Architect Tenders
Municipality Of Silang , Cavite Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Cavite Municipality Of Silang Office Of The Bids And Awards Commitee Invitation To Bid For Rehabilitation Of School Building At Ulat Integrated National High School The Municipality Of Silang, Through Special Education Fund Intends To Apply The Sum Of Six Hundred Ninety-nine Thousand Seven Hundred Twenty Four And 59/100 Pesos (php 699,724.59) Being The Approved Budget For The Contract (abc) To Payment Under The Contract Or The ` Rehabilitation Of School Building At Ulat Integrated National High School Bidding No. 2025 - 2589. Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. 1. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Municipality Of Silang, Cavite And Inspect The Bidding Documents At The Address Given Below From 9:00am- 5:00pm 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 To March 17, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 5, 2024 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted March 17, 2025 At 9am. 7. Bid Opening Shall Be On March 17, 2025 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. See Hereto Attach Terms Of Reference (tor) For Checking And Verification Together With The Detailed Engineering Design Drawings As Set Forth Under The Revised 2016 Implementing Rules And Regulations (irr) Of Republic Act No. 9184 Pertaining To Infrastructure Projects. Noted As Well As To Rule Xi – Award, Implementation And Termination Of The Contracts Section 37. Notice And Execution Of Award – 37.4 Notice To Proceed. I. 37.4.1. The Concerned Procuring Entity Shall Issue The Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder Within Seven (7) Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. Ii. 37.4.2. The Procuring Entity, Through The Bac Secretariat, Shall Post A Copy Of The Notice To Proceed And The Approved Contract In The Philgeps And The Website Of The Procuring Entity, If Any Within Fifteen (15) Calendar Days From The Issuance Of The Notice To Proceed. 9. The Municipality Of Silang, Cavite Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ma. Cariza Klieyanna U. Ilagan Architect In-charge In Infrastructure Projects Office Of The Municipal Engineer New Municipal Building, Brgy. Biga I, Silang, Cavite Cariza_klieyanna@outlook.com You May Visit The Following Websites: Philgeps.gov.ph _____________________________ ( Sgd) Teodulo T. Desingaño Bac Chairman
Closing Date17 Mar 2025
Tender AmountPHP 699.7 K (USD 12.2 K)
Province Of Lanao Del Norte Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Region X Province Of Lalano Del Norte Gov. Arsenio A. Quibranza Provincial Government Center Pigcarangan, Tubod, Lanao Del Norte Bids And Awards Committee Invitation To Bid For The Construction Of 2 Unit-one Storey 3 Classroom At Patudan, Tubod, Lanao Del Norte 1. The Provincial Government Of Lanao Del Norte, Through The General Fund Under 20% Development Fund Cy2024 Intends To Apply The Sum Of Ten Million Four Hundred Ninety-three Thousand Three Hundred Forty-two (php 10,493,342.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of 2 Unit-one Storey 3 Classroom, At Patudan, Tubood, Lanao Del Norte, And Project Identification Number-ldn 2025-24]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening., 2. The Provincial Government Of Lanao Del Norte Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Two Hundred Seventy (270) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Gso, 1st Floor Capitol Bldg., Pigcarangan, Tubod, Ldn And Inspect The Bidding Documents At The Address Given Below From [8am To 5pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025, From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, 6. The Provincial Government Of Lanao Del Norte Will Hold A Pre-bid Conference On March 6, 2025 @ 10:00am At The Bac Conference Room, General Services Office, Ground Floor, Provincial Capitol Building, Gov, Arsenio A. Quibranza Provincial Government Center, Pigcarangan, Tubod, Lanao Del Norte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 10 O’clock On March 20, 2025@ 10am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 20, 2025at Ten O’clock In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Provincial Government Of Lanao Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joseph L. Apat Bac Member Acting Provincial Architect Provincial Engineering Office Building Bulod, Tubod, Lanao De; Norte 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] Feb 26, 2025 Marietta L. Borillo Bac Chairperson –pgldn Provincial Engineer
