Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date8 May 2025
Tender AmountRefer Documents
Details: 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. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) 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, Reports And Construction Period Services For Project # 549-220 Correct Bonham Clc For Patient Privacy Phase 1 Minor Design Project Located At The Sam Rayburn Memorial Veterans Center Located At 1201 East 9th St. Bonham, Texas 75418. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, Commissioning, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. 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 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. 2. 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 541310 Architectural Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Award Is Projected To Be Made In August 2025. The Anticipated Period Of Performance For Completion Of Design Is 278 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction For This Project Is $10,000,000 And $20,000,000. Please Note That The 278-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. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: The Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation 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. All Firms Not Invited To Participate In 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 The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And Secondary Selection Criteria (if Necessary). 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 Will 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 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. 4. 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. Primary Selection Criteria (listed In Descending Order Of Importance): Specialized Experience And Technical Competence (sections F And H): There Are Two Parts To This Factor Submitting Projects In Section F That Demonstrate Required Experience And Providing Section H Narratives As Stated Below. Both Parts Must Be In The Sf 330 Submission. Part I: The Projects Should Demonstrate Specialized Experience And Technical Competence In Design And Construction Period Services Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, And Hvac. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols. Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements Will Be Evaluated. Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Evaluated Where Appropriate. Submissions In Section F Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is De- Fined As Those Task Requirements Identified In The Attached Statement Of Work And This Notice. Recent Is Defined As Ae Services Provided On Projects That Have Ended (construction Is Complete, Or Construction Was N/a) Within The Past Five (5) Years. At Least One Project Must Have Been Completed By The Sdvosb Proposing As Prime For This Project; All Projects Cannot Be From Stand-alone Subcontractors. Each Project Shall Include The Following: Project Title And Location (city And State) Awarded Contract Number Associated With The Project. Years Completed Professional Services Start And End Dates. Construction Start And End Dates Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Detailed Narrative Describing: The Scope Of Services Provided Including The Type Of Work Performed By The Offeror. Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor. The Firm Completing The Project As Prime Must Match The Past Performance Firm Name. If A Partner To A Jv Completed The Project, Do Not Put The Jv Firm Name Down As Completing The Work. Dates For Completion Of A, B, And C Services. State If Construction Period Services Was Done On The Project. Services & Deliverables Provided Under The Contract/task Order. Awarded Ae Fee Contract Value, Including Options. Ae Cost Estimate Vs. Actual Construction Cost The Narrative Shall Describe Actions Taken That Demonstrate The Required Experience. Merely Making A List Of Relevant Areas From The Va Requirements List On The Side Of The Section F Project Is Not Demonstrating In Narrative Form Actions Taken On A Project. Note: Awards To Overseas Offices For Projects Outside The United States, Its Territories And Possessions, And Awards To A Subsidiary If The Subsidiary Is Not Normally Subject To Management Decisions, Bookkeeping, And Policies Of A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company, Will Not Be Considered Under This Factor. Part Ii: The Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach, Including Flow Of Communication And Roles/responsibilities. This Is Not The Organization Chart In D. The Coordination Of Disciplines And Subcontractors, Including Flow Of Communication And Hiring Practices Design Quality Management/control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Professional Qualifications (sections C-e, G, H): Necessary For Satisfactory Performance Of Required Service. 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. 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. A Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. At Least One Resume Must Be Submitted For Each Of The Positions Below With The Role In This Contract Box Filled With A Title Matching This List. The Resume Shall State The Role The Specific Individual Filled On Each Project Listed, And Not A Generic Overview Of The Project. Each Project Must Also State If The Individual Worked On The Design Or Construction Period Services, Or Both. Key Positions And Disciplines Required For This Project Include: Architect (leed Certification/us Green Build Council Certification Cadd Technician Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer, Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Interior Design Information Technology Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. Include Documentation That Demonstrates Your Firm Has Discussed This Opportunity With Each Subcontractor And Agreed To A Part Ii Being Submitted As A Proposed Subcontractor. The Information Provided In Sections C-e, G, And H Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Capacity (section H): 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 By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Per-centages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (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 Pro-vided In The Sf 330. Past Performance (section H): Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (use Attached Ppq If No Cpars Data Is Available) Must Be Provided For All Projects Submitted Under Section F Of The Sf 330. The Following Information Must Be Specified On Each Performance Report: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Cpars Data And Ppqs Do Not Count Toward The Page Limitation. Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For In-formation. Their Timely Replies Would Be Appreciated. The Information For This Factor Must Be Provided In Section H Of Sf 330. Knowledge Of Locality (section H): Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features If Prior Experience In Or Specific Knowledge Of The Local Area Is Minimal, Describe How The Team Plans To Obtain Any Specific Knowledge Of Certain Local Conditions Or Project Site Features Required For This Project. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The 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 Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. The Information For This Factor Must Be Provided In Section H Of Sf 330. Experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each Project In Section H As Well. Refer To The Statement Of Work For Review Timeline Expectations. The Firm Shall Provide A Detailed De-scription Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Drafting Sows And Cost Estimates In Support Of Contract Changes Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Five (5) Years. Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations, And What The Process Is To Resolve Issues. 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 Project Site Located At Sam Rayburn Memorial Veteran Center 1201 E. 9th Street Bonham, Texas 75418. 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. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submission Contents Firms Are Required To Submit Two Documents.: One Sf 330, Architect/engineer Qualifications, Part I And Ii, And Any Attachments, As A Pdf On The Sf330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. Format Of Submissions The Page Limitation Of The Sf330 Pdf Submission Must Not Exceed A Total Of 50 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Every Page Of The Pdf Will Count Toward This Page Limit Except: Copies Of Licensure, If Included Cpars And Ppqs Subcontractor Agreement Documentation, And Part Ii Of The Sf330 Do Not Combine Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number 5) Note: If You Are Submitting As A Joint Venture, The Managing Partner Must Be Certified In Vetcert As An Sdvosb In Order To Be Evaluated. 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. Each Page Must Be In Arial Size 12 Font, Single Spaced. Submit One (1) Sf330, Statement Of Qualifications And Any Attachments And One (1) Completed Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment Via Email To Both The Contract Specialist Shawn.tavernia@va.gov And To The Contracting Officer Bridget.may@va.gov. The Subject Line Of The Email Must Read: Sf 330 Submission; 36c77625r0040 And Correct Bonham Clc For Patient Privacy Phase 1 Minor Design The Sf 330 And Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. Technical Questions All Questions Must Be Submitted To Bridget.may@va.gov And Shawn.tavernia@va.gov With The Subject Line Sf 330 Question(s) - Correct Bonham Clc For Patient Privacy Phase 1 Minor Design . The Cutoff For Question Submission Is 2:00 Pm Et On April 24, 2025. Questions Will Be Answered Through Modification To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. Submission Due Dates All Responses Are Due Via Email On Or Before May 8, 2025, At 2:00 Pm Eastern Time. Note: 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. All Emails Must Be Received By The Va Email Server By 2:00 Pm Et. The Time Will Not Be Based On When Firms Hit Send . Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. Other Information All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses, And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. All Joint Ventures Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s. List Of Attachments
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Details: Update: On 3/7/2025, The Government Recieved A Question In Regards To Page Limit Requirements Within This Notice. The Government Reaffirms It's Position Of The Initial Page Limit Requirements Stated In This Notice. Further, The Period For Technical Questions And/or Concerns Has Closed As Of Monday, February 24, 2025. Therefore, The Government Encourages All Offerors To Provide The Response To This Notice That Is Most Advantageous Based On Their Understanding Of The Requirement(s) By The Submission Due Date. this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330's Architect-engineer Qualification 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. 1. General Information: veterans Health Administration (vha) Program Contracting Activity Central (pcac) 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, Layouts, Specifications, Reports , Construction Cost Estimates, And Construction Period Services For Project # 549-215 Dallas Clc Bed Bath Compliance-minor Design Project Located At The Dallas Veterans Affairs Medical Center (vamc) Community Living Center (clc) Located At 4500 South Lancaster Rd Dallas Tx. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. the Dallas Vamc Is Soliciting Design Services To Expand Patient Bathrooms For Patient Privacy, Replace Roofing, Flooring, Ceiling, Windows, And Replacing Fire Doors. Currently, Patient Bedrooms In The Dallas Community Living Center (clc)-b Wing Share A Bathroom. Thus, The Central Intent Of This Design Project Shall Be To Provide The Necessary Completed Construction Documents In Order To Construct A Restroom For Each Patient Room For Privacy. Moreover, This Project Will Provide New Millwork, Finishes, Updated Lighting And Sinks In The Patient Bedrooms. Overall, The Construction Project Shall Expand The Clc By 3,300 Sq Ft And Renovate 20,000 Sq Ft. Additionally, This Project Shall Bring Hvac Standards Up To New Pandemic Readiness Criteria. The Design Must Comply With The Small House (sh) Model Design Guide Https://www.cfm.va.gov/til/dguide.asp, And Requirements Included In The Va Til. Finally, The Finishes Used In This Project Shall Be Selected By Va And Provided By The Contractor. the A-e Services Design-bid-build 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 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. 2. 