Architect Tenders
Municipality Of Silang , Cavite Tender
Civil And Construction...+2Civil Works Others, Automobiles and Auto Parts
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 Tricycle Parking Area At Silang Public Market, Brgy. Iv Poblacion, Silang, Cavite 1. The Municipality Of Silang, Through Municipal Fund Intends To Apply The Sum Of Five Hundred Sixty-four Thousand Eight Hundred Sixty-four Only (php 564,864) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Tricycle Parking Area At Silang Public Market, Brgy. Iv Poblacion, Silang, Cavite -public Bidding No. 2025-2618. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Thirty (30) 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 -bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 9:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 – March 19, 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 (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 7, 2025 At 10:00am At 4th Floor Function Hall, New Municipal Hall, Barangay. 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 On March 19, 2025 At 09:00am. 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 19, 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. 10. 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. 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. 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. 11. 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. 12. For Further Information, Please Refer To: Ma. Cariza Klieyanna Uy Ilagan Architect Iii – In Charge Of Infrastructure Projects New Municipal Building, Brgy. Biga I, Silang, Cavite Silang.bac@gmail.com You May Visit The Following Websites: Philgeps.gov.ph ___________________________ Teodulo T. Desingaño Bac Chairman
Closing Date19 Mar 2025
Tender AmountPHP 564.8 K (USD 9.8 K)
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 H.e. Building At Malabag Elementary School, Malabag, Silang, Cavite 1. The Municipality Of Silang, Through Special Education Fund Intends To Apply The Sum Of Eight Hundred Nineteen Thousand Four Hundred Eighty Nine And 96/100 Pesos (php 819,489.96) Being The Approved Budget For The Contract (abc) To Payment Under The Contract Or The Rehabilitation Of H.e. Building At Malabag Elementary School, Malabag, Silang, Cavite Bidding No. 2025 - 2575. 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 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). 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 February 25 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 (php1,000.00). 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 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. 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 14, 2025 At 9am. 8. 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. 9. 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. 10. 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. 11. 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 819.4 K (USD 14.2 K)
POSTAL SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Northern Facilities Construction Cmt Of The United States Postal Service Is Soliciting Proposals For A Roof Replacement Project, At The United States Postal Service Owned Las Vegas, Nv Crossroads Station 6210 N. Jones Boulevard, Las Vegas, Nv 89130-4001, Clark 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 One Hundred Eighty (180) Calendar Days After Receipt Of The Notice To Proceed.
the Solicitation Will Open April 30, 2025 On Usps Esourcing Coupa (see How To Participate Below) And Close On May 30, 2025. A Virtual Pre-proposal Meeting For This Project Will Be Held On May 6, 2025, At 10:30am, (local Time). Dial-in: (605) 313-5599 – Code: 7749933#. Attendance Is Not Mandatory But Is Strongly Recommended. Technical Inquiries Are To Be Addressed To Ken Mull, Architect/engineer, Roth, At (330) 207-1896, Or The Usps Project Manager, David Scott At (303) 264-0431.
the Postal Service Bases Contract Award Decisions On Best Value. The Postal Service Is More Concerned With Making An Award At The Lowest Overall Price Than With Obtaining Superior Technical Or Management Features. However, The Postal Service May Not Necessarily Make An Award At The Lowest Price In Order To Achieve A Small Price Savings If Better Value Can Be Achieved With Superior Technical Or Management Features. The Benefits Of A Higher Priced Proposal May Merit A Higher Price.
minimum Requirements:
technical Evaluation Plan: Sections Include Eligibility, Bonding Information, Financial Condition & Capability, Supplier Capability And Past Performance. The Technical Evaluation Plan Will Be Assessed And Scored On A Scale Of 100 Points. Solicitation Attachment 11 Contains The Scoring Breakdown.
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 9-1: Equal Opportunity Affirmative Action Program; 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 (supplier Registration (usps.com)). 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. 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 To Place A Bid In Coupa. Any Required Documentation May Be Attached To Your Bid After Submitting The Total Dollar Amount Of Bid In Coupa.
closing Time Will Not Be Extended Due To Operator Inability Within Coupa.
