Architect Tenders
BUREAU OF THE FISCAL SERVICE USA Tender
Civil And Construction...+1Others
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Amendment 003 the Purposes Of This Amendment Are: to Update The Technical Evaluation Factors, Attached. to Extend The Solicitation Submission Period To March 14th At 10:00am, Et. ________________________
amendment 002 the Purposes Of This Amendment Are: to Clarify The Usage Of Far Part 36.6 - Architect-engineer Services (see Updated Cover Page Document). to Extend The Solicitation Submission Period To March 6th At 10:00am, Et. ________________________
amendment 001 the Purposes Of This Amendment Are: to Open The Solicitation To All Businesses, Large And Small. to Extend The Solicitation Submission Period To Friday, February 21st At 10:00am, Et. ________________________
fiscal Service Procurement, On Behalf Of The Armed Forces Retirement Home (afrh) Of Washington, D.c., Is Hereby Requesting A Formal Quote For Architectural & Engineering (a&e) Design Services For The Separation Of Combined Sewers And Expansion Of Retention Ponds In Accordance With The Attached Solicitation. the Government Intends To Issue A Firm Fixed Price Purchase Order For A 5-month Period Of Performance To Start As Soon As Possible. This Requirement Is Set Aside To Small Businesses Only. offerors Shall Have An Unexpired Sam.gov Registration And Unique Entity Identifier (uei) Before Contract Award May Be Made. the Offeror Shall Adhere To The Quotation Instructions Included Within This Solicitation. any Questions Regarding This Solicitation Shall Be Submitted In Writing To Purchasing@fiscal.treasury.gov And Kaity.eaton@fiscal.treasury.gov By No Later Than 2:00pm Et On February 10, 2025 And Must State “20342325q00013 – Questions/sewers And Ponds, Attn: Ke/gj” In The Subject Line. Any Questions Submitted After This Deadline Will Not Be Assured Of An Answer. Any Questions And/or Comments Received Are Not Considered Proprietary And Will Not Be Protected By The Government. proposal Submission: electronic Quotations Shall Be Submitted To Purchasing@fiscal.treasury.gov And Kaity.eaton@fiscal.treasury.gov No Later Than 10:00am Et On February 13, 2025 To Be Accepted, And Must State “20342325q00013 – Quotation/sewers And Ponds, Attn: Ke/gj” In The Subject Line. Proposals Received After This Deadline Are Late And Will Not Be Considered. It Is The Responsibility Of The Offeror To Verify Receipt Of Their Proposal. the Offeror Assumes Full Responsibility For Ensuring All Electronic Materials And Attachments Submitted Are Formatted In Accordance With The Bureau Of The Fiscal Service Security Requirements.
IDA Ireland Tender
Other Consultancy Services...+1Consultancy Services
Ireland
Closing Date9 Apr 2025
Tender AmountEUR 200 K (USD 229 K)
Details: Title: Project Management (pm) Led Multi-disciplinary Consultancy Services Team Provision Of Biodiversity Net Gain Project At Ida Purcellsinch Business Park, Co.kilkenny
description: In Line With Ida’s Strategy, ‘adapt Intelligently: A Strategy For Sustainable Growth And Innovation, 2025-29 Sustainable Growth In All Its Forms Is Central To Ida’s Strategic Objectives. As A Strategic Land And Property Owner, Ida Ireland Will Implement Its Own Climate Action Plan To Ensure We Reflect The Leadership In Environmental Sustainability, From Decarbonisation To Biodiversity, That We Are Seeking To Promote In Clients’ In This Regard Ida Is Undertaking A Biodiversity Net Gain (bng) Project At Its Purcellsinch Business Park, Kilkenny City , Co. Kilkenny. Ida Purcellsinch Business Park Is Located On The Old Dublin Rd In Kilkenny C. 2km From Kilkenny City. The Business Park Extends To C.36ha And Is Fully Developed, There Is C 7.5ha Of Amenity Lands Located Mainly At The Front Entrance (see Appendix A For Location /aerial Image) That Will Offer An Excellent Space To Deliver A Significant Biodiversity Net Gain Project. To Assist Ida With The Delivery Of This Biodiversity Net Gain (bng) Project At Ida Purcellsinch Business Park, Ida Property Department Is Now Seeking To Appoint A Pm Led Multi-disciplinary Integrated Consultancy Services Team. The Team Will Manage And Provide All Relevant Consultancy Services With Respect To The Biodiversity Net Gain (bng) Project To Include But Not Limited To The Data Collection (baseline Surveys) And Calculation Of The Bng, The Implementation Of The Design And The Future Monitoring Stage To Ensure Targets Are Met. The Appointed Project Management Led Multi-disciplinary Integrated Consultancy Services Team Should Consist Of Suitably Qualified And Experienced Resources Including A Project Manager, Ecologist, Landscape Architect, Civil And Environmental Engineers (suds Specialist), Quantity Surveyor, Psdp, And Any Specialist Advisors To Provide The Relevant Surveys To Inform The Bng, Design And Implementation Of All Subsequent Contracts For The Provision Of The Project. The Scope Of Services For The Project Management Led Multi-disciplinary Consultancy Services Team Will Include (1) Initial Design – Scoping And Feasibility (2) Detailed Ecological Surveys (3) Implementation - Detailed Design, Procurement And Assessment Of A Suitable Works Contractor And Construction (4) Handover (5) Maintenance And Monitoring (3 Year Term).
