Architect Tenders

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal; Therefore, Do Not Provide Information On Pricing. the Indian Health Service (ihs), Sanitation Facilities Construction (sfc) Program Is Responsible To Provide Water, Sewer And Solid Waste Facilities For American Indian Housing At, Adjacent To, Or Near American Indian Communities As Authorized By Public Law 86-121. Community Sizes Range From 15 To 10,000 People. The Ihs Is Authorized To Design, Construct And Improve Facilities, Acquire Lands And Right-of-way For Sanitation Facilities Projects, And Transfer Completed Facilities To Native American Tribal Organizations Or Other Public Authorities For Operation And Maintenance. the Division Of Engineering Services (des), Indian Health Service (ihs), An Agency Of The Department Of Health And Human Services Is Seeking Qualified Architect-engineering (a-e) Firms To Submit Standard Form 330 (sf330) Architect / Engineer Statement Of Qualifications For Architectural And Engineering Services For Ihs Sanitation Facilities Construction (sfc) Projects. The Ihs Service Areas Expected To Utilize This Contract Include, But Are Not Limited To, The Following Areas: Albuquerque, Bemidji, California, Great Plains, Nashville, Oklahoma City, Phoenix, And Portland (https://www.ihs.gov/locations/). Each Of These Areas Has A Unique Group Of Tribes That They Work With On A Daily Basis. the A-e Firm Shall Assist Ihs In Providing Professional Design And Engineering Services. Requirements Will Vary For Each Individual Task Order And Will Be Defined By Separate Scopes Of Work. des Intends To Award Up To Eight (8) Indefinite Delivery-indefinite Quantity (idiq) Contracts That Will Be For A Base Period Of One (1) Year From The Date Of Award With Four (4) Options To Extend The Term Of The Contract For Four (4) Additional One-year Periods To Be Exercised At The Discretion Of The Government, Or Until The Maximum Contract Capacity Of $8,000,000.00 Per Contract Is Reached, Whichever Is Earlier. the Contracts Awarded Will Have A Guaranteed Minimum Order Of $1,000.00 For The Total Of The Base Year And All Option Years. The Minimum Value Of Any Individual Task Order Is $1,000.00 With A Maximum Task Order Value Of $2,000,000.00. Each Specific Idiq Task Order Shall Be Separately Negotiated Based On The A-e Effort Involved. point Of Contact: taylor Kanthack, Contract Specialist; Taylor.kanthack@ihs.gov division Of Engineering Services (des) Seattle, 701 5th Ave, Suite 1650, Seattle, Wa 98104 secondary Point Of Contact: jenny Scroggins, Contracting Officer; Jenny.scroggins@ihs.gov division Of Engineering Services (des) Dallas, 1301 Young Street, Suite 840, Dallas, Tx 75202 refer To The Attached Document B01 Rfq2025 Sfc Idiq For Further Information Regarding Submission Requirements And Evaluation Factors. this Is Not A Request For Proposal; Therefore, Do Not Provide Information On Pricing. amendment A00001 - Refer To Document B05 Amend A00001 For Details. amendment A00002 - Refer To Document B05 Amend A00002 For Details. amendment A00003 - Refer To Document B05 Amend A00003 For Details.

Offizielle Bezeichnung Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Description: Contract notice - general guideline, special regulation negotiated procedure with prior publication of a call for competition / negotiated procedure (services) Dlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning ... Moredlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning Services according to Hoai 2021, Part 4 Technical planning, Section 1 Structural planning for the renovation and new conception of the German Leather Museum Technical planning services Structural planning for phases 1-6 according to Section 51 Hoai 2021 as well as variant investigations into different possible solutions within service phases 1 + 2. Location of the construction project: The German Leather Museum is located in the inner city area, approx. 500 m west of the pedestrian zone, on the edge of Offenbach city center. Frankfurter Strasse, which runs east-west, is a major traffic axis for accessing the city center and borders the DLM and the forecourt, the "Platz des 8. Mai 1945", to the north. Construction: The DLM was founded in 1917 in the Technical College (now the HFG Offenbach). In 1938, the DLM moved into the "historic warehouse" built in 1829, which it still uses today. The warehouse had been converted into a museum building or an extension had been added to it according to plans by the museum's founder and architect Hugo Eberhardt. After the Second World War, in which the building suffered severe war damage, the building was rebuilt and the museum reopened in 1948. A first extension took place in 1960, a second in 1980. A third in 2009 closed a gap between the "historic warehouse" and the components from the 1960s and 1980s. The Dlm currently has a total usable area of approx. 6,400 m². The contract is awarded in stages. Contract stages are: Stage I: Lph 1 and 2 Stage II: Lph 3 Stage III: Lph 4, 5, 6 From performance phase 4 onwards, the Opg Offenbacher Projektentwicklungsgesellschaft Mbh (opg), which is indirectly owned by the city, will be commissioned in the name and on behalf of the city of Offenbach (including for carrying out tendering procedures and commissioning for all planning and consulting services still required after the project decision, as well as for services attributable to construction). Opg Mbh is a 100% subsidiary of Soh Gmbh, which is itself 100% owned by the city of Offenbach am Main. The city of Offenbach am Main has concluded a framework agreement with Opg for the supervision of construction work in and on publicly used buildings of the city. The contractor is obliged to accept the order of order level II on the basis of his contract for a period of 3 years as soon as the client requests this in writing. The period begins with the acceptance of the last order level. The contractor only has a legal right to order of order level II if this is agreed separately.