Closing Date30 May 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Details: Centers For Medicare & Medicaid Services Headquarters (cms) Back On Campus-phase 4 - Sources Sought
this Is A Sources Sought Notice And Is For Informational Purposes Only. This Is Not A Request For Proposals, Quotations, Or Bids. Per Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses Do Not Affect A Potential Offeror's Ability To Respond To Any Future Synopsis/solicitation. The Government Will Not Provide Reimbursement For Any Information That May Be Submitted In Response To This Notice. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Notice. This Notice Is A Market Survey Being Conducted Solely To Determine Whether There Are Adequate Small Business Contractors For The Following Proposed Procurement.
the General Services Administration (gsa), Public Buildings Service (pbs), Region 3, Is Seeking Information On Technically Capable, And Otherwise Responsible, General Contractors (gc) For The Anticipated Solicitation.
location Of Services:
7500 Security Blvd, Baltimore, Md 21244
description Of Intended Contract:
the General Services Administration (gsa) Requires Repairs And Modernizations At The Centers For Medicare And Medicaid Services (cms) Headquarters In Woodlawn, Maryland. The General Scope Of The Project Includes Renovation Of Approximately Sixteen (16) Sets Of Complex Restrooms, And Replacement Of Two (2) Deteriorating Culverts With One (1) Concrete Culvert, With An Alternate To Convert Approximately 13,000 Sf Of The 1st Floor Of The Central Building At Cms Into A Conferencing Center.
this Project Will Utilize The Design-bid-build (dbb) Delivery Method. The Architect Of Record Is Mills & Schnoering. The 100% Construction Documents Are Anticipated To Be Completed In June/july 2025.
project Background:
the General Services Administration (gsa) Intends To Perform Repairs And Modernizations At The Centers For Medicare And Medicaid Services (cms) Headquarters In Woodlawn, Maryland. The Project Site Was Originally Built In 1993 To 1995 And Is A 800,000 Square Foot Campus, Consisting Of Four Buildings (north, South, Central And Warehouse).
base:
the Modernization Of 16 Sets Of Restrooms In The Facility.
the Project Contains A Culvert Replacement, Restroom Renovations, And An Employee Training Area.
for This Construction Project, Gsa Is Procuring The Completion Of One (1) Set Of These Culverts. As Shown On The Design Drawings, This Set Of Culverts Will Be Identified As The North Culverts.
the South Set Of Culverts Have Been Previously Repaired, And Not Within The Scope Of Work.
alternate:
the Construction Of An Employee Training/conferencing Area, Converting Approximately 13,000sf Of Existing Office Space On Floor 1 Of The Central Building To Be Renovated Into A Centralized Conferencing Space.
contract Type:
the Project Is Anticipated To Be A Firm-fixed Price Contract.
project Funding:
this Project Will Be Split Funded. Discussion Will Follow On Phasing Of Funds And Subsequent Execution Of Construction.
the Estimated Cost Of Construction Ranges From $5 Million To $10 Million For The Base Contract.
period Of Performance:
the Estimated Period Of Performance Is 500 Days For The Entire Project. All Elements Of Work Will Be Completed Concurrently. We Estimate The Various Items Will Be Completed Within These Timeframes.
base:
culvert = 180 Days
restrooms = 500 Days
alternate:
conferencing Center = 365 Days
size Standard:
the Applicable Naics Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45 Million.
response Information:
interested Contractors Shall Complete This Form No Later Than June 5th, 2025 By 4:00pm Eastern Standard Time. If The Contractor Is Unable To Complete This Form Through The Google Form, They Shall Complete The Attached Form And Return To The Contracting Officer No Later Than Date Specified By Email At Ching.hung@gsa.gov, Mark.lewandowski@gsa.gov And The Contract Specialist Cc: Usman.aslam@gsa.gov Shane.obrien@gsa.gov.
responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Small Business Contractors Are Encouraged To Submit Responses.
respondents Are Advised That The Government Is Under No Obligation To Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. After Review Of The Information Received, A Solicitation May Be Published On Www.sam.gov. A Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Sole Discretion Of The Contracting Officer.