Closing Date20 Mar 2025
Tender AmountPHP 10.4 Million (USD 182.9 K)
Vzw Jan Yperman Ziekenhuis Tender
Software and IT Solutions
Belgium
Details: Title: Raamovereenkomst Voor Levering, Onderhoud En Ondersteuning Van Nas- Infrastructuur
description: Het Jan Yperman Ziekenhuis Is Een Modern, Hoogtechnologisch Ziekenhuis Met 532 Bedden, Met 1.300 Medewerkers En 130 Artsen. De It-infrastructuur Wordt Gehost In 2 Core Datacenters Dc1 En Dc6 Bevinden Zich In Hetzelfde Gebouw, Maar Op Een Verschillende Verdieping En Zijn Verbonden Met Een 100gbps Verbinding (op 100 Meter Afstand). Er Is Een Derde Datacenter In Diksmuide Met 1 Gbps Bandbreedte Naar De Core Datacenters En Zonder Lokale Break-out. De Huidige Nas Bestaat Uit Een Dellemc Isilon Cluster Van +-540tib Per Datacenter, Waarvan De Gegevens +- 300tib Naar Elkaar Gesynchroniseerd Worden Via Een Snapshot Gebaseerd Mechanisme. De Gegevens Van Beide Clusters Worden Naar Een Backup-systeem (rubrik) Gekopieerd. De Huidige Nas Wordt Gebruikt: • Als File Server Voor Bedrijfsdocumenten (niet-comprimeerbare Data). • Voor Het Stockeren Van Berichten Van Gegevensuitwisseling Van Toepassingen (niet-comprimeerbare Data). • Voor De Digitale Pathologiedata (niet-comprimeerbare Data). • Archief Voor Oude Patiëntendata (pdf). Pacs-data Worden Niet Op De Nas Gestockeerd, Maar Worden Gehost In Een Saas-oplossing. Op De Nas Zelf Worden Snapshots Genomen, Met Deze (huidige) Retenties: • Iedere 5 Minuten Gedurende 3 Uur • Alle 2 Uur Gedurende 18 Uur • Alle 4 Uur Gedurende 1 Week • Elke Week Gedurende 1 Jaar • 1 Jaarlijkse De Nas Wordt Geback-upt Via Het Back-upsysteem (rubrik). Het Ict-team Bestaat Uit 15 Personen, Daarvan Zijn Er 3 Personen Bezig Met De Datacenterinfrastructuur. Scope Van De Opdracht Gelet Op Deze Context Maken Volgende Elementen Deel Uit Van De Scope: 1. De Vervanging Van De Volledige Nas-infrastructuur, Rekening Houdend Met Een Jaarlijkse Groei Van +-50tib. 2. Via De Raamovereenkomst Kan De Opdrachtgever Materialen (hardware/software En Bekabeling) Bestellen Voor De Nas-omgeving. 3. Een Onderhoudscontract 24/7 Op Deze Systemen (inclusief Installatie Van Patches Door De Opdrachtnemer). 4. De Mogelijkheid Tot Afname Van Diensten Op Afroep (system Engineer, Architect, Projectmanager). 5. Het Voorzien Van Opleidingen. De Opdracht Betreft De Aanbesteding Van De Nas-infrastructuur. Het Doel Van Deze Opdracht Is Om 1 Opdrachtnemer Te Selecteren Die Een Nieuw Oplossing Kan Aanbieden, Installeren En Configureren, En Onderhouden. Tevens Dienen De Kandidaten De Nodige Organisatie Te Hebben Om Ondersteuning Te Bieden Bij Problemen En Consultancy/advies Te Leveren Op Vraag Van De Aanbestedende Overheid. Het Betreft Een Raamovereenkomst Zoals Bedoeld In De Wet Overheidsopdrachten, Waarbij Opdrachten Zullen Geplaatst Worden Naar Gelang De Behoeften. De Raamovereenkomst Zal Gesloten Worden Met Één Enkele Deelnemer. De Raamovereenkomst Wordt Gesloten Voor 5 Jaar, Met 2 Maal Mogelijke Verlenging Van 12 Maanden. Aanvullende Uitsluitingsvoorwaarden De Aanbesteding Laat Enkel Inschrijvers Die Behoren Tot Landen Die Partij Zijn Bij De Overeenkomst Inzake Overheidsopdrachten (government Procurement Agreement (gpa)) Van De Wto En/of Waarmee De Eu Een Bilaterale Handelsovereenkomst Heeft Gesloten Waarin Afspraken Zijn Over Toegang Tot De Markt Voor Overheidsopdrachten Zijn Gemaakt. omdat De Aan Te Bieden Producten Essentiële Elementen Vormen Van Deze Aanbesteding Moeten Ook De Fabrikanten Behoren Tot Landen Die Partij Zijn In Bovenvermelde Overeenkomst.
