Business, Etc).
11. Provide A Unique Entity Identifier (uei) And Commercial And Government Entity (cage) Code:
submission:
advertising Or Marketing Information Is Not Appropriate And Will Be Discarded.
responses Shall Be Submitted Electronically To The Following E-mail Address: Andrew.silvers@us.af.mil. All Correspondence Sent Via Email Shall Contain A Subject Line That Reads "fa6801-25-r-0010 Civil Engineering Facility & Equipment Support Follow On 2025." If This Subject Line Is Not Included, The Email May Not Get Through Email Filters At Wright-patterson Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachments. Attachments With Files Ending In .zip Or .exe Are Not Allowable And Will Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your Email. All Other Attachments May Be Deleted.
responses Are Due Not Later Than 20 Jan 2025 By 4:00 Pm Edt. Direct All Questions Concerning This Acquisition To Andrew Silvers: Andrew.silvers@us.af.mil.
Closing Date20 Jan 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Aguinaldo, Arteche, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Three Hundred Thousand Pesos Only (php3,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-001 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Aguinaldo, Arteche, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7-occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 800(2) – Clearing And Grubbing (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (77.85 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 M3), Item No. 804(4) – Gravel Fill (14.00 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (10,856.29 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (58.89 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (8.55 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A 28 Days (16.80 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days, (11.97 Cu.m.0, Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structures Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 06, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date20 Jan 2025
Tender AmountPHP 3.3 Million (USD 56.3 K)
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Sources To Provide Personnel, Materials, Supplies, Equipment, Transportation, Supervision And Other Items And Services For The Following: Mcnary Powerhouse Turbine Draft Tube Slot Filler.
the North American Industry Classification System (naics) Code For This Project Is 332312 (fabricated Structural Metal Manufacturing) And The Associated Small Business Size Standard Is 500 Employees.
this Sources-sought Announcement Is A Tool To Identify Businesses With The Capability To Accomplish The Work. This Is Not A Solicitation. Only Those Firms Who Respond To This Announcement By Submitting The Following Information Will Be Used In Determining Whether To Set Aside This Requirement.
a. A List Of Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Bidder Requirements. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, Your Firm’s Role In The Project, Performance Period, The Dollar Value And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel.
b. A Reference List For Each Of The Projects Submitted In A) Above. Include The Name, Title, Phone Number And Email Address For Each Reference.
c. Provide A Statement Of Your Firm’s Business Size (hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regards To The Naics Code Listed Above.
d. Provide A Statement That Your Firm Intends To Submit An Offer On The Project When It Is Advertised.
e. Provide A Statement Of Your Firm’s Bonding Capacity. A Statement From Your Surety Is Not Required.
f. Cage Code And Sam Unique Id Number.
submit This Information To Alan Inglis, Contract Specialist, Via Email To: Alan.n.inglis@usace.army.mil
summary Of Scope Of Work:
this Project Will Include Fabrication And Delivery Of 12 Structural Steel Turbine Draft Tube Slot Fillers. This Includes 6 Sets, With Each Set Containing One North And One South Draft Tube Slot Filler. The Sets Are Mirrors Of Each Other And Are Very Similar Structurally. Each Draft Tube Slot Filler Uses Welded Astm A572 Grade 50 Structural Steel Plates, Astm A1085 Hollow Structuralsections (hss) Steel, And Has Small Uhmw Components. Each Slot Filler Is A Picture Frame Shape Approximately 35 Ft Wide, 20 Feet Tall, And 3 Ft Deep. There Are 20 Ft Tall Legs Made From Rectangular Hss As The Sides To The Picture Frame Shape. Each Slot Filler Will Weigh Approximately 35,000 Pounds, Mostly Consisting Of Steel. The First Slot Filler Set Requires An Epoxy Polysiloxane Paint System And The Remaining 5 Sets Require 5-e-z Vinyl Paint. One Test Slot Filler Set Will Be Delivered First. The Test Set Will Be Installed, Inspected, And Tested By Mcnary Project Personal. If Any Design Changes Are Needed, They Will Take Place At This Time. Once The Test Set Is Tested And Any Design Changes Are Completed, The Contractor Will Be Released To Fabricate And Deliver The Remaining 5 Sets.
bidder Requirements:
1. The Fabricating Plant And Fabricator Is Required To Be Certified Under The Aisc (american Institute Of Steel Construction) Quality Certification Program With One Of The Following Certifications:
abr: Certified Bridge Fabricator – Advance
ibr: Certified Bridge Fabricator – Intermediate
hyd: Certified Metal Hydraulic Fabricator
bu: Certified Building Fabricator
the Contractor Must Be Certified Prior To Award Of This Contract And Must Remain Certified For The Duration Of This Contract. Submit Copies Of The Aisc Certificate(s) Indicating That The Fabrication Plant Meets The Specified Structural Steelwork Category.