Closing Date5 Jun 2025
Tender AmountRefer Documents
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 Rehabilitation Of Covered Court & Stage At Pasong Langka, Silang, Cavite 1. The Municipality Of Silang, Through Municipal Fund Intends To Apply The Sum Of Seven Hundred Fifty-eight Thousand Three Hundred Forty-four Only (php 758,344.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Covered Court & Stage At Pasong Langka, Silang, Cavite -public Bidding No. 2025-2613. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Forty-five (45) 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 -bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 9:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 – March 19, 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 (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 7, 2025 At 10:00am At 4th Floor Function Hall, New Municipal Hall, Barangay. 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 On March 19, 2025 At 09:00am. 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 19, 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. 10. 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. 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. 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. 11. 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. 12. For Further Information, Please Refer To: Ma. Cariza Klieyanna Uy Ilagan Architect Iii – In Charge Of Infrastructure Projects New Municipal Building, Brgy. Biga I, Silang, Cavite Silang.bac@gmail.com You May Visit The Following Websites: Philgeps.gov.ph ___________________________ Teodulo T. Desingaño Bac Chairman
Closing Date19 Mar 2025
Tender AmountPHP 758.3 K (USD 13.2 K)
Municipality Of Silang , Cavite Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
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 Stage & Multi-purpose Hall At Tibig Elementary School, Tibig, Silang, Cavite 1. The Municipality Of Silang, Through Special Education Fund Intends To Apply The Sum Of Six Hundred Twelve Thousand Four Hundred Twenty Nine 56/100 Pesos (php 612,429.56) Being The Approved Budget For The Contract (abc) To Payment Under The Contract Or Rehabilitation Of Stage & Multi-purpose Hall At Tibig Elementary School, Tibig, Silang, Cavite Bidding No. 2025 - 2573. 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 60 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 7, 2025 To March 19, 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 (php1,000.00). 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 7, 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 19, 2025 At 9am. 8. Bid Opening Shall Be On March 19, 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. 9. 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. 10. 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. 11. 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 Date19 Mar 2025
Tender AmountPHP 612.4 K (USD 10.6 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice.
description:
this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000.
the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following:
evaluation And Feasibility Studies To Include Engineering Modeling And Simulation
demolition Of Nist Structures, Utilities, And Infrastructure
repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations).
repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures
comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property
interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety.
cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project)
life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal.
hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint)
roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs.
commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan
program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.)
value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability.
record Drawings Development From Compiled As-built Set.
surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning)
roads/sidewalks Repairs And Replacement
evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings
landscaping Design
gates, Fencing, And Related Engineering Necessary To Support A Campus Environment
permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval
environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements
construction Quality Management To Include But Not Limited To Commissioning Services
contract Information:
the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000.
the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government.
submission Requirements:
consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities.
firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”:
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov
Teresa.harris@nist.gov
qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted.
along With The Sf-330, Offerors Shall Include:
a Copy Of Your Current Registration In System For Award Management (sam);
proof Of Small Business Status;
a Cover Page That Provides:
offeror’s Name And Address;
offeror’s Uei Number; And,
the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror.
submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government.
request For Information (rfi)
questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” :
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov.
the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications.
selection Criteria:
all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party.
part I: Evaluation Of Sf-330
prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance:
factor 1: Specialized Experience
page Limit – 15 Pages
firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award.
offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner.
A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied.
B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered.
C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold).
D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced.
factor 2: Professional Qualifications
page Limit – 17 Pages
the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines:
principle
senior Architect
senior Cost Estimator
senior Civil Engineer
senior Electrical Engineer
senior Fire Protection Engineer
senior Geo-technical Engineer
senior Laboratory Planner
mechanical Engineer (piping)
senior Mechanical Engineer (piping)
senior Mechanical Engineer (hvac)
senior Environmental Engineer
senior Scheduler
senior Surveyor
senior Water Proofing Engineer
senior Structural Engineer
2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline.
3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1.