Closing Date3 Apr 2025
Tender AmountRefer Documents
Province Of Lanao Del Norte Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Region X Province Of Lanao Del Norte Gov. Arsenio A. Quibranza Provincial Government Center Pigcarangan, Tubod, Lanao Del Norte Bids And Awards Committee Invitation To Bid For The Construction Of New Balo-i Provincial Hospital 1. The Provincial Government Of Lanao Del Norte, Through The 2022 Approved Annual Budget Intends To Apply The Sum Of One Hundred Ninety-nine Million Five Hundred Twent-nine Thousand Seven Hundred Seven-teen (php 199,529,717.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of New Balo-i Provincial Hospital, Balo-i, Lanao Del Norte, And Project Identification Number]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Lanao Del Norte Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Seven Hundred Twenty (720) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Secretariat At Bac Conference Room, General Services Office, Ground Floor, Provincial Capitol Building, Gov, Arsenio A. Quibranza Provincial Government Center, Pigcarangan, Tubod, Lanao Del Norte And Inspect The Bidding Documents At The Address Given Below From [insert Office Hours]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php50, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, 6. The Provincial Government Of Lanao Del Norte Will Hold A Pre-bid Conference On February 20, 2025 @10:00am , At The Bac Conference Room, General Services Office, Ground Floor, Provincial Capitol Building, Gov, Arsenio A. Quibranza Provincial Government Center, Pigcarangan, Tubod, Lanao Del Norte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 10 O’clock On March 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 6, 2025 At Ten O’clock In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Provincial Government Of Lanao Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr., Joseph L. Apat Pmo Provincial Architect Office Bulod, Tubod, Lanao De; Norte 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 12, 2025 Marietta L. Borillo Bac Chairperson –pgldn Provincial Engineer
Closing Date6 Mar 2025
Tender AmountPHP 199.5 Million (USD 3.4 Million)
Municipality Of Silang , Cavite Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Cavite Municipality Of Silang Office Of The Bids And Awards Commitee Invitation To Bid For Rehabilitation Of School Facilities Emilia Ambalada National High School The Municipality Of Silang, Through Special Education Fund Intends To Apply The Sum Of Six Hundred Ninety-nine Thousand Seven Hundred Four And 25/100 Pesos (php 699,704.25) Being The Approved Budget For The Contract (abc) To Payment Under The Contract Or The ` Rehabilitation Of School Facilities Emilia Ambalada National High School Bidding No. 2025 - 2588. Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. 1. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Municipality Of Silang, Cavite And Inspect The Bidding Documents At The Address Given Below From 9:00am- 5:00pm 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 To March 17, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 5, 2024 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted March 17, 2025 At 9am. 7. Bid Opening Shall Be On March 17, 2025 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. See Hereto Attach Terms Of Reference (tor) For Checking And Verification Together With The Detailed Engineering Design Drawings As Set Forth Under The Revised 2016 Implementing Rules And Regulations (irr) Of Republic Act No. 9184 Pertaining To Infrastructure Projects. Noted As Well As To Rule Xi – Award, Implementation And Termination Of The Contracts Section 37. Notice And Execution Of Award – 37.4 Notice To Proceed. I. 37.4.1. The Concerned Procuring Entity Shall Issue The Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder Within Seven (7) Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. Ii. 37.4.2. The Procuring Entity, Through The Bac Secretariat, Shall Post A Copy Of The Notice To Proceed And The Approved Contract In The Philgeps And The Website Of The Procuring Entity, If Any Within Fifteen (15) Calendar Days From The Issuance Of The Notice To Proceed. 9. The Municipality Of Silang, Cavite Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ma. Cariza Klieyanna U. Ilagan Architect In-charge In Infrastructure Projects Office Of The Municipal Engineer New Municipal Building, Brgy. Biga I, Silang, Cavite Cariza_klieyanna@outlook.com You May Visit The Following Websites: Philgeps.gov.ph _____________________________ ( Sgd) Teodulo T. Desingaño Bac Chairman
Closing Date17 Mar 2025
Tender AmountPHP 699.7 K (USD 12.2 K)