1.1 In Addition, The Fabricator Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Fabrication Plant Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Fabricated Structures With The Following Minimum Requirements:
weight Of 15-tons Or Greater.
member Thicknesses Of 1/2-inch Or Greater.
length, Width, Or Height Of Structure Of At Least 20-ft.
minimum Tolerances Of +/- 1/8-inch Out Of Parallel Over Mat Least 20-ft.
adequate Crane Capacity Capable Of Picking And Maneuvering The Structures Within Fabrication Building. Maneuvering The Individual Component Includes Any Rotating About Any Axis Of The Structure That May Be Required For Fabrication And Weld Distortion Control.
2. The Painting Contractor Must Be Certified By Association For Materials Protection And Performance (aamp) With An Sspc Qp 3 Certification For All Surface Preparation And Coating Application. Submit A Copy Of The Applicable Certificates/endorsements. The Contractor Must Be Certified/endorsed Prior To Award Of This Contract And Must Remain Certified/endorsed For The Duration Of This Contract.
2.1 In Addition, The Painting Contractor Is Required To Have Completed Two Projects Of Similar Scope In The Past Ten Years. Submit Documentation For Experience Indicating That The Painting Contractor Has Completed Projects Of Similar Scope As Identified Below.
projects Of Similar Scope Consists Of Having Painted Steel Structures With The Following Minimum Requirements:
application Of Usace Vinyl Paint System No. 5-e-z
surface Preparation Of Sspc Sp 5.
dimensions: See Attached File (draft Tube Slot Filler Dimension Drawing.pdf).
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 -- Streamlined Procedures For Evaluation And Solicitation For Commercial Items, In Conjunction With Far -- Part 13 Simplified Acquisition Procedures; And Supplemented With Additional Information Included In This Notice.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 -- Streamlined Procedures For Evaluation And Solicitation For Commercial Items, In Conjunction With Far -- Part 13 Simplified Acquisition Procedures, Specifically Far Subpart 13.5 Simplified Procedures For Certain Commercial Items; And Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Is Attached To This Announcement.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Circular (fac) 2024-05, Dated April 22, 2024.
solicitation #36c26225q0400 Is Issued As A Request For Quote (rfq) And Constitutes The Only Solicitation. The Government Intends To Award A Single Firm-fixed Price (ffp) Award.
this Procurement Will Be Issued Under A Small Business Set Aside. The North American Industry Classification System (naics) Code Is 339950 And The Small Business Administration S (sba) Size Standard Of 500 Employees.
the Government Is Seeking A Contract To Acquire An Mri Doorway Protection System For The Va Loma Linda Healthcare System. This Solicitation Is Being Procured As A Brand Name Or Equal Iaw 52.211-6 -- Brand Name Or Equal. The Submissions Must Meet The Following Salient Characteristics:
be Compatible To Techgate. This Is The Current System Installed On The Mri Zone Iv Doors At The Va Loma Linda Location.
have (4) Four Mri Conditional Remote-control Transmitters.
have A Standard Outlet Power Supply.
have Mounting Hardware And Mounting Tree Assembly.
have Auto Functionality With An Ir Sensor.
have An Led Ai Smart Arm With Dual Ir Sensors.
have An External Hardwired Power Connection Battery Backup System.
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality And Services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Services That Fulfill The Required Specifications. If A Solicitation Is Published, A Site Walk Thru May Be Available In Order To Address Key Details.
see Attached Sf 1449 Solicitation For Statement Of Work (sow), Applicable Clauses / Provisions, And Other Pertinent Information Relative To This Solicitation.
place Of Performance: Va Loma Linda Healthcare System Supply Warehouse, 11201 Benton Street, Loma Linda, Ca, 92357.
period Of Performance: Within 90 Days Of Placing Order.
provisions 52.212-1, Instructions To Offerors Commercial And 52.212-2, Evaluation Commercial Items Are Applicable To This Acquisition. Furthermore, Provision 52.212-2 Is Utilizing The Lowest Price Technically Acceptable (lpta) On An Acceptable/unacceptable Evaluation Process.