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date27 Mar 2025
Tender AmountRefer Documents
Details: Amendment 9001 To Extend Submission Date To 3.27.2025, Please Review The Attached. Thank You. this Is Not A Request For Proposal. It Is Anticipated That A Solicitation Will Be Issued In Early 2nd Quarter, Fy25. Submissions In Reference To This Notice Will Not Be Accepted.the Initial Outfitting And Transition (iot) Program Supports Military Healthcare Construction/renewal Projects Through The Acquisition Of Services That Provide For The Transitioning Of Staff And/or Patients And Healthcare Programs, As Well As The Equipping Of Facilities To Ensure That When Fully Operational, Services Can Meet And Support The Mission Of The Military Health System (mhs) In Support Of Defense Health Agency (dha).the Objective Of Iot Facilities Support Services (fss) Iv Is To Provide New Healthcare Facilities, Dental Facilities, And Medical Research Laboratory Construction And Renovation Projects At Diverse Locations Within The Contiguous United States (conus), To Include Alaska, Hawaii, And Its Outlying Areas And Foreign Locations To Include Belgium, Cuba (guantanamo Bay), Germany, Japan, Netherlands, Poland, Qatar, Republic Of Djibouti, Republic Of Korea, And United Kingdom. Other Foreign Jurisdictions Outside The Contiguous United States May Be Added To The Geographic Scope Of The Base Matoc If Deemed Appropriate After Analysis Of Relevant Statutes And Regulations, Including The Competition In Contracting Act And Approval Of A Far 6, ?competition Requirements? Justification And Approval For An Out-of-scope Change If Appropriate, And Analysis Of International Agreement Terms Between The United States And The Respective Foreign Jurisdiction. The Services For Dha Include, But Are Not Limited To, Providing Mhs Compatible Comprehensive Project Management, Comprehensive Interior Design Development, Comprehensive Equipment Planning; Equipment Purchasing; Transition And Relocation Planning; Receipt, Storage, And Warehousing Of New And Existing Equipment; Installation, Technical Inspection, And Training For Equipment/systems; And Final Turnover, Close-out, And Post-occupancy Evaluations For Identified Construction Projects. Work Associated With The Requirements Of The Contract Will Be Performed In Compliance With Building Codes That Are Determined Applicable At The Point Of Design And/or Construction. Requirements Associated With Base Realignment And Closure, Grow The Army, Host Nation Construction, And Medical Military Construction As Well As Sustainment, Restoration, And Modernization Requirements Continue To Generate New Healthcare Facility And Medical Research Laboratory Construction And Renovation Projects. These New Projects Require Varying Degrees Of Iot Services In Order To Ensure Facilities Are Fully Capable And Successful. There Are No Architect/engineering (a/e), Construction, Or Personal Services In This Acquisition.
The City Of Calgary Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: This Request For Proposals (rfp) Is Available For All Interested Proponents. The City Of Calgary Requires A Qualified Architectural Firm To Act As A Coordinating Registered Professional For The Haddon Road Depot Redevelopment Project. The City Will Select A Single Integrated Project Team To Provide All Services From Pre-design Validation To Post Construction, Delivering The Envisioned Project As Outlined In This Rfp. A Phased Development Concept Will Allow Continuous Operations Of Existing Services On The Site, And Consist Of Demolition Of Existing Buildings And Construction Of New Facilities. The Consultant's Work Will Include Coordinating Of All Required Consulting Services, Architectural Design, Sustainability Consulting, Energy Modelling, Landscape Architecture, And Building Engineering Disciplines. To Be Considered For This Project, The Consultant Must Be Able To Be Registered With The Alberta Association Of Architects (aaa) (or Associated Association Of Professional Engineers And Geoscientists Of Alberta (apega) Or Alberta Association Of Landscape Architects (aala) Registrations As Required For Appropriate Team Members) Prior To Award. This Procurement Process Is Not Intended To Create, And, Will Not Create, A Formal, Legally Binding Process. It Will Instead Be Governed By The Law Applicable To Direct Commercial Negotiations.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents
Details: Modification To A Previous Notice modification To A Previous Notice page 3 Of 11
modification To A Previous Notice
*= Required Field
modification To A Previous Notice page 1 Of 11 subject*
ae-nrm-463-25-101 Generator Physical Security Upgrades general Information
contracting Office S Zip Code*
98661
solicitation Number*
36c26025r0045
base Notice Type
p
response Date/time/zone
03-04-2025 1500 Pacific Time, Los Angeles, Usa
archive
30 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
contracting Office Address
nco 20 Network Contracting Office attn: V4cont 1601 E. Fourth Plain Blvd bldg.17, Suite B428
vancouver Wa 98661 point Of Contact* contract Specialist melita Bernardo
melita.bernardo@va.gov
253-888-4902 place Of Performance
address
avahs Outpatient Clinic 1201 N Muldoon Rd. anchorage Ak
postal Code
99504
country additional Information
agency S Url url Description agency Contact S Email Address email Description description page 11 Of 11
page 11 Of 11
amendment 3 Revised Notice Extending Response Date.
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 463-25-101 Generator Physical Security Upgrades At The Alaska Va Healthcare System Outpatient Clinic Located At 1201 N Muldoon Rd, Anchorage, Ak 99504-6104. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract Approximately Early March 30, 2025. the Anticipated Period Of Performance For Completion Of Design Is 164 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $695,000.00 And $1,000,000.00. Please Note That The 164 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Melita Bernardo At Nco20aesf330@va.gov And Melita.bernardo@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf the Sf 330 Submission Is Due By March 4, 2025, 3:00pm (pst). the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26025r0045 Project 463-25-101, General Physical Security Upgrades.
the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Melita.bernardo@va.gov With The Subject Line Sf 330 Questions - 36c26025r0045 Project 463-25-101 Generator Physical Security Upgrades. The Cutoff For Question Submission Is January 22, 2025, 3:00pm Pst. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure.
a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others:
architect (leed Certified) cadd Technician civil Engineer cost Estimator electrical Engineer environmental Engineer fire Protection Engineer geotechnical Engineer industrial Hygienist life Safety Engineer mechanical Engineer physical Security Specialists plumbing Engineer project Manager quality Assurance structural Engineer offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Demolishing And Regrading Corridor. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In These Areas: relocate The Exterior Bulk Storage Fuel Tank, And All Associated Piping And Appurtenances That Serves The Backup Generator, To A Location That Provides A Minimum Of 25 Ft Standoff Distance From The Service Drive. provide A Blast Resistant Screen Wall Or Barrier, To Protect The Relocated Bulk Storage Fuel Tank, Per The Va Physical Security & Resiliency Design Manual (2024, Pg 8-15). reconfigure The Backup Generator S Exterior Radiator So That It Does Not Collect Snow When It Is Not Running. Submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor. project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order. period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. two (2) Of The Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach. the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient.
narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Anchorage, Ak. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Alaska Va Healthcare System At 1201 N Muldoon Rd, Anchorage, Ak. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. see Attached Document: 463-25-101 Sow 10-8-2024.
see Attached Document: Ppq Nco 20 - Generator Security - Project No 463-25-101.