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 Award Is Projected To Be Made In Early 4th Quarter Fy 2025. The Anticipated Period Of Performance For Completion Of Design Is 235 Calendar Days After Notice Of Award (noa). The Estimated Cost Of Construction For This Project Is $6,837,600.00. Please Note That The 235-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. A Notice To Proceed (ntp) Is Only Applicable To A Construction Project, Not A Design. 3. A-e Selection Process: firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein 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 And Secondary (if Necessary) Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3(c), At Least Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In 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, As Soon As 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 The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. For This Project, This Will Be In The Form Of Written Responses. The Form Of Discussions Will Be The Same For All Firms. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria Outlined In This Announcement. 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 If Applicable. the Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. 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 Will Be Authorized For The Highest Rated Firm During The Negotiation Process. An Award Is Intended To Be Made To The Most Highly Qualified Firm As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Price And The Firm Is Found Suitable During The Responsibility Determination. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated In Accordance With Far 36.606. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The 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. 1. Professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate That They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In The State Of Their Home Office And Where The Work Is Being Performed. Please Provide Professional License Numbers And/or Proof Of Licensure. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel. The Lead Designer In Each Discipline Must Be Registered In Accordance With Far 52.236-25. The Board Will Evaluate Resumes For All Proposed Key Personnel. 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-the Va Will Accept A Minimum Of Seven (7) Years) Of Personnel Proposed For Assignment To The Project, And Their Record Of Teaming Arrangements When Evaluating Professional Qualifications. In Order For A Firm Or Individual To Be Permitted By Law To Practice The Profession Of Architecture Or Engineering, It Must Be Licensed By The State In Which It Is Practicing, And A Registered Professional In The State In Which It Is Practicing. Key Positions And Disciplines Required For This Project Include: A) Architect (leed Certification/us Green Build Council Certification) B) Registered Communications Distribution Designer (rcdd) C) Cost Estimator D) Civil Engineer E) Electrical Engineer F) Environmental Engineer G) Fire Protection Engineer H) Industrial Hygienist I) Mechanical Engineer J) Plumbing Engineer K) Project Manager L) Quality Assurance Manager M) Structural Engineer N) Physical Security Specialists O) Commissioning Agent P) Designer/cadd Tech Q) Specification Writer resumes Should: be Limited To Two Pages. cite Project Experience Similar In Size, Scope, And Complexity To The Project Statement Of Work (sow). indicate Proposed Role In This Contract the Government Will Consider 1-2 Additional Pages If There Are Specifics Related To The Technical Qualifications Pertinent For Successful Completion Of This Requirement. the Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority], Of [company Name] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. The Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. 2.specialized Experience (sections F, G, & H) The Evaluation Will Consider The Specialized Experience On Similar Projects As Well As The Technical Capabilities Of The Prime Firm And Any Subcontractors. The Teb Will Evaluate The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Offices And/or Subcontractors, And Prior Working Relationships). The Project Team Members Prior Experience With Each Other, As Well As Their Experience In Projects That Are Similar In Size, Scope, And Complexity. Offeror Must Provide Five (5) Projects, Completed, Or Substantially Completed Within The Past Five (5) Years, That Best Illustrate Specialized Experience Related To This Project Scope, Such As Medical Facilities, Community Living Centers, Nursing And Patient Care Centers, Hospice Care Facilities, And Other Related Projects. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And/or Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competencies Stated Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror By Demonstrating Their Role In The Project For E.g. Listing Themselves As The Prime Contractor, Teaming Partner, Or Subcontractor. Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. 3.capacity (section H) To Accomplish The Work In The Required Time. The Evaluation Will Consider A Firm S Experience With Projects Of Similar Size, Scope, And Complexity And The Available Capacity Of Key Disciplines When Evaluating The Capacity Of A Firm To Perform The Work Within The Required Time. Specifically, The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project. The Board Will Consider The Full Potential Value Of Current A/e Contracts That A Firm Has Been Awarded When Evaluating Capacity. The Offeror Should Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Also, The Offeror Must Provide An Active Project List With Completion Percentages And Expected Completion Dates. The Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. 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. 4.past Performance On Contracts With Government Agencies And/or Private Industry. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Evaluation Will Consider The A-e S Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. The Past Performance Will Be Evaluated For All Projects Provided In Section F To Include A Review Of Contractor Performance Assessment Rating System (cpars) And/or Past Performance Questionnaire (ppq) If There Is No Cpars Data Available. The Following Information Is Required For Each Project Noted In Section F: 1. Contract/task Order Number. 2. Project Title 3. Prime Firm Name 4. Start Date. 5. Completion Date 6. Cpars Or Ppq Attached For The Project. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Evaluations Will Consider Performance Ratings On Recently Completed Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Responsiveness. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Deemed As Non-responsive. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. If There Is No Cpars Data Available, Ppqs Will Be Accepted. Please Utilize The Attached Ppq Document. Completed Ppqs Should Not Be Submitted By The Evaluator To Vha Pcac Directly. Completed Ppqs Must Be Incorporated Into The Sf 330 Submission. The Cpars And Ppqs Will Not Be Counted Toward The Page Limitation For This Submission. 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. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations That Are Rated As More Than Satisfactory May Be Given Greater Consideration. The Evaluation Will Assess Performance On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, Responsibility And Responsiveness. 5.experience In Construction Period Services (section H) To Include: 1.professional Field Inspections During The Construction Period 2. Coordination And Validation Of Commissioning Requirements 3. Solicitation Support Services 4.providing A Submittal Register 5.review Of Construction Submittals 6.support In Answering Requests For Information (rfis) During The Construction Of A Project 7.support Of Construction Contract Changes To Include Validating Statements Of Work And Cost Estimates 8. Attendance At Weekly Conference Calls 9.providing Minutes Of Meetings Between The A-e, Va, And Contractors 10.pre-final Inspection Site Visits 11.generation Of Punch List Reports And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. 6.knowledge Of The Locality (section H) To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, And Working With Local Construction Methods Or Local Laws And Regulations. 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 Site And Locality, And Not Where The Firm Is Located Or 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. 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 Dallas Vamc Clc At 4500 South Lancaster Rd Dallas, Tx. 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" 5. Submission Requirements: the Below Information Contains The Instructions And Format That Shall Be Followed For The Submission Of The Sf 330, Statement Of Qualifications: submission Contents- firms Are Required To Submit Three Documents: one Sf 330, Architect/engineer Qualifications, Parts I And Ii, And Any Attachments, As A Pdf On The Sf 330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). one Separate Company Information Document, That Will Not Be Evaluated, Containing The Following Information: Cage Code. Unique Entity Identifier (uei). Tax Id Number. E-mail Address(es) And Phone Number(s) Of The Primary Point(s) Of Contact. Address Of Firm For Correspondence. A Copy Of The Firm S Vetcert And Verification Note: If You Are A Jv, You Must Be Registered In Vetcert As The Jv. The Submission Will Not Be Reviewed If Only A Partner Is In Vetcert But Not The Jv Itself. complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As Attachment A4 And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. format Of Submissions-the Page Limitation Of The Sf 330 Pdf Submission Shall Not Exceed A Total Of 25 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Every Page In The Pdf Will Count Toward This Page Limit Except Resumes, Copies Of Licensure, If Included, Cpars, Ppqs, And Part Ii Of The Sf 330. Do Not Combine The Company Information Document And Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Gsa.gov Provides A Standard Fillable Sf 330. The Link To This Form Can Be Found Here: Https://www.gsa.gov/reference/forms/architectengineer-qualifications The Formatting Of The Sf 330 Submission Shall Follow That Of The Standard Form And Cannot Be Manipulated Or Changed, Meaning Each Page Shall Be: In The Default Font And Default Font Size In Black Ink (no Gray, No Colors) Single Spaced (no Less Than 1.0 Is Permitted) 8.5 X11 Paper (except The Organizational Chart In Section D As Long As The Organizational Chart Is The Only Item On The Larger Paper) The Margins Must Be The Pre-defined Margins In The Form-fillable Sf 330 On Gsa.gov's Website (7/2021 Version). All Information Must Be Contained Between The Thick Black Lines At The Top And Bottom, And The Sides May Not Extend Horizontally Beyond These Thick Black Lines. Do Not Shrink The Margins. Any Page That Does Not Comply With These Formatting Instructions (with Information That Extends Beyond These Margins, Uses A Different Font, Uses Less Than Single Line Spacing, Or Any Pages In Excess Of The 25 Pages That Are Not Exempt, Etc.) May Be Determined As Being Nonresponsive. submit One (1) Sf 330, Statement Of Qualifications And Any Attachments, And One (1) Accompanying Company Information Document Containing The Above Sdvosb Information, Via Email To Both The Contract Specialist Doniver.hamilton@va.gov And To The Contracting Officer Gabriel.escarciga@va.gov . Please Cc Procurement Technician Megan.johnson9@va.gov. the Subject Line Of The Email Shall Read: Sf 330 Submission- 36c77625r0035 In 549-215 Dallas Clc Bed Bath Compliance-minor Design Project. The Sf 330 Pdf And Company Information Document Shall Be Submitted In One Email And Have A Total File Size Of Less Than 10 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. technical Questions -all Questions Shall Be Submitted To Doniver.hamilton@va.gov And Gabriel.escarciga@va.gov With The Subject Line Sf 330 Question - 549-215 Dallas Clc Bed Bath Compliance-minor Design Project . The Cutoff For Question Submission Is Monday, February 24,2025 At 5:00pm Est. Questions Will Be Answered Through An Amendment To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. submission Due Dates- All Responses Are Due Via Email On Or Before Thursday, March 13, 2025 At 5:00pm Est. Note: Sf 330 Submissions Received After The Date And Time Specified May Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 5:00 Pm Est On The Suspense Date. The Time Will Not Be Based On When Firms Hit Send . Thus, Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. 6. Other Information: all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement Will Result In The Rejection Of The Sf 330 Submission. reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. all Joint Ventures Must Be Sba Certified At Time Of Submission, Written Response Submission, And Award, And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s.