4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants.
factor 3: Geographical Location
page Limit – 1
offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist.
factor 4: Capacity
page Limit – 2 Pages
the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog.
the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements.
factor 5: Past Performance
page Limit – None
offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs).
if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report.
if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project.
if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation:
contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies,
interviews Within Nist If Offeror Holds/held Previous Contracts,
interviews With Program Managers And Contracting Officers, And;
other Sources Known To The Government, Including Commercial Sources.
in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably.
part Ii: Oral Presentations
in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward.
fee Proposal
only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents
FOREST SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 001. The Purpose Of Amendment 001 Is To Open The 2025 Srs Shortlist Call For Qualifications. This Is For The Period Of 05/01/2025 Through 04/30/2026.
*2024 Participants Need To Re-certify Their Sf330 Is Correct And Accurate ( 2025 Region 8 Srs Shortlist Ae Pool Renewal Certification Form Attached) But Do Not Resubmit A Complete Package.
** New Applicant Shouls Complete The Package Issues In 2025/2026 For The Remaining Two Years.
update: 08 Mar 2024 / 1000 Et Virtual Contractor Townhall #2 -see Attachment For Link To The Virtual Townhall. This Will Provide The Opportunity To Ask Questions Regarding The Process Or Specifics On Completing The Sf-330.
update: 25 Jan 2024 1400et Virtual Contractor Townhall. See Attachment For Link To The Virtual Townhall. This Will Provide Information On The Sf330 Review Process And How The Process Works For Project Selection.
what And Where Is The Short Selection Database Used For?
the Forest Service May Utilize The Short Selection Database To Award Architect-engineer (a&e) Contracts, Below $250,000, In All States Included Within The Usda Forest Service Srs, Pnw, And Iitf Footprints, (including The States/territories Of: Alabama, Alaska, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Nebraska, North Carolina, Oklahoma, Oregon, South Carolina, Tennessee, Texas, Virginia, And Washington State, Puerto Rico, And U.s. Virgin Islands). Acquisition Support Is Provided From Srs Headquarters Located In Asheville, Nc And All Files Will Be Located At The Srs Headquarters.
the Database Contains All The Qualified, Interested Ae Firms That Respond To This Notice For Consideration For Future Approved Projects Falling Within The North American Industry Classification System (naics) Codes Indicated. Examples Of Some Of The Types Of Work Includes But Is Not Limited To (approximately 73 Awards Over The Previous 3 Years):
naics Total Awards Total Value
541310 7 $588,300.85
541320 1 $3,400.00
541330 49 $4,329,993.76
541350 1 $5,201.82
541360 1 $94,043.53
541370 8 $243,637.50
541620 2 $109,102.01
541690 1 $57,753.00
541990 1 $32,547.00
replacements, Bridges, Roads, And Trails
surveying (construction And Property)
construction Inspection/safety Inspections Of Roads, Bridges Under Fp-14 And State Laws
design Of Repairs To Small Dams And Impoundments
laboratory Repairs And Renovations
review And Design Of Hvac Systems Upgrades
green Building Construction And Certification Consultation
historic Preservation
renovations To Improve Energy Efficiency And Address Safety Concerns
design Of Small Warehouses And Offices
energy Audits And Studies
design Of Photovoltaic And Other Renewable Energy Systems
review And Design Of Electrical Systems
drafting Services
overall Facility Condition Assessments
geotechnical Investigation, And Environmental (rcra, Cecrla, Cwa, Etc.) Investigations, Reviews, Inventories, Audits, And Coordination Of Rcra And Other Waste Disposal.
there Is An Average Of 100 Firms Listed In Our Database Each Year. On An Annual Basis, An Average Of Twenty Requirements Are Expected To Be Executed Using This Database, Throughout All States Covered.
what Is The Short Selection Process?
the Short Selection Process Utilizes The Procedures Set Forth In Federal Acquisition Regulation (far) Part 36.602-5. For A&e Projects With An Estimated Total Fee Under The Simplified Acquisition Threshold (currently $250,000) Agencies May Review Current Data Files For Eligible Ae Firms, Perform A Technical Review And Evaluation To Determine The Three (3) Most Highly Qualified Firms, And Have Discussions With The Three (3) Firms To Determine The Best Qualified Firm For That Project. A Price Proposal Will Then Be Requested From The Highest Technically Rated Firm. If A Reasonable Price Cannot Be Negotiated, Discussions Will Be Held With The Second-best Qualified Firm, And So On. Ae Data Files Will Be Maintained By State And Naics Code. The Ae's Ability To Provide Licensed Professionals In The State/territory Where The Project Is Located (far 36.602-1(a)(1) And The Firm's Geographic Proximity And Knowledge Of The Local Area (far 36.602-1(a)(5)) As Identified On The Ae's Sf330 And Supplemental Information, Will Be Used For The First Preliminary Screening Of Firms When A Large List Of Potential Firms Exists.