Bureau Of Customs Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date26 May 2025
Tender AmountPHP 297.9 K (USD 5.3 K)
Details: Description Specifications : Qty. Description 1 Lot A. General Conditions Complete All Works For The Project “repair And Renovation Of The Comfort Room And Pantry Area Of Public Information & Assistance Division (piad) Office” Including Supply Of All Materials, Equipment, And Systems, As Well As The Performance Of All Necessary Labor And Processes, In Accordance With The Plans, Specifications, The Bidding Documents, The Scope Of Works And Other Related Contract Documents. The Contractor Is Not Limited To The Scope Of Works Listed. He Should Verify All Plans And Actual Conditions For The Necessity Of Work. If The Actual Situation Calls For Demolition, Removal, And Relocation He Shall Include Such And All Concomitant Works To Finish As Part Of The Scope Of Work. Any Discrepancies Found Between The Drawings And Specifications And The Site Conditions Or Any Errors Or Omissions In The Drawings Or Specifications Should Be Clarified With General Services Division (gsd) Architect /engineer. Should The Contractor Fail To Verify Or Clarify Discrepancies, Errors, Conflicts, Or Omissions In The Drawings And Specifications, It Shall Be Deemed That The Contractor Has Included In The Preparation Of His Bid The Necessary Works, Materials, Or Items Needed To Satisfy The General Scope Of Works. B. Scope 1. Mobilization A. Preparation Of Logistics Of Contractor’s Equipment; B. Setting Up Of Temporary Facilities Within The Site; C. Setting Up Of Necessary Water And Power Lines Required For The Project; D. Setting Up Of Temporary Fence Enclosure; E. Installation Of Project Details Tarpaulin Signage; And F. Inventory Of Items To Turn-over. 2. Site Works A. Site Demolition And Dismantling; And B. Hauling Of Debris. 3. Masonry Works A. Supply And Laying Of 4” Non-bearing Concrete Hollow Block (chb) Including Plastering As Indicated In The Plans; B. Concrete Pouring Including Rebars, Backfill, Formworks, Chb, Plastering And Other Related Concreting Works As Shown On The Plans And Boq. 4. Carpentry Works A. Supply And Installation Of 9mm Gypsum Board With Complete Standard Metal Furring Support On All Ceilings As Indicated In The Plans And Boq; B. Supply, Fabrication And Installation Of Cabinets, Lavatory And Kitchen Drawers As Indicated In The Plans And Boq; And C. Supply, Fabrication And Installation Of Airconditioning Copper Tube/ducting Board-up As Indicated In The Plans And Boq. 5. Tiling Works Supply And Installation Of Floor Tiles And Wall Tiles As Indicated In The Plans And Boq. 6. Doors, Windows, And Mirrors A. Supply And Installation Of All Doors With Corresponding Door Jambs As Indicated In The Plans And Boq; B. Supply And Installation Of Glass Windows As Indicated In The Plans And Boq; And C. Supply And Installation Of Mirror As Indicated In The Plans And Boq. 7. Electrical And Auxiliary Works A. Dismantling Of Existing Lighting Fixture, Wiring Devices, Roughing-ins/raceways, And Accessories; B. Supply And Installation Of Complete Electrical System As Indicated In The Plans; C. Supply And Installation All Lighting Fixtures As Shown On The Reflected Ceiling Plan (rcp) Or As Specified By The Architect And/or End-user’s Representative; D. Supply And Installation Of Wiring Devices, Switches, Outlets, And Accessories As Indicated In The Plans And Boq; E. Supply And Installation Of Wiring Cables And Roughing-ins As Per Plans And Boq; F. Supply And Installation Of New Exhaust Fan For Comfort Room And Pantry As Indicated In The Plans; G. All Exposed Existing Electrical Wirings, Data Cable And Telephone Line Inside The Building Shall Be Covered Using Upvc Moldings, Use Appropriate Size To Accommodate The Wires And Cables With Proper Insulation, Do Not Combine The Electrical Wire, Data Cable And Telephone Line On The Same Raceways; H. Tapping And/or Termination Of Circuit Home Run/ Feeder Line To Existing Electrical Circuit Breaker/panelboard; I. Complete Testing And Commissioning Of All Electrical Lighting, Power And Auxiliary Systems Using Valid Calibrated Test Equipment’s With Gsd Representative; J. Submission Of All Test Reports; And K. All Wiring Devices (convenience Outlet, Lights, Switches, And Data/tel) And Distribution Boards/sub-main Distribution Board Shall Be Labelled Using Labelling Machine As Per Electrical Design Plan. 8. Plumbing Works A. Supply And Installation Of Replacement Plumbing Fixtures As Indicated In The Plans And Boq; B. Supply And Installation Of Other Bathroom Fixtures And Pipe Fittings As Needed In Relation To The Plumbing Works In The Plans; C. Supply And Installation Of Piping For New Sanitary, Drainage And Waterline Layout Including Air Admittance Valve (aav) For Kitchen Sink; D. De-clogging Of Pipes And Siphoning Of Existing Septic Tank; E. Verification And Tapping Points Of Sanitary And Water Supply Lines; And F. Any Necessary Fittings And Accessories Not Indicated In The Plans Shall Be Provided To Complete The Installation. 9. Painting Works A. All Surface Defects Shall Be Repaired, And All Surfaces Shall Be Scraped To Remove Deteriorated Coatings And Other Deleterious Materials. Surfaces Shall Then Be Cleaned With Steam Or With A Commercial Cleaner To Remove All Grease, Oil, And Chemical Residues; B. Prior To Painting Works, Surfaces On Masonry, Wood, And Metal Must Be Free From Any Dirt, Grease, Old Paint, And Rust, Eliminate Loose Or Peeling Paint, And Get Rid Of Rust Deposits Before Applying Primer/putty And Paint Finish; C. Painting Of Furniture, Walls, And Ceiling As Indicated In The Plans And Boq; And D. Contractor Shall Ensure That All Delivered Painting Materials To The Work Site Shall Be In Original Containers With Seals And Labels Intact. Containers Shall Not Be Opened Until After They Have Been Inspected By The End-user Or Its Duly Authorized Representative. 