DSB - DENMARK Tender
Others
Denmark
Closing Date2 Jun 2025
Tender AmountDKK 800 Million (USD 121.9 Million)
Details: Title: Tender For Onshore It Resource Partner
description: The Scope Of This Tender Is To Enter Into A Framework Agreement With One Supplier, Which Can Deliver Consultants In The Relevant Categories At An Hourly Rate. The Supplier Will Be The Responsible Party For Sourcing Of Consultants To Dsb. The Supplier Will Act As A Single Point Of Contact For Consultants Hire In The Below Categories. The Primary Service Under The Framework Agreement Is The Delivering Of Consultants In The Following Categories Via Automated Processes Supported By A Service Organization: O Sap Resources O It Architects O It Project Managers O It Developers
ARCHITECT OF THE CAPITOL USA Tender
Food Products
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Purchaser Name: ARCHITECT OF THE CAPITOL USA | Exterior Temporary Food Service Facility
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amd Is To Deliver Contractor Questions Received And Government Answers 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 To Perform Investigative Surveys To Verify As-built Conditions Required In Order To Fully Develop Construction Documents For The Site Preparation, Demolition, New Construction, And Renovation To Clinical Unit 5 West Of Building 100 Which Reflect Removal Of The Old Water Treatment Systems And Designing, Upgrading, And Adapting The Existing Layout And Utilities Within The Current Water Treatment And Acid Distribution Rooms In Order To Bring Them Into Line With The Specifications Required To House A New Reverse-osmosis Unit Filtration Unit For Project # 663-24-102. Location: Clinical Unit 5 West Of Bldg. 100 At Va Puget Sound Health Care System Seattle. 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) And Veteran-owned Small Business (vosb) 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 In Approximately Late Mar 2025. the Anticipated Period Of Performance For Completion Of Design Is 273 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000.00 And $2,000,000.00. Please Note That The 273 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 Nco20aesf330@va.gov, Please Also Copy Contract Specialist Brandon Carroll At Brandon.carroll@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). the Sf 330 Submission Is Due By 12:00 Pm (pst) On Jan 16, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 20 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. 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 Brandon.carroll@va.gov With The Subject Line Sf 330 Questions - 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. The Cutoff For Question Submission Is 12:00 Pm (pst) On Jan 7, 2024. 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 Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein 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 Will 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 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. 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. 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: fire Protection Engineer life Safety Engineer plumbing Engineer/sterile Line Specialist offer Must Include The Following Statement Of Sdvosb Compliance 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 To Include Investigative Services, Planning Consultations And Visits, Comprehensive Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates, Construction Period Services, Site Visits, Reports, Commissioning, As-built Drawings, And Other Design Services Necessary For A Complete Project. 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 Design And Construction Period Services For Renovation Of Utility Rooms And Spaces Within In An Active Dialysis Clinic: medical Center Additions And Renovations, design Of Sterile Water Distribution Loop Systems provide New Mechanical, Telecommunications, Electrical, Lighting, Plumbing, Fire Protection, Access Control And Security Systems For The New And Renovated Spaces. phasing Of The Renovation To Minimize Disruption To Hospital Operations: Clinic 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, And Sustainable Design Practices. 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. Three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. 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. 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 Narrative Should Clearly Illustrate How Each Of The Following Topics Was Addressed. Re-stating This List In Section H Will Not Be Sufficient. 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. 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 By The Va 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 The Va 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 Could 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. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac 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, Wa. 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 Bldg. 100 At Va Puget Sound Health Care System (vapshcs), Seattle. 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.