large Businesses Should Not Respond. All Acquisitions Utilizing This Short Selection Database Shall Be Set-aside For Small Business Concerns. The Database Is Set Up With Filters For State, Zip Code, Naics Codes, Small Business Size, And Small Business Socio-economic Classification.
the Due Date Is Listed Below; Sf330s Are Valid For One Year From The Date Of Notification That Your Firm Has Been Added To The Short List Database. Firms Are Encouraged To Update Their Data Annually By Responding To This Announcement. However, The Forest Service Will Retain Previously Submitted Data For A Period Of Three Years. Ae Firms Currently On The Shortlist Will Be Retained On The New Shortlist Unless The Ae Firm’s Data Has Not Been Resubmitted Within Three Years, Or The Ae Firm Responds To The Contracting Officer That They No Longer Wish To Be Included.
what Does My Firm Need To Submit To Determine Eligibility And Receive Consideration For Future Ae Projects?
submittals Shall Be Brief And Concise. Only The First Fifty (50) Pages Of Your Response Will Be Retained. The Initial Review Will Determine If A Firm Is Minimally Qualified To Do Work For The Federal Government As Described In The Synopsis. After Initial Evaluation, Minimally Qualified Firms Will Be Listed In The Short Selection Database And The First 50 Pages Of Their Submittal Package Placed On File.
as Specific Projects Arise, The Short Selection Database Will Be Used To Pull A List Of Qualified Firms That Can Perform The Needed Work At The Specific Location. At That Point, The Submittal Package For Those Specific Firms Will Be Pulled From The File And Used To Perform A Technical Review As Described In The Synopsis.
the Company Submittal Shall Include The Following Information:
cover Letter Should Be Included With All Other Data. The Letter Should Outline The Work Your Firm Specializes In And Include A Brief Description Of Your Firm's Capabilities Specifically Relating To The Project Examples Stated Above. 1 Page Limit – Not Included In 50-page Limit.
attachment A - A&e Submittal Cover Sheet. A-e Firms Do Not Need To Cover All Locations Nor Do They Need To Perform All Naics. Attachment A -a&e Submittal Cover Sheet Allows An Ae Firm To Select Which Location They Can Cover And Which Naics They Are Able To Perform. 2 Pages - Not Included In 50-page Limit.
system For Award Management (sam) Record. A Copy Of Your Current And Active Sam Registration Is Required For Award Of Federal Contracts And To Be Considered For Project Work. All Naics Codes Listed On The A&e Submittal Cover Sheet Must Be Listed On Your Sam Record. Contractors May Register In Sam At Www.sam.gov. Registration Is Free Of Charge To All Government Contractors. - Not Included In 50-page Limit.
attachment B - Sf330, Parts 1 And 2 (6 Pages). Part 2 Of The Sf330 Includes A List Of The Number Of Licensed Professionals And The States Of Their Licensing For Each Of The Function Codes Identified In Block 9 Of Part 2 Of The Sf330. Https://www.gsa.gov/forms-library/architect-engineerqualifications. 50-page Limit Applies. This Includes The Primary Firm And Their Partners/subcontractors.
design Fee Limitations.
in Accordance With Federal Acquisition Regulation (far) 15.404 4(c)(4)(i)(b), Fees For Design Services Cannot Exceed 6% Of The Estimated Construction Cost Amount. See Attachment C For Information On Some Specific Services Subject To/not Subject To The 6% Fee Limitation. This List Is Not Meant To Be All Inclusive. Please Note: Far 36.602-1(a) Requires “professional Qualifications Necessary For Satisfactory Performance Of Required Services” But Does Not Specifically Require That A License Be Held In Every State Included In This Requirement. However, The Respondent Should Be Familiar With Requirements Specific To The Different Locations And Be Available To Travel To The Location For Any Necessary Site Visits.
submittal Information/deadlines.
deadline: Submittals Must Be Received On 15 Mar 2024 By 1200 P.m. Anchorage, Alaska Time.
addressing: All Submittals Will Be Pdf Format And Emailed.