10. Demobilization A. Turn-over Of Items Covered By Inventory Submitted During Mobilization; B. General Site Cleaning; C. Hauling Of Debris And Materials From The Project Site To The Appropriate Disposal Area; D. Removal And Hauling Of Tools And Equipment From The Project Site. 11. Permits, Licenses, And Taxes A. The Contractor Shall Secure And Pay All Permits, Fees, Licenses, Taxes, Etc. Necessary For The Execution Of The General Construction Works For The Project. B. The Contractor Shall Prepare The Complete Contract Documents Consisting Of Detailed Designs And Construction Drawings (architectural, Electrical, Structural, Mechanical, Plumbing/sanitary, Electronic And Communication Layout) In Accordance Needed By The Municipal Engineering Office For The Building Permit Purposes; And C. The Contractor Shall Prepare A Weekly Progress Report Which Shall Include An Overall Progress Chart Based On Actual Physical Accomplishment Of Construction Work And A Progress Chart Based On Actual Value Of Accomplished Construction Work, Among Others. 12. Certifications A. The Contractor Must Possess At Least A Pcab License Category C&d, Size Range Small B; B. The Contractor Shall Submit A Certificate Of Satisfactory Performance Issued By The Bureau Of Customs (for Entities With Previous/ongoing Contract/s With The Bureau); In The Absence Of Contract/s With Boc, From Any Other Office/agency; And C. The Contractor Shall Submit An International Organization For Standardization (iso 9001:2015) Certificate In Construction And Contracting Issued By An Iso Certifying Body. 13. Payment Terms The Schedule Of Billing Specified In The Table Below Shall Be Followed By The Contractor: Order Of Billing Project Accomplishment Percentage First (1st) Billing At Least 50% Of The Work Has Been Accomplished Second (2nd) Billing At Least 80% Of The Work Has Been Accomplished Final Billing 100% Accomplished A. Documentary Requirements For Progress Billing: A. First And Second Progress Billing: I. Letter Request Addressed To Gsd; Ii. Statement Of Work Accomplished (swa); Iii. Statement Of Time Elapsed; Iv. Existing Conditions Of The Site Shall Be Documented By The Contractor And Photos Shall Be Taken Before And After The Construction/renovation Begins; V. The Contractor Must Provide Weekly Accomplishment Report To Gsd And End-user To Ensure Such Status; And Vi. Certification From Gsd And/or End-user That The Materials Have Been Approved Prior To Its Installation. B. Final Billing: I. Letter Request Addressed To Gsd; Ii. Statement Of Work Accomplished (swa); Iii. Statement Of Time Elapsed; Iv. Existing Conditions Of The Site Shall Be Documented By The Contractor And Photos Shall Be Taken Before And After The Construction/renovation Begins; V. The Contractor Must Provide Weekly Accomplishment Report To Gsd And End-user To Ensure Such Status; Vi. Certification From Gsd And/or End-user That The Materials Have Been Approved Prior To Its Installation; Vii. One (1) Complete Set Of As-built Plans Shall Be Submitted In 24"x 36” Tracing Sheets; Viii. One (1) Complete Set Of As-built Plans (blueprint Copy) Duly Signed And Sealed By The Project Architect/engineer And/or The Corresponding Licensed And Registered Professionals; Ix. One (1) Set Of Electronic Drawing Of The As-built Plans (cadd Editable File); And X. A Copy Of The Technical Documents And Warranties Of The Items Shall Also Be Submitted In Soft And Hardcopies. C. Specifications All Drawings, Whether Small Scale Or Detailed Drawings, Are Intended To Work In Unison With The Specifications And To Form Part Thereof, When Figures Are Given, They Are To Be Followed In Preference To Measurement By Scale. Anything Shown In The Drawings But Not Mentioned In The Specifications (or Vice-versa) Or Anything Not Expressively Set Forth In Either (but Which Is Reasonably Implied) Shall Be Furnished And Installed As Thought Specifically Shown In Mentioned Both. 1. Pre-construction Phase Guidelines A. A Joint Site Inventory Must Be Conducted And Signed By The Contractor, Gsd, And End-user; B. The Contractor Must Submit To Gsd His Program Evaluation Review Technique (pert) Chart/critical Path Method (cpm) Chart In Gantt Chart Form, Manpower Schedule And Equipment/tools Utilization Schedule Before The Start Of The Project; C. The Contractor Must Submit To Gsd His Construction Safety And Health Program; D. The Contractor Must Submit To Gsd The List Of Manpower That Shall Be Utilized For The Project Along With Their Respective Designations/roles And Corresponding Qualifications. The Most Notable Figure For The Project Must Be The Project Manager, Preferably An Architect Or Engineer; And E. The Minimum Work Experience Requirements For Key Personnel Are The Following: Key Personnel Requirement Relevant Experience Project-in-charge Bachelor Of Science In Architecture/bachelor Of Science In Civil Engineer (licensed Civil Engineer/ Licensed Architect) And Building Construction Experience Five (5) Years Registered Electrical Engineer Registered Electrical Engineer And Building Construction Experience Five (5) Years Safety Officer Building Construction Experience, National Certification Level Ii And Construction Occupational Safety And Health (cosh) Certificate Three (3) Years Foreman Building Construction Experience Five (5) Years Carpenter Building Construction Experience Five (5) Years Welder Building Construction Experience And National Certification Level Ii Five (5) Years Plumber Building Construction Experience And National Certification Level Ii Five (5) Years Electrician Building Wiring Installation Experience And National Certification Level Ii Five (5) Years Painter Building Construction Experience Five (5) Years Mason Building Construction Experience Five (5) Years Tile Setter Building Construction Experience Five (5) Years Laborer Building Construction Experience Three (3) Years Warehouseman Building Construction Experience Three (3) Years F. The Minimum Major Equipment Requirements Are The Following: Equipment/tools Number Of Unit/s 1 6-wheeler Elf Truck (18ft Length) 1 Lot/ As Necessary 2 Chipping Gun 1 Unit 3 Jackhammer 1 Unit 4 Rotary Hammer Drill 2 Units 5 Electric Drill 2 Units 6 Cut Off Machine 1 Unit 7 Electric Jig Saw 1 Unit 8 Circular Saw 1 Unit 9 Table Saw 1 Unit 10 Angle Grinder 2 Units 11 300a Welding Machine 2 Units 12 Megger Test Equipment 1 Unit 13 Multi-tester Equipment 1 Unit 14 Self-levelling Laser 2 Units 15 Nail Gun 1 Unit 16 Paint Sprayer 2 Units 17 Air Compressor 2 Units 18 Pipe Fusion Welding Machine 1 Unit 19 Tile Cutter Machine 1 Unit 20 Vacuum Cleaner 2 Units 21 Electric Sander 