Offizielle Bezeichnung Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Description: Contract notice - general guideline, special regulation negotiated procedure with prior publication of a call for competition / negotiated procedure (services) Dlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning ... Moredlm structural planning Planning services Structural planning for the following building complex in Offenbach am Main: --> Renovation and new conception of the German Leather Museum in Offenbach. Dlm structural planning Services according to Hoai 2021, Part 4 Technical planning, Section 1 Structural planning for the renovation and new conception of the German Leather Museum Technical planning services Structural planning for phases 1-6 according to Section 51 Hoai 2021 as well as variant investigations into different possible solutions within service phases 1 + 2. Location of the construction project: The German Leather Museum is located in the inner city area, approx. 500 m west of the pedestrian zone, on the edge of Offenbach city center. Frankfurter Strasse, which runs east-west, is a major traffic axis for accessing the city center and borders the DLM and the forecourt, the "Platz des 8. Mai 1945", to the north. Construction: The DLM was founded in 1917 in the Technical College (now the HFG Offenbach). In 1938, the DLM moved into the "historic warehouse" built in 1829, which it still uses today. The warehouse had been converted into a museum building or an extension had been added to it according to plans by the museum's founder and architect Hugo Eberhardt. After the Second World War, in which the building suffered severe war damage, the building was rebuilt and the museum reopened in 1948. A first extension took place in 1960, a second in 1980. A third in 2009 closed a gap between the "historic warehouse" and the components from the 1960s and 1980s. The Dlm currently has a total usable area of approx. 6,400 m². The contract is awarded in stages. Contract stages are: Stage I: Lph 1 and 2 Stage II: Lph 3 Stage III: Lph 4, 5, 6 From performance phase 4 onwards, the Opg Offenbacher Projektentwicklungsgesellschaft Mbh (opg), which is indirectly owned by the city, will be commissioned in the name and on behalf of the city of Offenbach (including for carrying out tendering procedures and commissioning for all planning and consulting services still required after the project decision, as well as for services attributable to construction). Opg Mbh is a 100% subsidiary of Soh Gmbh, which is itself 100% owned by the city of Offenbach am Main. The city of Offenbach am Main has concluded a framework agreement with Opg for the supervision of construction work in and on publicly used buildings of the city. The contractor is obliged to accept the order of order level II on the basis of his contract for a period of 3 years as soon as the client requests this in writing. The period begins with the acceptance of the last order level. The contractor only has a legal right to order of order level II if this is agreed separately.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: 2 this Is A Pre-solicitation Notice, This Not A Request For Proposals. This Is A Request For Sf-330 Architect/engineer Qualification Packages Only. all Information Needed To Submit Sf330 Documents Is Contained Herein. No Solicitation Packages Or Technical Information Will Be Issued In This Phase. the Department Of Veteran Affairs Network 6 Contracting Office Is Seeking Qualified Architect-engineering (ae) Firms To Submit Standard Form 330 (sf 330) Architect/engineering Statement Of Qualifications For Project # 590-25-250 | Campus Streets And Walkways Lighting Improvements | Hampton Va Medical Center Located In Hampton, Virginia. Firms Submitting Qualification Packages Must Be Fully Licensed To Perform Designs As A Registered Professional Ae Firm In The United States To Be Considered For This Opportunity. network Contracting Office (nco) 6 Va Facility Locations Include: hampton Va Medical Center, 100 Emancipation Drive, Hampton, Va., 23667. this Acquisition Is 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb). prospective Contractors Are Cautioned That Proposal Submitted In Response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, The Concern Will Comply With The Limitation On Subcontracting Requirements In Accordance With Vaar Clause 852-219-73 (jan 2023) (deviation), Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Certified In Vetcert (veteran Small Business Certification (sba.gov)) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualification And Reporting To Vets -4212 Federal Contractor Reporting In Accordance With Far 52.222-37, Employment Reports On Veterans At Https://www.dol.gov/agencies/vets/programs/vets4212. Failure Of A Prospective Sdvosb To Be Certified By The Veteran Small Business Certification (sba.gov) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Certified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. contract