submitting Quote: Offeror(s) Shall Submit Their Quote On Company Letterhead And Shall Include The Completed Pricing Forms, Along With Name, Address, Telephone Number Of The Offeror, Firm S Duns#, Total Price And A Completed Copy Of Far Clause 52.212-3 Offerors Representations And Certifications - Commercial Items Or A Copy Of Offeror S Annual Offeror Representations And Certifications (orca) Document From Www.sam.gov As Required By Far Clause 52.212-3 Offerors Representations And Certifications - Commercial Items. As An Alternative, Offeror(s) May Use The Price/cost Schedule Of The Attached Sf 1449 For Quote Submission.
submit All Question(s) To Nate Munson At Nathan.munson@va.gov No Later Than January 31, 2025, 4:00 Pm Pacific Standard Time (pst). Ensure To Reference Solicitation #36c26225q0400 Within Subject Line Of The Email.
quotes Must Be Received By February 3, 2025 By 4:00 Pm Pst. Email Your Quote To Nate Munson At Nathan.munson@va.gov. Ensure To Reference Solicitation # 36c26225q0400 Within Subject Line Of The Email. Quote(s)/offer(s) Received After The Prescribed Deadline, Shall Be Considered Non-responsive And Will Not Be Considered For Award.
clauses
far Number
title
date
52.209-6
protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
aug 2013
52.212-4
contract Terms And Conditions-- Commercial Items
feb 2012
52.212-5
contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items Alternate Ii (jul 2012)
aug 2012
52.232-33
payment By Electronic Funds Transfer System For Award Management
jul 2013
52.252-2
clauses Incorporated By Reference
feb 1998
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
52.233-1
disputes
may 2014
52.233-3
protest After Award
aug 1996
852.203-70
commercial Advertising
jan 2008
852.232-72
electronic Submission Of Payment Requests
nov 2012
852.237-70
contractor Responsibilities
apr 1984
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors
jul 2016
provisions
52.211-6
52.212-1
brandname Or Equal
instructions To Offerors-commercial Items
aug 1999
apr 2014
52.212-2
evaluation--commercial Items
oct 2014
52.212-3
offeror Representations And Certifications--commercial Items
nov 2014
Closing Date4 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Details: Rfq Type Goods Goods Fleet: Light And Medium Vehicle Spares ( Reference Number Wb12500134 Title Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Description 2 Each X Cct33329-wiper Blade 18'' 2 Each X Cct33329-front Shocks 1 Each X Cct33329-set Front Brake Pads 2 Each X Cct33329-padle Pads(clutch&brake) 8 Each X Cct33329-front Stablizer Bar Bushes 8 Each X Cct33329-rear Of Rear Shackle Bushes 2 Each X Cct33329-rear Shocks 4 Each X Cct33329-wedge Bulb 12v 1 Each X Cct33329-standard Number Plate 1 Each X Cct33329-5l Engine Cleaner(decreaser) 2 Each X Cct33329-alternator Belts Specification* Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 * Reg. No/type/model:cct33329 Nissan Np300 2.5 Bh 2017 Vin No:adnapgd22zr097914 Notification:902168559 Contact Person:ruben Dep & Address: Bellville Workshop, 33 Reed Street, Bellville Contact Numbers: (t) 021-4445017 Delivery Date2025/02/14 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personruben Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/06 Closing Time02:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date6 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500561 Title Cordless Drill Plus Drill Bits Set Description 2 Each X Cordless Drill Plus Drill Bits Set 2 Each X 85 Piece Toolbox Set Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Package Dimension 40 X 36.5 X 17cm 5,56kg Batteries Lithium Ion Batteries Required.(included) Part Number Dcd776s2a-za Colour Multicolor Power Source Battery Powered Voltage 18 Volts Special Features Heavy-duty Included Components 1x 18v 1.5ah Hammer Drill Driver With 100 Bits Set Batteries Included Yes Batteries Required Yes Battery Cell Type Lithium Ion * What's In The Box 18 X 1/2" Dr. Sockets 10-11-12-13-14-15-16-17-18-19-20-21-22-23-24-27-30-32mm 1 X 1/2" Dr. 72 Teeth Quick Release Ratchet Handle. 1 X 1/2" Dr. X 5" Extension Bar 1 X 1/2" Dr. X 10" Extension Bar With 3-way Adaptor 1 X 1/2" Dr. Universal Joint 12 X 1/4" Dr Socket 4, 4.5, 5, 5.5, 6, 7, 8, 9, 10, 11, 12, 13mm. 1 X 1/4" Dr. 72 Teeth Quick Release Ratchet Handle. 