1 Unit 22 Wood Router 1 Unit 23 Pressure Washer 1 Unit 24 Personal Protective Equipment (ppe) 1 Lot 2. Implementation Phase Guidelines A. The Contractor Must Submit Weekly Progress Reports As Mentioned In Item B.11.c Of This Document Including Photo Documentations And Weather Update To Gsd; B. The Contractor Must Submit Weekly Their Daily List Of Manpower; C. The Project Manager, Who Must Be A Technical Professional, Must Be Present At The Project Site At All Times To Properly Monitor/oversee The Project As Technical Representative Of The Contractor’s Side; D. Boc, Thru Its Technical Inspection And Acceptance Committee (tiac) For Civil Works, Reserves Its Right To Conduct Monitoring Inspection, Aside From The Inspections For Billing Purposes. The Project Manager Must Always Be Present, Especially During Inspections For Billing Purposes, To Ensure Proper Communication Instead Of Relying On The Foreman Or Laborers Only; E. The Approved Floor Plan And Perspective Drawings Must Be Posted On A Wall Or Board So That They Are Readily Available And Visible Whenever Necessary; F. One Set Of The Plans, Scope Of Works, And Logbook Shall Always Be Kept At The Jobsite To Be Available To The Contractor, Gsd Architect/engineer, And To The Tiac Upon The Request During The Construction/renovation Period; G. Identification Card Of List Of Manpower And The Project Manager/representative Shall Be Supplied By Port Of Manila District Office-enforcement And Security Service (pomdo-ess); It Should Be Worn At All Times While Inside The Boc Premises. Those Without Ids Shall Not Be Allowed To Enter The Premises For Security Purposes; H. Materials To Be Used In The Construction/renovation Must Follow Those Specified In This Document (scope Of Works), The Drawings, And/or The Boq. The Contractor Must First Secure Proper Approval Of Materials To Be Installed Via A Written Document Duly Approved By Both The End-user And Gsd. Any Change In Materials Must Also Have Proper Indorsement Thereafter; I. All Testings/activities (e.g., Waterproofing Test, Leak Test, Slump Test, Continuity Test, Insulation Resistance Test, Earthing Test, Pest Control Chemical Certificate, Etc.) Conducted By The Contractor Must Be Done With The Presence Of A Gsd Engineer/architect. Corresponding Reports Must Be Submitted To Gsd For Documentation And Validation Within Three (3) Calendar Days Upon Completion Of The Said Testing/activity; J. The Contractor Is Solely Responsible For The Safety, Protection, And Security Of His Personnel, The Works, Equipment, Installations And The Like. The Contractor Shall Adopt Or Apply The Protective Measures In Accordance With The Standards Set By The Safety Organizations And The Department Of Labor Standards; And K. Punchlisting Shall Be Conducted Upon 95.00% Completion As Ascertained By The Tiac. 3. Masonry A. 4” Chb Shall Have A Minimum Plaster Thickness Of ½’’ On Both Side; B. Wall Reinforcement Shall Be 12mm Diameter Deformed Bar Spaced At Every Two Layers Of Chb Horizontally And 600mm Vertically; C. Cement Shall Be Standard Portland Cement, Astm C, 150 – 68 Types 1; D. Mixture Of Mortar Shall Be Class C: One (1) Part Portland Cement And Four (4) Parts Sand Volume; And E. Mixture Of Concrete Topping Shall Be One (1) Part Portland Cement And Two (2) Parts Sand Volume. 4. Carpentry Works All Wood Shall Be Treated With Colorless Anti Termite Wood Preservative. A. Ceiling Use 9mm Gypsum Board For Pantry/common Comfort Room, 19x50x0.5mm Double Furring Spaced @ 600mm On Center, 12x38x0.8mm Carrying Channel Spaced @ 1.00m On Center, 25x25x0.5mm Wall Angle Along Perimeter Of The Area, Wood Ceiling Mouldings As Shown/indicated In The Plans And Boq. B. Cabinets I. Pantry Cabinets Use 18mm Marine Plywood With Edging For Cabinet Door And Carcass, 12mm Marine Plywood Board With Edging For Backing. Use Soft Closed Concealed Hinges, Soft Closed Drawer Guide And Cabinet Lock. Use Handle-less Cabinet For Handle. Use Wood Mouldings Or Approved Equal. Use Solid Surface Countertop For Under The Counter Cabinet Of The Pantry. (submit Material And Cabinet Accessories For Approval). Ii. Vanity Counter Use 18mm Marine Plywood Board With Edging For Cabinet Door And Carcass, 12mm Marine Plywood Board With Edging For Backing. Use Soft Closed Concealed Hinges, Soft Closed Drawer Guide, Solid Surface For Countertop. (submit Material And Accessories For Approval). C. Board-up I. Airconditioning Copper Tube/ducting Board-up Use 18mm Marine Plywood Board With Edging For The Enclosure And 12mm Marine Plywood Board With Edging For Backing. Use Black Screws, Common Nail. (submit Material And Accessories For Approval). 5. Tiling Works A. Floor I. The Tiles And Their Accessories Shall Be Free From Imperfection That Affects Their Quality, Appearance, And Strength. All Tiles Shall Be Set To Correct Grades And Level True To Lines, Laid Even. Submit Material For Approval. Ii. Use 600x600mm Matte Porcelain Floor Tiles For Kitchen And Pantry Area, 600x600mm Anti Slip Matte Porcelain Floor Tiles For Common Toilet. Iii. Use Heavy Duty Tile Adhesive And Tile Grout Joint Filler. Use T-trim/threshold Between Two Different Tile Materials. B. Wall I. Use 600x600mm Semi-glossy Porcelain Wall Tiles For Common Toilet. Ii. Use 100x200mm Glossy Subway Wall Tiles For Pantry Area. 6. Doors, Windows, And Mirrors A. Door I. All Sliding Glass Door Shall Be 6mm Clear Tempered Glass On Powder Coated Aluminum Framing. Ii. All Pvc Flush Door Shall Be 40mm Thick With No Paneling Or Moldings On The Facings. Iii. Door With Glass Shall Be 6mm Tempered Glass With Frosted Sticker. Iv. Unless Otherwise Specified And Approved, Brass, Chromed Plated Loose Pin Hinges, Finely Finished. V. At Least Three (3) Pieces Of Hinges Per Leaf Of Doors For 2.10 Meters Height And 4 Pieces Of Hinger Per Lead Doors For 2.40 Meters Height. Use Ball Bearing Hinges Or Approved Equal. Vi. All Doors Shall Be Equipped With High Grade, Heavy Duty Or Standard Cylindrical Locksets, Door Closer And Stopper. (submit Material And Accessories For Approval). B. Window All Windows Shall Be Powder Coated Aluminum Window With 6mm Tempered Clear Glass On Powder Coated Aluminum Framing. C. Mirror I. All Mirrors Shall Be 5mm Thick With 4x1" Powder-coated Aluminum Frame And 1/2” Fire Treated Marine Plywood (backing). 