Municipality Of Silang , Cavite Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Cavite Municipality Of Silang Office Of The Bids And Awards Commitee Invitation To Bid For Renovation Of Silang Public Market At Brgy. Iv 1. The Municipality Of Silang, Through 20% Development Fund 2025 Intends To Apply The Sum Of Forty Two Million Six Hundred Six Thousand Four Hundred Four And 50/100 Pesos (php 42,606,404.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract Or The Renovation Of Silang Public Market At Brgy. Iv Bidding No. 2025 - 2558. Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. 2. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 365 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Silang, Cavite And Inspect The Bidding Documents At The Address Given Below From 9:00am- 5:00pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 3, 2025 To March 14, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 3, 2024 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted March 4, 2025 At 9am. Bid Opening Shall Be On March 12, 2025 At 10:00am At 4th Floor, Function Hall, New Municipal Hall, Brgy. Biga I, Silang, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. See Hereto Attach Terms Of Reference (tor) For Checking And Verification Together With The Detailed Engineering Design Drawings As Set Forth Under The Revised 2016 Implementing Rules And Regulations (irr) Of Republic Act No. 9184 Pertaining To Infrastructure Projects. Noted As Well As To Rule Xi – Award, Implementation And Termination Of The Contracts Section 37. Notice And Execution Of Award – 37.4 Notice To Proceed. I. 37.4.1. The Concerned Procuring Entity Shall Issue The Notice To Proceed Together With A Copy Or Copies Of The Approved Contract To The Successful Bidder Within Seven (7) Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. All Notices Called For By The Terms Of The Contract Shall Be Effective Only At The Time Of Receipt Thereof By The Successful Bidder. Ii. 37.4.2. The Procuring Entity, Through The Bac Secretariat, Shall Post A Copy Of The Notice To Proceed And The Approved Contract In The Philgeps And The Website Of The Procuring Entity, If Any Within Fifteen (15) Calendar Days From The Issuance Of The Notice To Proceed. 9. The Municipality Of Silang, Cavite Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ma. Cariza Klieyanna U. Ilagan Architect In-charge In Infrastructure Projects Office Of The Municipal Engineer New Municipal Building, Brgy. Biga I, Silang, Cavite Cariza_klieyanna@outlook.com You May Visit The Following Websites: Philgeps.gov.ph _____________________________ ( Sgd) Teodulo T. Desingaño Bac Chairman
Closing Date14 Mar 2025
Tender AmountPHP 42.6 Million (USD 742.9 K)
POSTAL SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Facilities Construction Repair & Alteration East Cmt Of The United States Postal Service Is Soliciting Proposals For A Roof Replacement Project, At The United States Postal Service Owned Bath Beach Station 1865 Benson Avenue, Brooklyn, Ny 11214-9997, Kings County. Please See Attached Summary Of Work.
the Estimated Cost Of The Work Is Between $500,000 And $1,000,000; With Construction Completion No Later Than Two Hundred Fifty (250) Calendar Days After Receipt Of The Notice To Proceed.
the Solicitation Will Open March 6, 2025 On Usps Esourcing Coupa (see How To Participate Below) And Closes On April 7, 2025. A Virtual Pre-proposal Meeting For This Project Will Be Held On March 20, 2025, At 10:30am, (local Time). Dial: (425) 436-6362 – Code: 4991792#. Attendance Is Not Mandatory But Is Strongly Recommended. Technical Inquiries Are To Be Addressed To Brett Risher, Architect/engineer, Roth, At (805) 433-4478, Or The Usps Project Manager, Oluwadabira Lana At (201) 714-7233.
the Postal Service Bases Contract Award Decisions On Best Value. Offerors Should Review The Entire Solicitation To Ensure The Requirements Are Understood.
minimum Requirements:
the Requirements Below Will Be Evaluated On A Pass/fail Basis.
experience Profile: Two Examples Of Comparable Projects As Defined On Form Under Attachment 20: Experience Profile.
years In Business: Proof Of Having Been In The Construction Business For A Minimum Of 5 Consecutive Years.
price Proposal: Signed Offer And Award (page 1), Schedule Of Values (see Erfx Excel Attachment), Schedule Of Unit Prices (if Applicable), And Schedule Of Alternates (if Applicable).
affirmation Of Contract Terms & Conditions.
terms & Conditions: Acknowledgement Of Solicitation Amendments (if Applicable), Solicitation Provision F-202: Key Personnel; Provision 4-3: Representations And Certifications (section A., B., E.); Provision 1-3: Domestic Source Certificate - Construction Materials, And Provision F-401: Authorized Negotiators.
form Vets-4212 Documentation Is Required. If You Are Not Registered With Department Of Labor Report System, You Must Register On The Dol Website At: Https://www.dol.gov/vets/vets4212.htm And Provide Proof Of Registration.
bonding: Contractor Must Have The Ability To Obtain 100 Percent Performance And Payment Bonds For This Project Within Seven (7) Calendar Days Of Receipt Of A Notice Of Intent To Award.
contractor Will Be Responsible For Coordination Of All Work In A Manner That Will Not Interfere With Operations And Coordinate All Work Related To This Phased Project With The Facility Manager Or Designee.
note: Successful Offeror Will Be Required To Submit A Sub-contracting Plan And Project Specific Safety Plan Acceptable To The Usps Contracting Officer Before A Notice To Proceed (ntp) Is Issued.
the Successful Offeror Will Be Bound By The Contractor's Screening Requirements. Offerors Must Familiarize Themselves With The Requirements Of Clause F-102.