1 X 1/4" Dr. X 3" Extension Bar 6 X 1/4" Socket Bits 1 X Screwdriver Handle 1 X Long Nose Plier 6" 1 X Combination Plier 7" 1 X Measuring Tape 3m 1 X Zinc Alloy Cutter 10 X Blade 5 X Screwdriver 5x75,6x100,8x 150mm,ph1 X 75mm, Ph2x 100mm 1 X Water Pump Plier 10" 1 X Lock Plier 10" 9 X Hex Key 1.5,2,2.5, 3,4,5,6,8, 10mm. 12 X Spanner 6,8,9,10,11,12,13,14,15,16,17, 19 Mm 1 X Metal Case Model Number 85 Piece Tool Box Set With Metal Box Capacity 5kg Tool Box Tray Type Tool Box Model Name 85 Piece Tool Box Set With Metal Box Colour Orange Pack Of 1 Packaging Type Case Width 22.2cm Height 21cm Depth 47.5cm Weight 10kg Delivery Date2025/04/30 Delivery Towater Services - Plattekloof Resvr Maintenance Plant Delivery Address0000 Trading Services, Plattekloof Contact Personjerome Muller Telephone Number0747302452 Cell Number Closing Date2025/02/07 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date7 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500484 Title Supply Vertical Multistage Pumps Description 3 Each X Supply Vertical Multistage Pumps Specification* Please Contact Trevor Farmer, Bradley Zimri Or Liezl Carolus On 021 814 1874/5 Ext 238 Before Delivery Takes Place Pump And Motor Assembly To Be Supplied And Delivered Specifications Are As Follow Grundfos Or Equivalent Vertical, Multistage Centrifugal Pump With Inlet And Outlet Ports On Same The Level (inline). The Pump Head And Base Are In Cast Iron # All Other Wetted Parts Are In Stainless Steel. A Cartridge Shaft Seal Ensures High Reliability, Safe Handling, And Easy Access And Service. Power Transmission Is Via A Rigid Split Coupling. Pipe Connection Is Via Combined Din-ansi-jis Flanges. The Pump Is Fitted With A 3-phase, Fan-cooled Asynchronous Motor. Liquid Pumped Liquid Water Liquid Temperature Range -20 .. 120 °c Selected Liquid Temperature 20 °c Density 998.2 Kg/m³ Technical Pump Speed On Which Pump Data Are Based 2899 Rpm Actual Calculated Flow 5.684 M³/h Resulting Head Of The Pump 85.18 M Pump Orientation Vertical Shaft Seal Arrangement Single Code For Shaft Seal Hqqe Approvals Ce,eac,ukca,sepro Approvals For Drinking Water Wras,acs Curve Tolerance Iso9906 2012 3b Materials Base Cast Iron En 1561 En-gjl-200 Astm A48-25b Impeller Stainless Steel En 1.4301 Aisi 304 Bearing Sic Installation Maximum Ambient Temperature 60 °c Maximum Operating Pressure 25 Bar Max Pressure At Stated Temp 25 Bar / 120 °c 25 Bar / -20 °c Type Of Connection Din / Ansi / Jis Size Of Inlet Connection Dn 25/32 Size Of Outlet Connection Dn 25/32 Pressure Rating For Connection Pn 25 Flange Rating Inlet 250 Lb Flange Size For Motor Ft115 1 Electrical Data Motor Standard Iec Motor Type 90le Rated Power - P2 2.2 Kw Power (p2) Required By Pump 2.2 Kw Mains Frequency 50 Hz Rated Voltage 3 X 380-415d V Rated Current 4.65 A Starting Current 840-920 % Cos Phi - Power Factor 0.86-0.80 Rated Speed 2890-2910 Rpm Ie Efficiency Class Ie3 Motor Efficiency At Full Load 85.9 % Motor Efficiency At 3/4 Load 88.2-87.2 % Motor Efficiency At 1/2 Load 88.0-85.5 % Number Of Poles 2 Enclosure Class (iec 34-5) 55 Dust/jetting Insulation Class (iec 85) F Motor No 85u11908 Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/30 Delivery Toelectricity - Steenbras P S Red1 Plant / Ph 840 4102 Delivery Address1 Off Sir Lowry Road, Gordon's Bay Contact Persontrevor Farmer Telephone Number0218141874 Cell Number Closing Date2025/02/17 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgn1.quotations@capetown.gov.za Buyer Detailsn.mtati Buyer Phone0214006739 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date17 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Drainage Work
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Interested Business Sources For A Construction Project Entitled: Charbonneau Park Septic System Upgrades. The Construction Will Occur At Charbonneau Park, Snake River Mile 11, South Riverbank. This Solicitation Will Be An Invitation For Bid Resulting In The Award Of A Firm-fixed-price Construction Contract. The Magnitude Of Construction Is Estimated To Be Between $500,000 And $1,000,000. 100% Performance And Payment Bonds Will Be Required. The North American Industry Classification System (naics) Code For This Project Is 238910 - Site Preparation Contractors And The Associated Small Business Size Standard Is $19.0 Million.