Overview: A Firm Fixed Price A/e Design Service Contract Is Contemplated For Project # 590-25-250 | Campus Streets And Walkways Lighting Improvements. Iaw Vaar 836.204(f)(2) The Estimated Magnitude Of Construction For This Project Is Between $2,000,000 And $5,000,000. The Estimated/target Design Completion Period Is 390 Calendar Days After Issuance Of Notice To Proceed. The Naics Code For This Acquisition Is 541330, Engineering Services With A Size Standard Of $25.5 Million. project Scope: The Architect/engineer (a/e) Shall Provide Comprehensive Survey Of The Campus Street Signage, Street Lighting, Walkway Lighting, And Wayfinding Systems To Determine Current State And What Improvements Are Needed To Ensure Continued Operations. The Va Anticipates That The Survey Will Recommend Near Wholesale Replacement Of Street Signage, Wayfinding Systems And Major Improvements In Lighting Systems. The Project Request Includes Funding Intended To Address The Most Critical Issues First And Final Scope Will Be Determined By The Survey. selection Criteria: The A/e Source Selection Team Shall Utilize The Following Selection Criteria Listed In Descending Order Of Importance. the Architecture-engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. The Department Of Veterans Affairs (va) Shall Evaluate Each Potential Contractor In Terms Of The Following: M - Firm Meets The Selection Criterion. Nm - Does Not Meet The Selection Criterion. the Submitted Sf-330s Will Be Evaluated On The Criteria Below, Listed In Order Of Importance: (1) Professional Qualifications (2) Specialized Experience And Technical Competence (3) Capacity To Accomplish The Work (4) Past Performance (5) Construction Period Services (6) Record Of Significant Claims (7) Set-aside (8) Location selection Criterion 1: Professional Qualifications professional Qualifications Necessary For Satisfactory Performance Of Required Services Showing Recent Experience Of The Project Team With Hospital Lighting/electrical Projects Completed Through Designed Within The Past Five (5) Years. Each Resume Shall Include A Minimum Of Two (2) Lighting/electrical Projects Through Completed Construction. team Member Designer Of Record Positions Required In This Project But Not Limited To: Electrical Engineer, Fire Protection Engineer, Mechanical Engineer, Project Manager, And Structural Engineer. evaluation Considerations do The Qualifications Indicate That The Project Team Has Recent Direct Experience On Hospital Lighting/electrical Projects Designing Similar Improvements To Those Proposed At Hampton Vamc? Is The Architect/engineer Providing A Team Where Each Member Has More Than 5 Years Of Experience? What Will Be The Role Of Interns If Used During Design? firm Shall Provide A Table Of A Minimum Of 5 Comparable Lighting/electrical Projects Comparing Their Ige With The Bid/award Amount During Construction. selection Criterion 2: Specialized Experience And Technical Competence the Ae Must Have The Necessary Specialized Experience And Technical Competence In The Type Of Work Required, Specifically Evaluating And Replacing Streets And Walkways Lighting On A Hospital S Campus. provide A Minimum Of Three (3) And No More Than Five (5) Projects That Are At Least 85% Complete Through Construction. Submitted Projects Must Be From Within The Past Five (5) Years And Should Be Projects That Best Illustrate Specialized Experience Of The Proposed Team. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office, Branch, Regional Office, Or Individual Team Member Proposed To Manage And/or Perform Work Under This Contract. to Enable Verification, Firms Should Include The Unique Entity Id (sam Uei) Number Along With Each Firm S Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An Email Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. if The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. if The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. additionally, Firms Are Required To Submit Information That Will Clearly Demonstrate Specific Experiences And Qualifications Of Proposed Personnel And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects No More Than Five (5) Years Old That Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.) note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture. However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. evaluation Considerations does The Architect/engineer Provide Evidence Of Understanding Of The Project; And Any Unique Architectural/engineering Aspects Associated With The Proposed Project And How To Address Them? selection Criteria 3: Capacity To Accomplish The Work the A/e Must Have The Capacity To Accomplish The Work In The Required Time For Both The Prime And Sub-consultants. This Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload (percentage) And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $100,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period. describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. volume Of Va Contract Awards In The Last 12 Months. evaluator Consideration: does The Proposed Design Team Have Sufficient Capacity To Work On This Project? has The Firm Demonstrated An Ability To Meet Design Schedules In The Past? has The Firm Demonstrated A Record Of Working Together As A Team? selection Criteria 4: Past Performance offerors Will Be Evaluated On Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules In A Hospital Setting. Provided Past Performance And Experience Shall Include Information In The Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 2 Projects. Past Performance May Also Include Other Information Provided By The Firm Such As Customer Inquiries, Government Databases, And Other Information Available To The Government. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. evaluator Consideration: does The Proposed Architect/engineer Have Past Performance With Ratings Satisfactory And Above While Working On Hospital Projects? does The Architect/engineer Have A Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. are The Evaluations Provided For The Projects Listed In Specialized Experience? project Recency: a Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered, As An Accurate Performance Record Cannot Exist For Work Not Yet Completed. submission Requirements: submit A Completed And Current (most Recent) Cpars/acass Evaluation For Each Project Submitted Under Criterion 2. If The Project Does Not Have A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client. Please Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Do Not Submit A Ppq When A Completed Cpars/acass Is Available. submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Individual Completed Ppqs Should Be No More Than Five (5) Pages Long And Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment C), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq From A Previous Special Notice/rfp. It Must Be On The Same Form Included With This Special Notice, And It Must Be Legible. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. if Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Shannon Brown Via Email At Shannonmarie.brown@va.gov Prior To The Response Date. Please Also Copy Guy Brooks At Guy.brooks@va.gov. evaluator Consideration: does The Proposed Architect/engineer Have Past Performance With Ratings Satisfactory And Above While Working On Hospital Projects? does The Architect/engineer Have A Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. are The Evaluations Provided For The Projects Listed In Specialized Experience? selection Criteria 5: Construction Period Services offerors Will Be Evaluated On The Quality Of The Construction Period Services Provided. Construction Period Services Include But Are Not Limited To Professional Field Inspections, Review Of Construction Submittals, Support In Answering Requests For Information, And Support Of Construction Contract Changes. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. provide Up To Three (3) Completed Projects In The Past Five (5) Years That Best Illustrates The Construction Period Services Performed By The Team. Describe Construction Period Services Provided And Whether The Project Was Completed Within Schedule And Budget. Include A Contract Number Or Project Identification, Include Name, Telephone Number, And Email Of The Completed Project Stakeholder. evaluator Consideration: what Evidence Do The Qualifications Provide As To The Architect/engineer S Commitment To Proactive And Consistent Representation During Construction Specifically Answering Rfis, Reviewing Submittals And Periodic Site Visits? selection Criteria 6: Record Of Significant Claims interested A/e Firms Must Share Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. indicate Any Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services Within The Past Five (5) Years. selection Criteria 7: Set-aside the Extent To Which Potential Contractors Identify And Commit To The Use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. selection Criteria 8: Location tie-breaker: if Evaluations Of Sf330 S Result In The Same Rating, Proximity To The Facility Will Be Used As A Tiebreaker. The Distance Will Be Determined According To Http://maps.google.com/. For Firms That Have Multiple/regional Offices, The Location Of The Primary Project Team Will Be Used To Calculate The Distance And Should Be Provided In The Sf330. If The Location Of The Primary Project Team Is Not Identified, The Location Of The Main Office Will Be Used. indicate The Location (physical Address) Of The Firms Or Teams, Including Main Offices, Branch Offices, Any Sub Consultants Offices, And The Location Of The Primary Project Team. Explain How This Will Be Advantageous To The Government. selection Procedures: this Requirement Is Being Procured In Accordance With The Brooks Act Of 1972, Federal Acquisition Regulation 36.6 (far) And Va Acquisition Regulation 836.6 (vaar) And Va Acquisition Manual (vaam) 836.6. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Could Result In A Firm Being Removed From Consideration. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Cpars Evaluation, The Ppq Included With This Notice Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Requirements. the Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. the Following Format Should Be Used: cover Page With Solicitation Number, Project Title. table Of Contents. sf 330. acceptability Under Other Appropriate Evaluation Criteria, I.e., Sf 330, Section H. copy Of Current A/e State Engineer/architect License. unique Entity Id (uei). tax Id Number. the E Mail Address And Phone Number Of The Primary Point Of Contact. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than 10:00 Am Est On January 30, 2025. Email Capacity Is Limited To Seven (7) To Ten (10) Megabytes (megs). all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Contract Specialist Shannon Brown, Shannonmarie.brown@va.gov And Guy Brooks, Contracting Officer At Guy.brooks@va.gov. Please Provide Pre-solicitation Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Proposal Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330. all Questions Regarding This Announcement Must Be Emailed To The Contract Specialist Shannon Brown At Shannonmarie.brown@va.gov And Contracting Officer Guy Brooks At Guy.brooks@va.gov site Visits Will Not Be Arranged This Phase. this Announcement Is Not A Request For Proposal. This Is A Pre-solicitation Notice For Architect/engineering (a/e) Design Services; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330. Only The A/e Firms Responding To This Announcement By Submitting An Sf330 Package On Time Will Be Considered For Initial Evaluation. see Attached Documents: attachment 1 Statement Of Work attachment 2 Pre-construction Assessment/ Evaluation attachment 3 Past Performance Questionnaire

DEPT OF THE ARMY USA Tender

Environmental Service
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award Modifications Against The Existing Task Orders Under The 2021 Unrestricted Architect/engineer (a/e) Environmental Support Services Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contracts (matoc). The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." project Description: This Is An Indefinite Delivery/indefinite Quantity (idiq) Matoc Pool For Architect/engineering For Environmental Support Services To Support U.s. Army Corps Of Engineers Assigned Mission Areas. The Type Of Services To Be Performed Under The Scope Of The Matoc Consists Of Design, Studies, Surveys, Sampling, Testing, Permit Procurement, Cost Estimates, Sustainable And Innovative Technologies, And Other Similar Activities Related To Environmental Matters. a-e Services Include But Are Not Limited To Work On A Wide Variety Of Hazardous, Toxic, And Radiological (htrw) Sites In Addition To Other Non 29 Cfr 1910.120 Environmental Sites In A Manner That Complies With Federal, State, And Local Regulations And Laws, And Within Timeframes Required. Direct Award Options To Execute Environmental Support Activities For Relatively Simple, Low Dollar Or Medium Complexity Work Suitable For And To Execute Under Our Various Environmental Programs; Ex. Formerly Used Defense Sites (fuds), Department Of Defense Restoration Program (derp), Comprehensive Emergency Response Compensation And Liability Act (cercla), The Federal And State Versions Of The Clean Air Act (cca), The Clean Water Act (cwa), The Toxic Substances Control Act (tsca), The Resource Conservation And Recovery Act (rcra), Underground Storage Tank (ust) Regulations, The National Environmental Policy Act (nepa), The Corps Of Engineers’ Regulations And Other Environmental Laws And Regulations Mandating Pollution Prevention And Remedial And Munitions-related Activities. this Notice Of Intent Is Not Considered A Request For Quotations Or Competitive Proposals. This Is A Written Notice To Inform The Public Of The Government’s Intent To Proceed With Awarding Modifications Against The Existing Task Orders Under The Unrestricted A/e Idiq Matoc For Environmental Support Services. Interested Concerns Must Show Clear And Convincing Evidence That Competition Of This Requirement Would Be Advantageous To The Government. A Determination By The Government Not To Compete This Proposed Action Based On Responses To This Notice Is Solely Within The Discretion Of The Government. The Approved Justification And Approval (j&a) For This Procurement Will Be Posted Following The Closure Of This Notice. responses Should Be Emailed To The Government Point Of Contact For This Acquisition At Alexa.l.dukes@usace.army.mil No Later Than 14 February At 1:00 Pm Eastern Time (et). responses Should Include: 1) Company Name, Address, Unique Identifier Number, And Point Of Contact Name Of Email Address. 2) Identify Business Size (i.e. Small Business, Other Than Small Business, Etc.) In Accordance With The Size Standard For Naics Code 541330. 3) Detailed Information That Will Demonstrate That Your Business Has The Capability To Provide Above Services.