how To Participate In The Opportunity
all Proposals Must Be Submitted Online In Usps Esourcing Coupa. Usps Esourcing Coupa Is A Web-based Electronic Solicitation Platform.
if Your Organization Wishes To Participate In This Solicitation, Please See The Attached Coupa Registration Instructions And Form. If You Have Any Questions On The Registration Process, Contact Jennifer Santiago At Jennifer.santiago@usps.gov Or (860) 285-7138.
once You Complete The Registration Process, The Postal Service Will Review The Entry Within Seven (7) Business Days To Ensure It Is Complete And Accurate. Upon Approval, You Will Be Notified Via E-mail Of Your Log-in Credentials.
once You Are Registered Or If Your Company Is Already Registered In Coupa, Please Contact Jennifer Santiago At Jennifer.santiago@usps.gov Or (860) 285-7138 To Request An Invitation To Bid. Separate Electronic Messages Will Be Sent Inviting You To Participate In The Solicitation And Notifying You When The Event Is Opened.
each Organization Must "accept" The Invitation In Order To Place A Bid In Coupa. Any Required Documentation May Be Attached To Your Bid After Submitting Total Dollar Amount Of Bid In Coupa.
closing Time Will Not Be Extended Due To Operator Inability Within Coupa.
Closing Date7 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 2 Of 2
synopsis:
project Title:
589a5-24-122 Replace Building 20 Water Heaters And Tss Hvac, Topeka
contract Information
a. This A-e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work.
b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6.
c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements.
d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The Topeka Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. 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.
e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available Currently. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Timothy.fitzgerald@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed.
g. The Naics Codes For This Procurement Is 541310 Architectural Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 171 Calendar Days Including Time For Va Reviews.
h. Database Registration Information:
verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Vendor Information Pages Database, (http://www.vetbiz.gov), Shall Be Considered.
i. System For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package.
j. The Excluded Parties List System (epls):
to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities.
k. E-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54)
l. A-e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Http://www.gsa.gov/portal/forms/download/116486) Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically.
m. Completed Package Shall Be Delivered Electronically On Or Before 04/09/2025 At 2:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Tim Fitzgerald, Contracting Officer @ Timothy.fitzgerald@va.gov.
project Information
the Mission Of The Veterans Affairs Topeka Kansas Is To Provide The Highest Quality Health Care To Our Nation S Veterans. To Accomplish This Mission, Va Medical Center Topeka Engineering Service Intends To Partner With An Architect/engineer A/e Or Engineer Firm For A Design Completion To Replace The Direct Expansion Air-conditioning System And Ductwork Servicing Building 1 Room A14 Containing The Electrical Transformer Room For The Main Hospital., And Additional Supplemental Guidance Published By Va For Va Owned Facility At The Va Medical Center, Topeka Kansas.
supplement B
general Intent: The Contractor (herein Referred To As A/e ) Shall Provide Architect/engineer (a/e) Services To Design A Construction Project At Colmery O Neil Vamc In Accordance With This Design Scope Of Work.
statement Of Work: A/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visits, Field Investigation, Studies, (including Evaluating Hvac Options That Use Chilled Water Supply) And User Interviews To Prepare Drawings, Specifications, And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project To Replace The Existing Hvac System (ahu-20h8 And Accompanying System) That Is Suspended From The Ceiling In Bldg 20 Room 115g To A New Mechanical Room Designed As Part Of This Project And Replace Two Hot Water Heaters In The Bldg 20 Service Room With A System That Provides Instantaneous Heat Transfer And Direct Digitals Controls.
a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation (solicitation Support) And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 2 Site Visit Per Month During Construction (both Scheduled And Emergent) To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance And Participation During The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. All Part Two Services Are Optional Line Items And Will Not Be Exercised At The Time Of Award.
the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project. Copies Of Colmery-o Neil Vamc Record Drawings Will Be Made Available To The Highest Rated A/e Firm. The A/e, As The Designer Of Record For This Project, Is Solely Responsible For Field Verification Of All Information Contained On The Vamc Record Drawings Necessary For The Completion Of The Design And Conduct Site Investigations As Necessary Throughout The Design. Investigatory Demolition Is Authorized When Coordinated Through The Cor. The Vamc Maintenance Personnel Will Repair The Damage From The Investigatory Demolition As Necessary.