this Sources-sought Notice Is A Tool To Identify Businesses With The Interest In And Capability To Accomplish The Work. Please Respond Only If You Intend To Propose On This Project When It Is Solicited In The Future.this Is Not A Solicitation.
responses To This Sources Sought Notice Should Include The Following Information:
a List Of No More Than Three Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Summary Scope Of Work. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, How It Relates To The Described Herein And Your Company’s Role In The Project, The Dollar Value, And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Company And/or In-house Personnel.
a Reference List For Each Of The Projects Submitted. Include The Name, Title, Phone Number, And Email Address For Each Reference.
if Subcontracting, State What Percentage Overall Will Be Subcontracted And What Portions Of The Work Would Be Subcontracted.
provide A Statement Of Your Company’s Business Size Status (large, Small, Hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regard To The Naics Code Listed Above.
provide A Statement That Your Company Intends To Submit An Offer On The Project When It Is Advertised.
provide A Statement Of Your Company’s Bonding Capacity. A Statement From Your Surety Is Not Required.
cage Code And Sam.gov Unique Entity Id (uei) Number.
this Sources Sought Notice Is For Market Research And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government To Pay For Information Submitted In Response To This Request. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. Respondents Will Not Be Notified Of The Results Of The Market Analysis And Debriefings Will Not Be Available. It Is The Reader's Responsibility To Monitor The Government Point Of Entry (gpe) Via Sam.gov Contract Opportunities For Any Resultant Or Future Solicitation Package(s) That May Be Issued.
submit This Information To Preston Jones, Contract Specialist, Via Email To Preston.e.jones@usace.army.mil. Your Response To This Notice Must Be Received On Or Before 3:00 Pm On 19 February 2025.
summary Of Scope Of Work:
the Existing Charbonneau Park Wastewater Treatment System In The Scope Of This Planned Contract Is Considered A Large On-site Septic System (loss), As Its Peak Design Capacity Of 6,875 Gallons Per Day (gpd) Exceeds The 3,500 Gpd On-site Sewage System (oss) Permit Capacity Threshold.the Loss Serves A Comfort Station, 54 Campsites (18 Of Which Have Sewer Connections, 16 Are Public Sites And Two Are Caretaker Sites), And A Marina Boat Pump-out Station. The Existing Septic Tank Treatment System Consists Of A Collection Tank, Two Septic Tanks In Series (6,000-gallon Primary Tank And 3,000-gallon Secondary Tank) And A Lift Station Tank For Pressurized Distribution To The Drain Field.
government Requirements:under The Planned Contract, The Contractor Will Be Required To Provide Thefollowing Construction Services:
the Objective Is To Install A Loss Upgrade That Meets The Requirements Of Washington State Department Of Health (wadoh). The Planned Tankage For The System Upgrade Includes The Use Of The Existing Primary 6,000-gallon And 3,000-gallon Septic Tanks. Additionally, There Will Be One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. All New Tanks Will Be Selected From The List Of Registered Sewage Tanks, As Established Under Wac 246-272c As Part Of Washington State Doh 337-046.
the Contractor Will Be Required To Install One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. Septic System Upgrade Will Also Include Replacement Of The Existing Marina Pump And Two Existing Lift Station Pumps. Install Specified Materials By A Licensed Septic Contractor Licensed For Such Work In Washington State. After Award, Contractor Must Submit License Showing They Are A Current Licensed Installer With The Washington State Department Of Health.
additive Contract Scope (see Dfars 236.213), Dependent Upon Available Funding And Bid Amounts, Will Include The Following Construction Services:
installation Of A New Septic System For The Volunteer Village At Charbonneau Park, Near Burbank, Washington.
the Septic System Shall Include The Installation Of A Drain Field, A 1,500-gallon Tank, A 2,000 Gallon Tank, Rv Sewer Hookups, And All The Associated Piping, Etc.
Closing Date19 Feb 2025
Tender AmountRefer Documents
8991-9000 of 9390 archived Tenders