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Notice Of Intent To Sole-source A Contract Modification Pursuant To The Authority Of 41 U.s.c. 3304(a)(1), Only One Responsible Source, Which Applies When The Supplies/services Required By The Agency Are Only Available From One Responsible Source And No Other Type Of Supplies Or Services Will Satisfy Agency Requirements As Implemented By Federal Acquisition Regulation (far) 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. The Government Intends To Award A Contract Modification To Axim Geospatial, Llc (axim), Dewberry Engineers, Inc. (dewberry), Nv5 Geospatial Inc. (nv5), Tetra Tech Inc. (tetra Tech) And Woolpert, Inc. (woolpert) For The National Oceanic And Atmospheric Administration (noaa), National Ocean Services (nos), Office For Coastal Management (ocm) Who Has A Requirement For Professional Geospatial Support Services. Architect-engineer (a-e) Contracts 1305m221dncnp0016, 1305m221dncnp0017, 1305m221dncnp0018, And 1305m221dncnp0019, And 1305m221dncnp0020 Which Were Awarded Pursuant To The Procedures Set Forth In Far 36.6, Architect-engineer Services, On August 12, 2021, Have A Shared Maximum Ordering Value In The Amount Of $49,000,000.00 With A Five-year Ordering Period That Extends From August 29, 2021 Through August 28, 2026. These Contracts Will Be Modified To Increase The Shared Maximum Ordering Value. axim, Dewberry, Nv5, Tetra Tech And Woolpert Are Uniquely Qualified To Provide These Services To Nos As They Are Currently Performing And Fulfilling The Requirements And Are The Only Known Firms Capable Of Performing The End-to-end Requirement In The Timeframe Needed For The Upcoming Geospatial Data Collection And Analysis Services Funded By Both Special Interest Actions And Annual Appropriations. this Notice Of Intent Is Not A Request For Competitive Proposals; However, All Submittals Received By The Due Date Set Forth In This Notice Will Be Considered By The Government. responses To This Notice Must Be Provided Within 15 Calendar Days From The Date Of This Notice. Companies Who Believe They Can Meet This Requirement Are Required To Submit In Writing An Affirmative Response Demonstrating A Comprehensive Understanding Of The Requirement. All Written Responses Must Include A Written Narrative Statement Of Capability, Including Detailed Technical Information Demonstrating Their Ability To Meet The End To End Requirement In The Timeframe Required. The Response Must Be Sufficient To Permit Agency Analysis To Establish A Bona Fide Capability To Fully Meet The Requirement. Failure To Submit Such Documentation Will Result In The Government Proceeding As Previously Stated. A Determination By The Government Not To Open The Requirement To Competition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Affirmative Written Responses Must Be Received No Later Than 12:00 P.m. Et, February 12, 2025. The Responses Must Be Submitted Via E-mail To Carley Flaxman, Contract Specialist, At Carley.flaxman@noaa.gov And Dorothy Curling, Contracting Officer, At Dorothy.curling@noaa.gov.

Starkville Oktibbeha Consolidated School District Tender

Paints and Enamels
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Advertisement For Bids Sealed Bids Will Be Received By The Starkville Oktibbeha Consolidated School District, Starkville Mississippi, Until February 13, 2025 At 2:00 P.m. In The Office Of The Superintendent, Starkville Oktibbeha Consolidated School District, 401 Greensboro Street, Starkville, Mississippi, For Interior Painting Sudduth Elementary School, Starkville Oktibbeha Consolidated School District, Starkville, Mississippi, Where They Will Be Publicly Opened And Read. Copies Of Said Specifications And Contract Documents May Be Obtained From Architectonics Pllc, Thomas Stewart, Architect, 300a Greensboro Street, Starkville, Mississippi, 39759. Phone: (662) 615-5588, Www.theschoolarchitect.com Or They May Be Examined In The Office Of The Superintendent. Proposals Shall Be Submitted In Duplicate Only Upon The Blank Proposal Forms Provided With The Specifications. Submittal Of Electronic Bids Is Allowed As An Option. Electronic Bids Must Be In “pdf” Format And Shall Contain The Same Information And Items Required For Paper Bids Including Bid Bond. Electronic Bids Will Be Accepted At Www.architectonics.info/planroom And Follow Link To Electronic Bidding. Bids Must Be Received On Or Before The Period Scheduled For The Project And No Bid May Be Withdrawn After The Scheduled Closing Time For The Project For A Period Of Sixty (60) Days. All Bids Submitted Must Comply With Section 31-3-21 Of The Mississippi Code 1972 As Annotated. The Owner Reserves The Right To Reject Any And All Bids And To Waive Any And All Informalities In The Bidding. By ____________________________ Dr. Tony Mcgee Superintendent Dates Of Publication January 21, 2025 January 28, 2025