7. Painting Application Of Plastered Paint Finish On All Interior And Exterior Walls/partitions, Ceiling, And Concrete Surfaces Within The Scope Of The Interior And Exterior Renovation Works Unless Otherwise Indicated In The Plans And Specifications. A. All Paint And Accessories, Materials Incorporated In Or Forming A Part Thereof Shall Be Subject To The Approval And Selection Of Color, Tint, Finish, Or Shade By The Architect. B. Painting Of All Surfaces, Except Otherwise Specified Shall Be (3) Coats Work, One Primer And Two Finish Coats. C. All Paint Materials Shall Meet The Requirements Of Paint Materials Under Class A. D. All Surfaces To Be Painted Shall Be Examined Carefully Before Beginning Any Painting Work, And Other Trade Works Installed In Workmanship Condition To Receive Paint Or Ant Particular Finish. E. All Paint Materials Shall Meet The Requirements Of The Specifications Set By Gsd And Shall Be Delivered On The Job In The Original Container, With Labels Intact And Seal Unbroken. F. Concrete Surfaces; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. G. Drywalls; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paint For Cubicle Partition. H. Wooden And Metal Surfaces; Automotive Lacquer Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paint. I. Color Pigments Shall Be Used To Produce The Exact Shades Of Paint, Which Shall Conform To The Approved Color Scheme. 8. Plumbing Works A. The Work Covered By This Section Consists Of Furnishing All Materials, Labor, Tools, And Equipment In Performing All Necessary Operations For The Installation Of The Complete Plumbing System Of Applicable Drawings. All Plumbing Works Shall Conform To The National Plumbing Code Of The Philippines; B. All Fixtures Shall Be Separately Trapped. The Traps Shall Be Placed As Near As Possible To The Fixtures; C. No Fixtures Shall Be Double Trapped; D. All Horizontal Waste Or Soil Pipe Shall Have A Minimum Slope Of Two Percent (2%); E. All Water Line Shall Be Polypropylene Random Copolymer (ppr) Pressure Nominal (pn) 20. Said Pipes Shall Be Pressure Tested Before Any Cutting Or Installation Is Done; F. All Sanitary And Drainage Pipe Shall Be Pvc Series 1000 And/or Conforming To Astm D-2729; And G. All Toilet Shall Have Individual Ventilation Pipe, Use Aav For Kitchen Sink. 9. Electrical Works A. Quality Assurance - All Materials To Be Used Shall Be New And Shall Conform With The Reference Codes And Standards. Use Of Materials Shall Be Further Be Governed By Other Requirements, Impose On Other Sections Of These Specifications. Materials Shall Be Subject To Test Necessary Their Fitness If So Requires; B. Alternate Materials - Use Of Any Material, Not Specified In These Specifications May Be Allowed Provided Such Alternate Has Been Approved By The Agency In Accordance With Generally Accepted Standards; C. Identification Of Materials - Each Length Of Pipe, Fitting, Box, Fixture, And Device Used In The Electrical System Shall Have Cast, Stamped Or Indelibly Marked On It The Manufacturer's Trademark Or Name, The Weight, Type And Classes Or Product When So Required By The Standards Mentioned Above; D. Wires And Cables I. All Wires Shall Be Copper, Soft-drawn And Annealed, Shall Be Of 99% Conductivity, Shall Be Smooth And True And Of The Cylindrical Form And Shall Be Within +/-1% Variation Of The Actual Size Called For. Ii. Wires And Cables Shall Be Plastic Insulated For 600 Volts Working Pressure, Type Thermoplastic High Heat-resistant Nylon-coated (thhn) Unless Otherwise Noted. Iii. All Wires And Cables Shall Be Color Coded, Color-coding Of Wires Are As Follows: (a) Line 1 – Red (b) Line 2 – Yellow (c) Line 3 – Blue (d) Ground - Green Iv. Minimum Size Of Branch Circuit Wire Shall Be 3.5 Mm2 Thhn For Power And Lighting System With 3.5mm2 Thhn Minimum Ground Wire. V. Wires 3.5 Mm2 And Bigger Shall Be Stranded. E. Switches I. Switches Shall Be Flush Mounted And Rated At 15 Amperes (amps), 250 Volts, One Way, Three-way As Required. Ii. Switches Shall Be Quiet Type, Spring Loaded, And The Cover Plates Shall Be Subject To The Approval Of Gsd Architect And Engineer. F. Receptacles I. Receptacles Shall Be Duplex, Flush Mounted And Rated At 10 Amps., 250 Volts, Parallel Or Tandem Slots With Grounding Slots As Required. All 110 Volts Receptacle Outlets Shall Be Rated 15 Amps, 120 Volts. 220 Volts Receptacle Outlets Shall Be Distinct From The 110 Volts Receptacle Outlets In Terms Of Configurations And Shall Be Provided With Markings. Ii. Cover Plates Shall Be Subject To The Approval Of The Architect And The Engineer. Stainless Steel Cover Plate Shall Be Required On All Wet Or Damped Area. Iii. All Receptacle Outlets With Ground-fault Circuit Interrupters (gfci) Shall Be Rated For 250 Volts Application With A Sensitivity Setting Of 300 Milliamps. D. Submittals A. Shop Drawings, Product Data And Samples I. Submit To The Gsd Of Shop Drawings, Product Data And /or Samples Of All Materials For Review. Submit At Least Three (3) Options Per Material For Approval. Ii. No Work Requiring Submissions Or Samples Shall Commence Until Submission Has Been Reviewed And Signed By The End-user And/or Gsd. Iii. Final Acceptance Of Colors And Finishes Will Be Made From Samples Applied On The Job Based On The Signed And Approved Sample Materials. Iv. All Submittals Shall Be Channeled From The Contractor To Gsd, And Back To The Contractor. This Procedure Applies To Original Submittals As Well As Required Resubmittals. Each Group Shall Keep Its Required Number Of Copies And/or Make Necessary Copies. The Contractor Will Make All Corrections Noted On Check Sets, If Necessary, And Return For Review As Required By Gsd. V. No Submittal Shall Be Received By The Gsd Without A Transmittal Letter. Vi. Samples Must Have Manufacturer's Data Sheet/specification And Must Come Together With A Transmittal Sheet With A Section For Approval/disapproval And Recommendation Of Gsd And/or End-user. B. Post Construction Phase Guidelines I. Initial Submittals Within 10 Calendar Days Prior Completion Of The Project, The Contractor Shall Provide A Complete Copy Of “as-built Plans" (printed In Blueprinted Paper) Of The Project Concerned Which Shall Include All The