T Nder Service A S Tender
Healthcare and Medicine
Denmark
Closing Date14 Mar 2025
Tender AmountRefer Documents
Description: On behalf of Tønder Forsyning A/s, Tender material is hereby published regarding the construction project:tønder Forsyning A/s, Recycling site in Løgumkloster - Expansion of the warehouse construction project is located at:recycling site in Løgumkloster, Industrivej 17a, 6240 Løgumkloster The project is offered as a main contract - public tender. Tenders must be submitted on the basis of the following project material:tender letter of (this) joint description, dated 20.09.2024 drawing list, dated 20.09.2024 drawings in accordance with the drawing list, dated 20.09.2024 tender schedule, dated 20.09.2024 tender lists, dated 20.09.2024 engineering calculations Version 1.0, dated 19.02.2024 appendix regarding. Ventilation (client delivery) Any later available material uploaded via the Mercell project material can be forwarded in paper form for a fee, if desired. In this case, contact the design office via e-mail at the following e-mail addresses: Tt@arkkon.dk The offer must be submitted on the offer list, and all items therein must be completed. Any reservations must be stated on the front page of the offer list. Any subcontractors must also be stated on the front page of the offer list. No alternative or parallel offers will be accepted. The client reserves the right to reject offers received if the construction budget cannot be met and the client does not wish to initiate the project. It is noted that the client reserves the right to completely or partially exclude parts or items from the offer list. In addition, the client reserves the right to adjust the offer in addition to the 20% specified in Ab18, for example. To exclude items from the tender list or by purchasing additional services. The individual contractor is free to inspect the building in the recycling center during normal opening hours, before submitting a tender. The tender list must be submitted via the tender portal Mercell. The individual contractor is solely responsible for ensuring that the tender is submitted on time. The award criterion is the cheapest price. All questions regarding the tender materials must be asked via the tender portal Mercell. We will keep questions open. No answers will be given to questions after the deadline for questions has expired. The work is expected to have been started and completed according to the tender schedule. The final schedule must be prepared by the selected contractor. Kind regards, Arkkon Architects Apstorben Ternstrøm
ARCHITECT OF THE CAPITOL USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Closing Date2 Jun 2025
Tender AmountRefer Documents
Purchaser Name: ARCHITECT OF THE CAPITOL USA | Integrated Workplace Management System (iwms) Software
Metroselskabet I S - DENMARK Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Denmark
Closing Date6 Mar 2025
Tender AmountDKK 900 Million (USD 136 Million)
Details: Title: Cityringen Extension Nordhavn - Early Contractor Involvement
description: Metroselskabet Is Tendering For An Extension Of The Cityringen M4 Metro To Nordhavn (crnhe). Crnhe Will Consists Of Two Metro-stations From Orientkaj To Outer Nordhavn. Crnhe Is Planned As An Elevated Line. The Metro Line Will Be Crossing Skudeløbet In Nordhavn. The Extension Is Expected To Ready To Open In 2030. The Existing M4 Line In Nordhavn Is An Attractive And Function Part Of The Network, But The Crnhe Project Aims To Improve In Terms Of Sustainability, Passenger Experience And Operation. The Project Is Divided Into Two Major Contracts: Integrated Works Contract (iwc Contract) – This Contract Overall Covers Design, Civil Works, Permanent Way And Access Control And Is Procured By This Contract Notice. For Further Details On The Services And Works Included In The Contract See Below And For At Detailed Description Please Refer To: Scope Of Works, Doc Id.cr-ms-gen=nhe-cg-con-spe-000004. Transportation System Contract (ts-contractor) - All Other Transportation Systems. Besides The Two Major Contracts Metroselskabet Will Be Entering Into Contract With Different Consultants On Other Parts Of The Project, Such As Areas And Rights, Environmental Impact Assessment Consultancy Etc. The Iwc Contract Covers The Following Disciplines: Viaducts & Elevated Structures, Including Sub-structure Elevated