The Subject Line Of Your Email Shall Read: 12445124r0001_company Name_sf330_submittal
how To Submit: Submittals Will Be Emailed To Cynthia.granderson@usda.gov With A Cc: Steven.alves@usda.gov
the Contracting Officer Reserves The Right To Onboard Additional Ae Firms As Part Of Maintaining The Short Selection Database. The Database Will Be Refreshed On An Annual Basis Via Additional Announcements On Beta.sam.gov. Questions Related To This Announcement Shall Be Referred To Steven Alves At Steven.alves@usda.gov
participating Usda States And Forests. Firms Are Encouraged To Visit The Participating Unit Websites To Gain Further Insight Into Their Potential Unique Requirements For Engineering And Design Work:
southern Research Station (srs) - Https://srs.fs.usda.gov/locations/
pacific Northwest Research Station (pnw) - Https://www.fs.usda.gov/research/pnw
international Institute Of Tropical Forestry (iitf) - Https://www.fs.usda.gov/main/iitf
southern Region, Region 8 - Https://www.fs.usda.gov/main/r8
alaska Region, Region 10 - Https://www.fs.usda.gov/main/r10
contact Information
contracting Office Address
daniel Boone National Forest
1700 Bypass Road
winchester, Ky 40391
primary Point Of Contact
cynthia Granderson
cynthia.granderson@usda.gov
601-965-1619
secondary Point Of Contact
steven Alves
steven.alves@usda.gov
859-334-0524
Closing Date15 Mar 2025
Tender AmountRefer Documents
Municipality Of Silang , Cavite Tender
Civil And Construction...+2Building Construction, Construction Material
Corrigendum : Closing Date Modified
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 At Puting Kahoy Elementary School, Puting Kahoy, Silang, Cavite 1. The Municipality Of Silang, Through Special Education Fund Intends To Apply The Sum Of Four Hundred Thirty-three Thousand Five Hundred Ninety-three And Fifty-six Centavos (php 433,593.56) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of School Facilities At Puting Kahoy Elementary School, Puting Kahoy, Silang, Cavite -public Bidding No. 2025-2,576. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Silang Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Ninety (90) 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 -bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 9:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 - March 19, 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 Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Municipality Of Silang, Cavite Will Hold A Pre-bid Conference On March 07, 2025 At 10:00am At 4th Floor Function Hall, New Municipal Hall, Barangay. 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 On March 19, 2025 At 09:00am. 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 19, 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. 10. 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. 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. 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. 11. 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. 12. For Further Information, Please Refer To: Ma. Cariza Klieyanna Uy Ilagan Architect Iii – In Charge Of Infrastructure Projects New Municipal Building, Brgy. Biga I, Silang, Cavite Silang.bac@gmail.com You May Visit The Following Websites: Philgeps.gov.ph ___________________________ Teodulo T. Desingaño Bac Chairman
Closing Date19 Mar 2025
Tender AmountPHP 433.5 K (USD 7.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Synopsis: Request For Architectural And Engineer Sf330 Submission.
solicitation: 36c2552r00031 Renovate Restrooms And Lactation Spaces
sf330 Request Information For Project 589a7-25-501:
this Ae Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law 0582) 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 Per The Evaluation Factors Listed Below.
this Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaam 836.6 Implemented In Far Subpart 36.6.
this Is Not A Request For Proposal (rfp) And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf330 S From Qualified Contractors Who Meet The Professional Requirements Listed Herein.
the Selection Criteria For This Acquisition Will Be In Accordance With Far 36 And Are Listed Below In Descending Order Of Importance. 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. The Contract Is Anticipated To Be Awarded By March 31, 2025.
award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
no Solicitation Document Is Available And No Other Information Pertaining To Project Scope Is Available. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Kevin.mahoney3@va.gov Personal Visits To Discuss This Announcement Will Not Be Allowed.