The A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project.
the Authorization Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
3. Design Within Funding Limitations: The Design Shall Be Prepared By The A/e To Permit The Award Of A Construction Contract, Using Federal Acquisition Regulation Procedures For The Construction Of The Facilities, At A Cost That Does Not Exceed The Project S Estimated Construction Contract Magnitude Of $25,000.00 And $100,000.00 Which Will Be Included In The Request For Proposal (rfp) Issued To The Highest Rated Firm.
evaluation Factors
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size.
qualifications (sf330) Submitted By Each Firm For Project Number: Replace Bldg. 20 Water Heaters And Tss Hvac, At The Va Medical Center Topeka Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance:
1. Team Proposed For This Project. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A&e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer.
2. Previous Experience Of Proposed Team. Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. The A/e Shall Also Describe If They Have Any Experience Completing A Design That Was Started By Another A/e Firm. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design.
3. Location And Faciilities Of Working Offices: The Geographic Proximity Of Each Firm To The Location Of The Va Medical Center Will Be Evaluated. The Medical Center Is Located At Colmery O Neil Vamc Topeka, Kansas.
4. Project Control. Provide The Plan On How Management Will Control The Design Schedule And Costs. How Will The Quality Control Reviews For Each Design Discipline Be Conducted? How Will Coordination Reviews Between All Design Disciplines Be Conducted? Who Conducts These Quality Control And Coordination Reviews?
5. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For Most Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. In Accordance With Vaar 852.219-10(c)(1), Prime Contractors Shall Clearly Demonstrate How They Will Meet The Requirement That At Least 50 Percent Of The Design Work Be Accomplished By Employees Of The Concern Or Employees Of Eligible Service-disabled Veteran Owned Small Business Subcontractor/consultant.
6. Estimating Effectiveness. Provide Information On The Five (5) Most Recently Awarded Construction Projects That Were Designed By This A/e Team. Provide The Project Title, Brief Scope Of Work, A/e Team S Construction Estimate Total And Actual Construction Award Price. If The Difference Is Greater Than 10% Explain Why The A/e Believes The Difference Was Greater Than 10%. If The Team Does Not Have Any Recent Projects, Provide The Same Information On Projects That The Prime A/e For This Team Was The Prime A/e For The Past Projects. Provide The Names, Titles And Experience Of The Persons That Will Perform The Design For Each Discipline; And Then Has Oversight Of The Entire Estimate.
7. Miscellaneous Experience And Capabilities. For Projects Within The Last Five (5) Years On Each Of The Following: Provide Information On Projects That Included Surgery Operating Rooms Where Any A/e Team Member Was A Part Of The Design Team. Provide The A/e Team Members Experience With Doing Designs In Revit Drawing Software. Provide The A/e Prime Team Member S Experience With Designing Projects That Must Follow Hospital Infection Prevention Measures (icra) And Interim Life Safety Measures (ilsm). Provide The A/e Team Members Experience With Hazardous Material Abatement Projects.
8. Claims, Terminations And Litigation. Claims And Terminations: Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined. Provide Information On Any Litigation Involvement Of The Past Five (5) Years And The Outcome.
Closing Date9 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Introduction: This Is A Pre-solicitation Notice For Project Number 636-25-306, Upgrade Surgery Air Handlers (om) That Requires Architect And/or Engineering (a-e) Design Services To Design An Upgrade Of The Surgery Air Handlers At The Omaha Va Medical Center (vamc) And For Project Number 636-25-502, Air Handler Replacement (gi) That Requires A-e Design Services To Design An Air Handler Upgrade/replacement At The Grand Island Community Based Outpatient Clinic (cboc) Under One Contract Action. This Announcement Is Not A Request For Price Proposal. No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Submitted Sf 330s. The Contemplated A-e Services That Are Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92-582), Federal Acquisition Regulation Part 36.6, And Va Acquisition Regulation 836.6. Description: The Va Nebraska-western Iowa Health Care System Is Seeking A Professional A-e Firm To Provide All A-e Design Services Required For The Design And Delivery Of Plans, Specifications, Cost Estimates, Related Studies, And All Associated Engineering Services For The Upgrade Of The Surgery Air Handlers At The Omaha Vamc And For Air Handler Upgrade/replacement At The Grand Island Cboc. The Design Project For The Omaha Vamc Will Upgrade Surgery Air Handlers At The Omaha Va Medical Center, Which Will Focus On The Optimization And Replacement Of Roof Top Units (rtu) #2, #3, & #7 To Air Handling Units For Current And Future Supply Services. The Design Project For Grand Island Cboc Will Replace/upgrade The Air Handler Units At The Grand Island Cboc, Which Will Require Upgrades