Stations Temporary Works For Completion Of The Permanent Works. Architectural Finishes Sustainability & Carbon Initiatives Alignment & Permanent Way Noise Screens, Noise & Vibration Monitoring And Mitigation Geology & Hydrogeology Technical Buildings & Installations Electrical Works & Power Supply For Stations And Elevated Structures Mechanical Works For Stations And Elevated Structures Access Control Traction Power (3rd Rail) Interface To Scada Preparatory Works Technical Safety (jernbanesikkerhed) Technical Interfaces Finishing Works Worksites Identification & Planning For Utility Relocation Climate Protection Strategy Environmental Management Risk Management Interfaces With City Development, Østlig Ringvej. Construction Programming Construction Budgeting The Iwc Might Also Be Asked To Do Some Early Works, Such As Diversion Of Utilities And Public Road Diversions, Certain Utility Diversions, Demolition Or Other Tasks Identified As Part Of The Collaboration Phase. Crnhe Is One Of The First Larger Projects Where Metroselskabet´s Ambitions Of Reducing The Climate Impact By 50% Will Be A Significant Factor Impacting The Solution Of The Project. And Metroselskabet Would Like To Benefit From The Contractor´s Knowledge And Experiences With The Construction Industry. Metroselskabet Has Assessed That To Achieve The Reduction Of The Climate Footprint It Is Necessary For Metroselskabet And The Contractor To Work Very Closely Together By Bringing In The Contractor And His Design Team (integrated Works Contractor) At A Very Early Stage Of The Project. Thus, Metroselskabet Has Decided To Procure The Crnhe As An Early Contractor Involvement (eci) Project. After The Designing Of The Metro Line, Metroselskabet Will Enter Into A Design And Build Contract (based On Abt18) With The Integrated Works Contractor (iwc) The Project Is Divided Into Two Main Phases With Underlying Stages And Gate Stages: Phase 1: Collaboration Phase – A Phase Where The Project Will Be Designed And Developed In Close Collaboration Between Metroselskabet, The Integrated Works Contractor. The Collaboration Phase Is Contractually Regulated By A Collaboration Agreement, Collaboration Terms And Conditions, Doc. Id. Cr-ms-gen=nhe-cg-con-spe-000002-att14 And A Conditional Design And Build Contract (abt18). Doc. Id Cr-ms-gen=nhe-cg-con-spe-000002. The Collaboration Agreement Can Be Terminated By The Integrated Works Contractor And/or Metroselskabet At Convenience. The Conditioned Abt18 Contract Will Enter Into Force If The Pre-requisites, Are Met. Please Refer To The Design And Build Contract, Doc Id: Cr-ms-gen=nhe-cg-con-spe-000002, Section 1.1. In The Collaboration Phase The Integrated Works Contractor Is Liable For The Design As Well As The Time Schedule, Pricing And Constructability Of The Project. Also, The Contractor Should Focus On Ensuring A Close Collaboration With The Transportation System Contractor, Eia Consultant, The Areas And Rights Consultant And Possible Early Works Contractors. The Engineers And The Architects Of The Integrated Works Contractor Are Expected To Focus On The Development Of The Design, Reducing Carbon Emissions And Improving Passenger Experience. Phase 2: Construction Phase – After Signing The Abt18 Contract, The Project Moves Into The Construction Phase. The Construction Consists Of A Detailed Design Stage And A Construction Stage. In The Construction Phase The Integrated Works Contractor Is Expected (among Other Things) To Keep Focus On Collaborating Closely With Metroselskabet And The Transportation System Contractor, Reducing The Carbon Footprint, Time, Costs And Quality During Construction The Applicant Should Apply For Prequalification With A Design Team - Both Architects And Engineering Discipline Consultants. Metroselskabet Will Focus On The Architectural Appearance And Materiality Proposed For The Two New Stations. The Architecture Should Comply With The Ambition Of Significantly Reducing The Carbon Footprint. Metroselskabet Would Like To Be Challenged By The Architects Of The Two New Stations And The Possibility For Development Under/over The Viaduct. The Applicant Is Encouraged To Include An Architect With Substantial Experience With Similar Complex And Onerous Functional Type Projects, Yet Providing Creative And Innovative Architectural Solutions, While Maintaining High Level Of Functional Clarity In The Design.