Public Works Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
South Africa
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Details: Details Tender Number H24/055 Ai Department Public Works Tender Type Request For Bid(open-tender) Province Limpopo Date Published 10 February 2025 Closing Date 05 March 2025 11 00 Place Where Goods, Works Or Services Are Required Madiba Street-pretoria-pretoria-0001 Special Conditions Nb Bidders Must Be Registered On Gauteng Treasury Supplier Database (csd) 1. Nb Functionality Criteria 1. Professional Architectural Services Projects Service Provider To Attach A List Of Comparable Projects Currently Engaged In And/or Completed Projects 30 Points. 2. Human Resources Experience Of The Registered Professional Architectural As Provided In C2.1 (2) 30 Points 3. The Service Provider Must Have The Necessary Systems Or Infrastructure And Technology To Execute The Contract 25 Points. 4. Financial Credibility Service Provider Should Provide A Bank Rating Letter From The Bank Which Is Not Older Than 3 Months 15 Points. Enquiries Contact Person Billy Lebetha Email Billy.lebetha@dpw.gov.za Telephone Number 012-406-1824 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 21 February 2025 10 00 Briefing Venue Tolwe Police Station Farm, N1 R572 Road Tom Burke Tolwe Tender Documents Tender Document Architect.pdf

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: This Sources Sought Is For Services That Will Be Required In Florida And Texas. the Construction Contract Amounts For The Subject Projects Range From $10-50 Million For florida Projects And $40-150 Million For Projects In Texas. the Firm Fixed Price Contract Is Anticipated Not To Exceed $10m Over The Life Of The contract. the Naics Code For This Contract Is 541330. The Post Award Services For This procurement Will Be In Fy 2025-2028. no Foreign Nationals. Aspects Of The Projects Will Require Review Of Critical Supporting documents That Foreign Nationals Are Prohibited From Accessing. required Architect/engineering (a/e) Services May Include, But Are Not Limited To, Post award Construction Support (pcas) For Designs Awarded For Construction Including modifications For Unforeseen Changes. a/e Will Be Required To:  Attend And Participate In The Precons That Will Be Organized And Led By The navfac Fead/roicc In The Local Area Of The Project Site.  Attend And Participate In Any Partnering Meetings That Will Be Organized And Led by The Navfac Fead/roicc In The Local Area Of The Project Site. The Partnering Meetings Must Be Attended By The Key Members Of The A-e’s Design. team Who Will Be Working On This T.o.  Provide Construction Submittal Reviews  Prepare Record Drawings In Accordance With Fc 1-300-09n  Provide Field Consultation During Construction (fcdc): Provide Site Visits During Construction For The Purpose Of Surveillance Or Consultation. Fcdc Effort Must Be Specifically Authorized By The Navfac Dm/pm. These Services Do Not Include Consultation Necessary To Clarify The Intent Of The Drawings And Specifications; Effort For Any Change Due To Errors, Omissions Or Poor Design quality; Post Design Services Associated With Checking Of Shop Drawings And Other Data Submitted By The Construction Contractor.  Provide Consultation To The Government With Technical Issues That Arise In Connection With The Project Prior To Final Acceptance Of The Project. Design Consultation Effort Must Be Specifically Authorized By The Navfac Dm/pm. This Service Does Not Include Effort To Provide Responses To Request For Information (rfi’s) That Clarify The Design And/or Correct Errors Or Omissions.  Provide The Comprehensive Interior Design (cid) – Furniture, Fixtures, And Equipment (ff&e) Package  Provide Reports And Presentations To Leadership As Requested. The A/e May Also Be Required To Provide Commissioning Services For Facility And Cybersecurity Requirements. project Descriptions: scope For Disaster Projects In Florida: • Assessment And Oversight Of Repair Solutions For Restoration Of Facilities Damages By Storms For Up To 200 Facilities At Nas Pensacola, Florida. These Facilities Range In Size From Approximately 2000 Sf To 140,000 Sf. The Ae Services Scope Of Work Includes, But Is Not Limited To, The Following: Civil Storm Drainage Repair And Replacement; Structural Repair; Interior And Exterior Architecture