To Various Parts Of The Heating Ventilation And Air Conditioning (hvac) System. Final Construction: Drawings For Bid (sealed By A-e) Including Cost Estimates, Specifications, And Calculations For Both Projects, Shall Be Completed Within 245 Calendar Days After Issuance Of The Notice To Proceed. The A-e Work Shall Include, But Is Not Limited To: Site Investigations Necessary To Determine The Existing Conditions At The Site Of Work. Schematic Plans, Design Development Plans, And Final Construction Drawings. Specifications, Phasing Plan And Cost Estimates. Design Narrative And Engineering Calculations. Construction Period Services To Include Submittal Review, Site Visits And Construction Inspections. Bid Deduct Alternates Of 10% Of The Approved Construction Budget Shall Be Developed, Planned, And Estimated As Necessary To Assure Award Of Contract Within Available Funds. Bid Deduct Alternates Shall Be Clearly Identified On Contract Drawings And Price Breakdown Shall Be Provided For In Addition To The Base Offer S Construction Estimate. All Offerors Are Advised That In Accordance With Vaar 836.606-73, The Total Cost Of The Contract For A-e Services Must Not Exceed 6 Percent Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm Selected To Complete The Design. Interested Firms Should Submit Their Sf 330 Electronically To The Contracting Officer: Angela Frost / Email Address: Angela.frost2@va.gov. Sf 330s Are Due On April 7, 2025, At 10:00 Am (ct). Use The Instructions Located In Section Fourteen (14) Below For Submitting Your Sf 330. No Fax Or Paper/cd Responses Will Be Accepted: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By E-mail To Angela.frost2@va.gov. In Accordance With Far 36.209 Construction Contracts With A-e Firms And 36.606 (c), All Interested Contractors Are Hereby Put On Notice That No Construction Contract May Be Awarded To The Firm That Ultimately Designs This Requirement. Security Issues, Late Bids, Unreadable Offers Late Submission Of Offers Are Outlined At Far Part 52.215-1(c). Particular Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free. Submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus Or Which Are Otherwise Unreadable Will Be Treated As Unreadable Pursuant To Far Part 15.207(c). Password Protecting Your Sf 330 Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Government Individuals. The Selection Of The Most Qualified Contractor Will Follow The Guidance Provided In Far 36.6 Architect-engineer Services. Additionally, This Solicitation Is Also Issued In Accordance With Public Law 109-461, The Veterans Benefits, Healthcare Information And Technology Act Of 2006, Sections 502 And 503, As A Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Contractors. Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb Firms, As There Is A Reasonable Expectation That Two Or More Offers From Sdvosb Contractors Will Be Received Under This Solicitation. Apparent Successful Offerors Must Apply For And Receive Verification From The U.s Small Business Administration Veteran Small Business Certification (vetcert) In Accordance With 38 Cfr Part 74 By Submission Of Documentation Of Veteran Status And Ownership And Control Sufficient To Establish Appropriate Status. Failure To Be Both Verified And Visible On Vetcert At The Time Sf 330s Are Submitted, When The Proposal Is Received As A Result Of The Solicitation Issued To The Most Qualified Firm, And On The Date Of Contract Award Will Result In The Offeror S Proposal/sf 330 Being Deemed Not Acceptable. All Offerors Are Urged To Contact The Vetcert And Submit The Aforementioned Required Documents To Obtain Vetcert Verification Of Their Sdvosb Status If They Have Not Already Done So. 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. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. The Estimated Magnitude For Construction (not Design) For The Upgrade Surgery Air Handlers Project Is Between $2,000,000.00 And $5,000,000.00 And The Estimated Magnitude For Construction (not Design) For The Air Handler Replacement Project Is Between $2,000,000.00 And $5,000,000.00. Contract Award Procedure: At Time Of Award, The Contractor Must Be Certified By Vetcert And Registered In The System For Award Management (sam) Database. Register Via The Sam Internet Site At Www.sam.gov. Failure Of An Sdvosb To Be Verified And Visible In Vetcert Shall Result In Elimination From Consideration As A Potential Contract Awardee. Failure Of A Sdvosb To Be Registered In Sam At The Time Of Contract Award Shall Result In Elimination From Consideration As A Proposed Contract Awardee. Contractors That Appear On Excluded Parties List System (epls) Debarred List At The Time Of Contract Award Shall Be Eliminated From Consideration As A Proposed Contract Awardee. The Proposed Services Will Be Obtained By A Negotiated Firm-fixed Price Contract. The Review/design Including But Not Limited To Architectural, Structural, Mechanical Including Hvac And Control Replacement, Electrical, Civil, Plumbing, Or Other Engineering Features Of The Work Shall Be Accomplished By Architects Or Engineers Registered In A State Or Possession Of The United States, Or In Puerto Rico Or In The District Of Columbia. The Project Drawings/design Shall Be In Compliance With Applicable Standards And Codes Described In Va Program Guides And Design Materials. Master