the Naics Code For This Procurement Is 541310 Architect Services With A Small Business Size Standard Of $12.5 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 180 Calendar Days After The Notice To Proceed Has Been Issued Including Time For Va Reviews. The Ae Firm Shall Also Be Required To Perform Construction Period Services If Award Of A Construction Project Contract Is Made.
database Registration Information:
verification Of Status Of The Offeror Shall Be Accomplished Before Review Of Sf 330. This Acquisition Is 100% Set-aside For Qualified Service Disabled Veteran Owned Small Business. Only Architect-engineer Businesses Inc Compliance With Vaar 852.219-10 Are Eligible. Only A/e Firms Verified And Listed In The Sba Vendor Information Pages Database, (veteran Small Business Certification (sba.gov), Shall Be Considered. Firms Not Verified At The Time Of Receipt Of The Sf 330 In The Sba Veteran Small Business Certification Program Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration.
system For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Https://sam.gov/content/ And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Shall Be Actively Registered In Sam Prior To Submitting Their Qualifications Package. Any Firm Not Actively Registered In Sam By The Date Of Receipt Of The Sf 330 Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration.
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 Https://sam.gov/content/ 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.
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)
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 Information Pertaining To A Design Quality Management Plan. Submission Information Incorporated By Reference Shall Not Be Considered. All Submissions Shall Be Made Electronically. Packages Which Are Hand Delivered Or Delivered Via Surface Mail Or Any Other Method Other Than Electronically Shall Not Be Reviewed.
completed Package Shall Be Delivered Electronically On Or Before January 31, 2025 At 2:00pm Central Time To: Kevin.mahoney3@va.gov Hard Copies Shall Not Be Accepted. The Email Subject Line Shall Clearly Identify The Sf330 Request Number: 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
the Size Of The Pdf Document Must Be Below 10 Mg Or The Va Email Will Error Out And Reject The Application. It Is The Contractor S Responsibility To Ensure That The Application Is Received. Only One Email Will Be Accepted From Each Firm (contractor).
evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
evaluation Factors For Sf330 Review Submitted For
project 589a7-25-501 Renovate Restrooms And Lactation Spaces Selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
evaluation Factors For Sf330 Review Submitted For
project 589a7-25-501 Renovate Restrooms And Lactation Spaces
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. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project.
key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To:
architect/designer
interior Design
electrical Engineer
project Manager
plumbing Engineer
mechanical Engineer
fire Protection Engineer
quality Assurance
industrial Hygienist
cost Estimator
a/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List.
specialized Experience And Technical Competence: A/e Firms Must Have Specific Design Experience And Technical Skill In The Type And Scope Of Work Required For Renovations And New Construction At Existing Medical Facilities, Including, Where Appropriate, Renovating Space For Patient Privacy And Rehabilitation Services, Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Ae Firms With Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects Will Receive A Higher Score Than Those That Do Not Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects.
submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above That Were Completed By The Ae Firm Submitting The 330 S. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following:
project Title, Contract Number, 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/task Order.
period Of Performance, Including Start And Completion Dates.
total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost.
federal, State, Or Private Enterprise Contract?
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 Approaches.
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Federal, State, And Local Standards.
capacity: The Prime Contractor Will Be Evaluated To Determine If It Has The General Workload And Staffing Capacity Within Its Design Office Which Will Be Responsible For The Design To Accomplish The Work In The Required Time.â In Accordance With Vaar 852.219-75: Â in The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73. Â any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Â Prime Contractor Must Include Its Certification Of Compliance With The Limitations On Subcontracting Specified In 852.219-75 With Its 330 Submissions.
past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project.
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) May Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If 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.
evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
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. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated.
location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 500-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 500-mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e., Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Higher Score On Evaluations.
architectural Prime Contractors Whose Primary Physical Business Address Is Outside A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations.
architectural Prime Contractors Are Required To Verify The Primary Physical Business Address (described Above) As Part Of The Sf330 Response. If The Information Cannot Be Verified As Required, The Sf330 Will Be Found To Be Nonresponsive And Will Not Receive Further Consideration.
sf 330 Submissions From Companies Located Outside The Borders Of The United States Of America Shall Not Be Considered.
claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.
Closing Date31 Jan 2025
Tender AmountRefer Documents
1781-1790 of 2021 archived Tenders