Repair; Roof Envelope Repair And Replacement; Roof Drainage System Repair And Replacement; Mechanical, Fire Suppression, telecommunication, Lightning Protection, And Electrical System Repair And Replacement; Erosion And Sedimentation Control; Mold Survey, Testing, And Remediation; Cultural Resources Shpo Consultation; And Environmental Hazardous Materials Compliance. scope For Projects In Texas: • Repair And Restoration Of Aircraft Maintenance Hangars And New Construction Of Aircraft Component Repair And Maintenance Facilities At The Corpus Christi Army Depot, Nas Corpus Christi, Texas. These Facilities Range In Size From 100,000 Sf To 160,000 Sf special Qualifications Include, But Are Not Limited To: the Ae Shall Have Recent Experience In The Assessment And Design Of Repair Needs For Disaster Recovery. Extra Consideration Will Be Given To Experience Working In Navy Base Areas. the Ae Must Be Familiar With Current Navfac A-e Criteria/regulations, Guidelines, Andprocedures And Demonstrate The Ability To Handle Work Under Strict Deadlines. a/e Firms That Do Not Have Full In-house Capability Must Also Have The Capability To Manage Sub-contractors And Ensure Quality Control. The A/e Must Demonstrate In The Submittal Its Plan For Successful Quality Assurance And Integration Of All Disciplines To ensure That Quality Services Are Provided. supervisory And/or Key Personnel Should Have Professional Engineer (pe) Or Registered Architect (ra) Certifications. teams Must Consist Of The Following Disciplines (whether In-house Or Consultants): (1) Project Manager (2) Architects (3) Civil Engineers (4) Structural Engineers (5) Mechanical Engineers (6) Electrical Engineers (7) Communications Distribution Engineers (8) Fire Protection Engineers (9) Interior Designers (ncidq) (10) Landscape Architect (11) Cost Estimators - Level 3 Ce (13) Roofing & Waterproofing (rrc) (14) Commissioning Agents (cx) (17) Environmental Engineers And Technicians (hazmat) (18) Schedulers With Experience In Level 3 At Minimum (delivered In P6 Format) the Project Under This Contract Will Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. all Interested Firms Shall: 1. Have Naics 541330, Engineering Services, As An Approved Naics Code. 2. Answer All Of The Questions In Detail, As Noted On The Market Research Questionnaire. the Information Received Will Be Used Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. A Decision Will Be Made Whether To Issue The Proposed Solicitation As A Competitive Set-aside For Small Business, U.s. small Business Administration (sba) Certified 8(a), Sba Certified Hubzone, Women-owned Small Business (wosb) And/or Service-disabled Veteran-owned Small Businesses (sdvosb), Or Whether To Issue As Full And Open Competition (unrestricted). please Limit Your Response To Five Pages Or Less. Completed Questionnaires Shall Besubmitted To Donald.s.quince.civ@us.navy.mil. All Responses Are Due By 11 March 2025 At 2:00pm (et).

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: Added Questions And Answers. 6 Feb 25 the Architect-engineer (a-e) Shall Perform Field Reconnaissance, Studies, Site Investigations, And A Preliminary Design Meeting With The Users, Including Travel And Work Required To Obtain Engineering Information And Design Data To Produce Contract Documents For This Project. The Base Civil Engineering Project Manager Will Assist In Scheduling Design Meetings. building 658 Is A 3800 Sq Ft Hydrant Fueling Facility For Jet Fuel And Includes Significant Fuels Piping Fed From The Nearby Outdoor Storage Tanks. Most Of The Space In The Facility Is A Fuels Piping Bay. There Is Also A Small Control Room And Bathroom In The Facility. The Heating In Building 658 Is Inadequate To Maintain Heat In The Fuel Bay. The Bay Is Currently Heated By 4 Hydronic Unit Heaters, Supported By A 400 Mbh Boiler Which Also Supplies Heat To The Rest Of The Facility. The Fuels Piping Bay Eye Wash Station Does Not Have Sufficient Accessible Hot Water. Current Domestic Hot Water Is Supplied By A Small On Demand Electric Hot Water Heater, Which Appears To Be Inadequate. The Fuel Coming From These Outdoor Storage Tanks Cools The Space When Operations Commence During Winter Months, Providing Additional Heat Load. The Small Control Room And Bathroom Are Not Included As Part Of This Project, Though The Heat Load From The Air Handler And Bathroom In This Area Will Have To Be Considered For Boiler Sizing. Historical Drawings For This Facility Have Been Lost. Site Investigation And Measurements Will Be Critical To The Success Of This Project.
1711-1720 of 2256 archived Tenders