Architectural, Electrical, Structural, Mechanical, Plumbing/sanitary, Electronic And Communication Layout In A3 Sheets. It Should Be Properly Drawn Indicating All The Specifications, Layouts, Tables And Necessary Data. Ii. Final Submittals Final “as-built Plans" Shall Be Submitted In 24"x 36” Tracing Sheets, One (1) Blueprint Duly Signed And Sealed By The Project Architect/engineer And/or The Corresponding Licensed And Registered Professionals, And An Electronic Autocad Drawing File. A Copy Of The Technical Documents And Warranties Of The Items Shall Also Be Submitted In Soft And Hardcopies. E. Codes And Standards The Project Shall Conform To The Requirements For The Necessary Standards Relative To Each Aspect. The Following Standards Are As Follows, But Not Limited To, Viz: I. National Building Code Of The Philippines (nbcp) – Pd 1096; Ii. National Structural Code Of The Philippines (nscp); Iii. National Fire Protection Association (nfpa); Iv. Philippine Electrical Code (pec); V. New Electrical Engineering Law – Ra 7920; And Vi. National Plumbing Code Of The Philippines. Note: It Shall Be The Duty And Responsibility Of The Contractor To Provide Precautionary Measures To Ensure Safety To Any Persons Or Workmen And Adjacent Properties, Structures, And Other People For Damage And Injury Work Duration: 45 Calendar Days Interested Suppliers Are Required To Submit Original/certified True Copy Of The Following: 1) Valid And Current Mayor’s/business Permit, (in Case Of Expired Mp/bp, Submit Copy Of Recently Expired Permit And Official Receipt As Proof Of Renewal), 2) Philgeps Registration Number, 3) Original Duly Signed Omnibus Sworn Statement (oss), 3) Pcab License (at Least License Category - C & D, Size Range - Small B), And 4) Duly Signed Price Quotation Form (annex “a”). All Must Be Properly Signed And Sealed. Must Be Submitted In Hard Copy. Submission Of Quotation And Eligibility Documents Is On Or Before May 26, 2025, 10:00 A.m., At General Services Division (gsd), Ground Floor, Ocom Building, Port Area, Manila. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. The Winning Bidder Shall Post The Required Performance Security (in Compliance To Section 39 Of The Revised Implementing Rules And Regulations Of Ra No. 9184) Upon Receipt Of The Notice Of Award And Enter Into Contract With The Procuring Entity. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Boc Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Proper.
Insurance Corporation Of British Columbia - ICBC Tender
Others...+2Other Consultancy Services, Consultancy Services
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: Icbc Is Seeking Qualified And Experienced Proponent(s) Who Can Provide Consulting Services In Civil Engineering And Related Services To Maintain, Modify Or Restore Icbc Facilities On An As-needed Basis. The Ideal Proponent(s) Would Be A Firm With A Team Of Civil Engineers, Architects, Land Surveyors, Biologists And Urban Planners And Have Expertise In All Aspects Of Permit Approvals, Preparation Of Engineering Designs And Drawings, Contract Administration During Construction And For All Forms Of Land Ownership.
Asker Kommune Tender
Civil And Construction...+1Building Construction
Norway
Closing Date13 May 2025
Tender AmountRefer Documents
Details: Title: Renovation Of Asker Town Hall - Collaboration Contract
description: Asker Town Hall Needs Renovation Of Facades And Technical Installations. Asker Municipality Would Like A Collaboration Contractor With A Consultant Group For The Development And Execution Of The Work. The Building Was Completed In 1964, It Was Erected In Concrete, With Distinctive Facades, Where All Visible Concrete Is Dotted And With The Use Of Black Concrete. The Town Hall Is A Signal Building In Asker, Designed By The Architects Lund And Slaatto.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: This Amendment Extends The Submission Due Date To February 28, 2025 By 12pm Pacific Time.
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For A Complete Design For Project # 663-22-105 Sea Building 1 Hood Control System At The Va Puget Sound Healthcare System In Seattle, Washington. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $26m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Late March 2025. the Anticipated Period Of Performance For Completion Of Design Is 301 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000 And $2,000,000. Please Note That The Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Kaycee Benson At Kaycee.benson@va.gov And Contracting Officer Ty Draszt At Nco20aesf330@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf . the Sf 330 Submission Is Due By February 28, 2025 By 12pm Pacific Time. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System.
the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Kaycee.benson@va.gov With A Courtesy Copy To Ty.draszt@va.gov With The Subject Line Sf 330 Questions - 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System. The Cutoff For Question Submission Is February 20, 2025 By 10am Pacific Time. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure.
a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: cost Estimator cadd Technician
civil Engineer
fire Protection Engineer
industrial Hygienist
mechanical Engineer
physical Security Specialist
plumbing Engineer
project Manager
structural Engineer
environmental Engineer
offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Expansion And Renovations In Research & Development (r&d) Laboratory Spaces Within Specialty Care Clinics. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In: medical Center Additions And Renovations For R&d Laboratory Spaces, repair Existing Conditions And Issues In The Renovated And New Construction Space provide New Mechanical, Telecommunications, Electrical And Fire Protection, For The New And Renovated Spaces. phasing Of The New Construction And Renovation To Minimize Disruption To The Hospital Which Must Remain Operational Throughout Construction. other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials Sustainable Design Practices And Decommissioning And Coordination.
submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than 5 And No Less Than 3 Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient.
narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Washington. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Va Puget Sound Healthcare System In Seattle, Washington. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. attachments
Vermilion Parish School Board Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received By The Vermilion Parish School Board Either Online At Www.centralauctionhouse.com Or At The Vermilion Parish School Board Annex Building, 220 South Jefferson Street, Abbeville, Louisiana, 70510 Until 2:00 Pm – Tuesday, March 11, 2025, For The Following: Bid No. 2024.754 Phase I Restoration Of Hurricane Damage At The Central Office Complex Main Office, Annex Office, And Sales Tax Office Buildings Abbeville, Louisiana For The Vermilion Parish School Board And Will Thereafter, Be Publicly Opened And Read Aloud. Bids Received After The Above-specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. The Work Generally Consists Of The Restoration Of Storm Damage To The Central Office Complex Main Office, Annex Office, And Sales Tax Office Buildings. The Project Includes Removal, Replacement And/or Incidental Repairs Of Asphalt Shingle And Sbs Modified Bitumen Roof Systems Including Base Flashing And Sheet Metal Flashings, Trim, Gutters And Downspouts. Also Included Is Repair, Replacement And Repainting Of Exterior Building Envelope Components And Trim As Well As Masonry Repairs, Restoration And Waterproofing Of The Exterior Brick Masonry Walls. Note That Certain Components Of The Building Are Asbestos Containing Materials (acm) That Will Need To Be Abated And Legally Disposed Of As Well As Are Coated With Lead Based Paints That Will Need To Be Abated, Encapsulated, And /or Removed And Legally Disposed Of In Accordance With Regulatory Requirements As Noted On The Drawings And/or Specifications. The Project Further Includes Removal And Replacement Of A Majority Of The Windows With A Limited Amount Of Repair And Painting Of Existing Window Units Where Noted. Additionally, The Project Includes Replacement Of A Limited Amount Of Damaged And/or Previously Removed Suspended Acoustical Ceiling Tile Finishes, Restoration And Repair Of Interior Plaster Walls, Interior Gypsum Board Walls, Ceiling And/or Floor Finishes. The Project Will Be Strictly Phased And Scheduled To Allow For Full Occupancy And Use Of The Facilities By The Staff And Public. A Pre-bid Conference Will Be Held At The Project Site (220 South Jefferson Street, Abbeville, Louisiana) At 9:00 Am, Tuesday, February 25, 2025. All Interested Parties Are Encouraged To Attend. Please Meet At The Main Office Building’s Main Front Entrance. General Contractors (prime Bidders), Subcontractors And Material Suppliers Interested In Bidding Shall Obtain Complete Sets Of Plans, Specifications And Bid Documents At The Office Of The Sellers Group, 147 Easy Street, Lafayette, Louisiana 70506 (337) 232-0778. Printed Sets And Plans, Specifications And Bidding Documents Are Available Upon Deposit Of $150.00 For Each Set Of Documents Plus $15.00 Postage And Handling Fee If Applicable. Deposit For The First Set Is Fully Refundable To All Bona Fide Prime Contract Bidders And A Refund Of $75.00 Will Be Made For All Additional Sets To General Contractors And To All Subcontractors And Material Suppliers Upon Return Of Documents In Good Condition Not Later Than Ten (10) Days After Receipt Of Bids. The Deposit For Damaged, Incomplete Or Late Returned Documents May Be Forfeited. Partial Sets Of Documents Will Not Be Issued. As An Option To Printed Plans And Specifications, Parties May Request And Acquire An Electronic Copy (in Pdf Format) Set Of Plans, Specifications And Bidding Documents From The Office Of The Architect At No Cost. Plans, Specifications And Bid Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening. For Convenience, Complete Sets Of Plans And Specifications May Also Be Viewed Online At Http://www.centralauctionhouse.com. Notice: Prime Bidders (general Contractors) Must Register With And Acquire Either Printed Or Electronically Delivered Plans And Specifications From The Office Of The Architect In Order To Be Eligible To Bid The Project. Any Bid Submitted By A Prime Bid Contractor That Has Not Registered With And Acquired Their Plans And Specifications From The Office Of The Architect Shall Be Rejected. The Contractor And All Of His Subcontractors Shall Be Designated As An Agent For The Purchasing Of Materials And/or Leasing Of Equipment For This Project By The Owner And Will Thereby Be Exempt From The Payment Of State And Local Sales And Use Taxes For This Project As Specified Elsewhere In This Project Manual. Each Quotation Shall Be Accompanied By A Certified Check, Cashier's Check, Or Bid Bond Payable To The Owner, The Amount Of Which Shall Be Five Percent (5%) Of The Total Amount Bid (including Alternates). If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U. S. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register Or By A Louisiana Domiciled Insurance Company With A Least An A- Rating In The Latest Printing Of The A.m. Best's Key Rating Guide To Write Individual Bonds Up To Ten Percent Of Policyholders' Surplus As Shown In The A.m. Best's Key Rating Guide. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With The Surety Company Or Bond Issuer As A Licensed Agent In This State. Bid Bonds Shall Be Accompanied By A Power Of Attorney As Described In The Instructions To Bidders Section Of The Specifications. The Certified Check, Cashier's Check Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Title 37 Of The Louisiana Revised Statutes (la. R.s. 37:2150-2192) For The Classification Of Building Construction And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Bids In The Amount Of $50,000.00 Or More, Not Submitted In Accordance With This Requirement, Shall Be Rejected And Shall Not Be Read. If The Contract Price Is Less Than $50,000.00, The Contractor Need Not Be Licensed. Any Bid Submitted That Does Not Require The Contractor To Hold A License Shall State The Exemption On The Bid Envelope. Additional Information Relative To The Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. Bidder Is Required To Comply With Provisions And Requirements In Accordance With La. R. S. 38:2212(b)5. No Bid May Be Withdrawn For A Period Of Forty-five (45) Days After Receipt Of Bids, Except Under The Provisions Of La. R.s. 38:2214. Each Bid Shall Be Submitted Only On The Bid Form Included In The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Qualified Small Business Enterprises, Minority-owned Business Enterprises, Women-owned Business Enterprises And Labor Surplus Area Firms Are Encouraged To Submit Bids As Prime (general) And/or Subcontractors For This Project. The Attention To Bidders Is Called To Particular Requirements And Conditions Of Employment To Be Observed Including But Not Particularly Limited To: Executive Order (eo) 11246, Equal Employment Opportunity (eeo); The Copeland Anti-kickback Act; Sections 103 And 107 Of The Contract Work Hours And Safety Standards Act; Section 306 Of The Clean Air Act; Section 508 Of The Clean Water Act; Executive Order 11738 And Environmental Protection Act (epa) Regulations, 40 Cfr 15. The Owner Reserves The Right To Reject Any And All Quotations Or Any Portions Thereof For Just Cause. In Accordance With La R. S. 38:2212(b)(1), The Provisions And Requirements Of This Section, Those Stated In The Invitation To Bids, And Those Required On The Bid Form Shall Not Be Considered As Informalities And Shall Not Be Waived By Any Public Entity. Any Person With Disabilities Requiring Special Accommodations Must Contact Vermilion Parish School Board Administrative Offices No Later Than Seven (7) Days Prior To Bid Opening. Vermilion Parish School Board Thomas J. Byler Superintendent Publish Dates: February 5, 12, & 19, 2025
1741-1750 of 2158 archived Tenders