Metroselskabet I S - DENMARK Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Denmark
Closing Date6 Mar 2025
Tender AmountDKK 900 Million (USD 136 Million)
Details: Title: Cityringen Extension Nordhavn - Early Contractor Involvement
description: Metroselskabet Is Tendering For An Extension Of The Cityringen M4 Metro To Nordhavn (crnhe). Crnhe Will Consists Of Two Metro-stations From Orientkaj To Outer Nordhavn. Crnhe Is Planned As An Elevated Line. The Metro Line Will Be Crossing Skudeløbet In Nordhavn. The Extension Is Expected To Ready To Open In 2030. The Existing M4 Line In Nordhavn Is An Attractive And Function Part Of The Network, But The Crnhe Project Aims To Improve In Terms Of Sustainability, Passenger Experience And Operation. The Project Is Divided Into Two Major Contracts: Integrated Works Contract (iwc Contract) – This Contract Overall Covers Design, Civil Works, Permanent Way And Access Control And Is Procured By This Contract Notice. For Further Details On The Services And Works Included In The Contract See Below And For At Detailed Description Please Refer To: Scope Of Works, Doc Id.cr-ms-gen=nhe-cg-con-spe-000004. Transportation System Contract (ts-contractor) - All Other Transportation Systems. Besides The Two Major Contracts Metroselskabet Will Be Entering Into Contract With Different Consultants On Other Parts Of The Project, Such As Areas And Rights, Environmental Impact Assessment Consultancy Etc. The Iwc Contract Covers The Following Disciplines: Viaducts & Elevated Structures, Including Sub-structure Elevated Stations Temporary Works For Completion Of The Permanent Works. Architectural Finishes Sustainability & Carbon Initiatives Alignment & Permanent Way Noise Screens, Noise & Vibration Monitoring And Mitigation Geology & Hydrogeology Technical Buildings & Installations Electrical Works & Power Supply For Stations And Elevated Structures Mechanical Works For Stations And Elevated Structures Access Control Traction Power (3rd Rail) Interface To Scada Preparatory Works Technical Safety (jernbanesikkerhed) Technical Interfaces Finishing Works Worksites Identification & Planning For Utility Relocation Climate Protection Strategy Environmental Management Risk Management Interfaces With City Development, Østlig Ringvej. Construction Programming Construction Budgeting The Iwc Might Also Be Asked To Do Some Early Works, Such As Diversion Of Utilities And Public Road Diversions, Certain Utility Diversions, Demolition Or Other Tasks Identified As Part Of The Collaboration Phase. Crnhe Is One Of The First Larger Projects Where Metroselskabet´s Ambitions Of Reducing The Climate Impact By 50% Will Be A Significant Factor Impacting The Solution Of The Project. And Metroselskabet Would Like To Benefit From The Contractor´s Knowledge And Experiences With The Construction Industry. Metroselskabet Has Assessed That To Achieve The Reduction Of The Climate Footprint It Is Necessary For Metroselskabet And The Contractor To Work Very Closely Together By Bringing In The Contractor And His Design Team (integrated Works Contractor) At A Very Early Stage Of The Project. Thus, Metroselskabet Has Decided To Procure The Crnhe As An Early Contractor Involvement (eci) Project. After The Designing Of The Metro Line, Metroselskabet Will Enter Into A Design And Build Contract (based On Abt18) With The Integrated Works Contractor (iwc) The Project Is Divided Into Two Main Phases With Underlying Stages And Gate Stages: Phase 1: Collaboration Phase – A Phase Where The Project Will Be Designed And Developed In Close Collaboration Between Metroselskabet, The Integrated Works Contractor. The Collaboration Phase Is Contractually Regulated By A Collaboration Agreement, Collaboration Terms And Conditions, Doc. Id. Cr-ms-gen=nhe-cg-con-spe-000002-att14 And A Conditional Design And Build Contract (abt18). Doc. Id Cr-ms-gen=nhe-cg-con-spe-000002. The Collaboration Agreement Can Be Terminated By The Integrated Works Contractor And/or Metroselskabet At Convenience. The Conditioned Abt18 Contract Will Enter Into Force If The Pre-requisites, Are Met. Please Refer To The Design And Build Contract, Doc Id: Cr-ms-gen=nhe-cg-con-spe-000002, Section 1.1. In The Collaboration Phase The Integrated Works Contractor Is Liable For The Design As Well As The Time Schedule, Pricing And Constructability Of The Project. Also, The Contractor Should Focus On Ensuring A Close Collaboration With The Transportation System Contractor, Eia Consultant, The Areas And Rights Consultant And Possible Early Works Contractors. The Engineers And The Architects Of The Integrated Works Contractor Are Expected To Focus On The Development Of The Design, Reducing Carbon Emissions And Improving Passenger Experience. Phase 2: Construction Phase – After Signing The Abt18 Contract, The Project Moves Into The Construction Phase. The Construction Consists Of A Detailed Design Stage And A Construction Stage. In The Construction Phase The Integrated Works Contractor Is Expected (among Other Things) To Keep Focus On Collaborating Closely With Metroselskabet And The Transportation System Contractor, Reducing The Carbon Footprint, Time, Costs And Quality During Construction The Applicant Should Apply For Prequalification With A Design Team - Both Architects And Engineering Discipline Consultants. Metroselskabet Will Focus On The Architectural Appearance And Materiality Proposed For The Two New Stations. The Architecture Should Comply With The Ambition Of Significantly Reducing The Carbon Footprint. Metroselskabet Would Like To Be Challenged By The Architects Of The Two New Stations And The Possibility For Development Under/over The Viaduct. The Applicant Is Encouraged To Include An Architect With Substantial Experience With Similar Complex And Onerous Functional Type Projects, Yet Providing Creative And Innovative Architectural Solutions, While Maintaining High Level Of Functional Clarity In The Design.
1771-1780 of 2158 archived Tenders