Construction Specifications Index, Va Construction Standards Index, Va Standards Index, And Criteria Are Available In The Technical Information Library (til) On Va Website Address: Http://www.cfm.va.gov/til/. The Awarded A-e Firm Will Prepare Drawings And Specifications In Sufficient Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Work. The Awarded A-e Firm Is Responsible For Ensuring That The Specifications And Drawings Supplied Fully Represent All Of The Work Described In The Request For Proposal (rfp). The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The A-e To Minimize Impact Of The Construction. The Naics Code For This Project Is 541330 With A Small Business Size Of $25.5 Million. The Sf 330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf 330 In The Find A Form Block And Click On Search. Selection Criteria: The Va Will Utilize The Following Selection Criteria: Offerors Shall Submit The Information Requested And Any Other Requirements Provided In The Statement Of Work. Proposals Will Be Evaluated Using The Following: Factors 1 Through 5 Are Of Equal Importance And Shall Collectively Account For 90% Of The Evaluation Rating. Factors 6 And 7 Are Of Less Importance And Shall Each Count For 5% Of The Evaluation Rating. Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Specialized Experience And Technical Competence In The Type Of Work Required, Including Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Capacity To Accomplish The Work In The Required Time. Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. 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. Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. 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. Responding Firms, Either Multi-disciplined Or Collaborating With Consultants, Must Demonstrate Capability But Not Limited To Healthcare Architectural, Structural, Mechanical Including Hvac And Control Replacement, Electrical, Civil, Plumbing, Communications, Environmental, Fire Protection, Cost Estimating, Building Commissioning, Leadership In Energy And Environmental Design, Specification Writing, And Construction Surveillance Skills As Described Herein. Responses To This Notice Should Include Recent (within The Past 5 Years) Experience In Designing Projects Of This Nature. This Is Not A Request For Proposal. This Is A Request For Sf 330 A-e Qualification Packages Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued. The Three Most Highly Rated Firms Based On The Technical Review Of All Of The Sf 330 S Received Will Be Invited To Provide Oral Presentations. A Solicitation Will Only Be Issued To The Most Highly Qualified Vendor After Oral Presentations Have Been Concluded And Evaluated. The Second And Third Place Rated Firms Will Be Notified That They Were Not Selected Most Qualified But That They May Still Be Contacted For Solicitation In The Event That Award Does Not Proceed With The Most Highly Qualified Firm. Submission Requirements: Firms Must Provide A Customer Reference List With Addresses And Telephone Numbers, And Bidding Records (ae Estimate Cost Of Construction Vs. Construction Awarded Amount), If Applicable For All Projects Listed As Related Experience, And A Project Workload Schedule Showing Proposed Team Members For The Project Period. All Responding Firms, Including Consultants To The Primary Firm Are Required To Submit Their Sf 330 Part 1 And Part 2 Electronically To The Contracting Officer. Contracting Officer: Angela Frost / Email Address: Angela.frost2@va.gov. The Sf 330, Part I Must Clearly Indicate The Office Location Where The Work Will Be Performed, And The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract And Their Geographical Location. You Must Submit Your Electronical Copy, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. However, Contractors Will Be Notified Of The Award Via An Electronic Notice Of Award E- Mail. The Award Document Will Be Attached To The Notice Of Award E-mail. Acceptable Electronic Formats (software) For Submission Of Sf 330 Packages: Files Readable Using The Current Adobe Portable Document Format (pdf). When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files); Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; Other Electronic Format. If You Wish To Submit An Offer Using Another Format Other Than Described In These Instructions, E-mail The Contracting Officer Who Issued The Solicitation. Please Submit Your Request At Least Ten (10) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer; Sf 330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Fifty (50), Single-sided, Single-spaced, And Numbered Pages. If More Than Fifty (50) Single-sided Pages Are Submitted, All Pages After Fifty (50) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger. Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. Size:âmaximum Size Of The E-mail Message Must Be Less Than Twenty (20) Megabytes. If The Size Limits Are Exceeded, The Va May Not Receive The File And/or You May Not Be Considered. Only One Email Is Permitted. Va Primary Point Of Contact: Angela Frost Email: Angela.frost2@va.gov
Closing Date7 Apr 2025
Tender AmountRefer Documents
The City Of Rous Nov Tender
Others
Czech Republic
"old Rousínov Post Office - Interior"
Closing Date7 Apr 2025
Tender AmountRefer Documents
1771-1780 of 2040 archived Tenders