Architect Tenders
Municipality Of Malenovice Tender
Others
Czech Republic
Sewerage of the Municipality of Malenovice with the Mdčov System
Closing Date17 Mar 2025
Tender AmountCZK 27.3 Million (USD 1.1 Million)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Announcement Constitutes A Synopsis For The Purpose Of Notifying Industry Of The Government’s Intent To Release A Request For Proposal Under Naics Code 236220, Commercial And Institutional Buidlling Construction. It Does Not Constitute A Formal Request For Proposal (rfp).
the Following Is A Synopsis For Mxrd 17-0051, Repair (sustain) B1994, Child Development Center (cdc):
1. The Daf 66th Air Base Group Civil Engineer (66 Abg/ce) Requires Management, Labor, Material, Equipment, Transportation, Supervision, And Architectural Engineering Services (as Required) To To Accomplish The Child Development Center Project, Which Involves Selectively Renovating Building 1994 At Hanscom Air Force Base To Address System Deficiencies, Bring Spaces Up To Code And Fc Requirements, And Update Finishes, With Some Occupants Remaining In The Building During Construction And Relocation Of Pre-kindergarten Students To Adjacent Classrooms, Supporting Air Force Child Development And Youth Programs That Provide Care For Children Ages 6 Weeks To 5 Years, And Complying With Air Force Instruction 34-144 (2019) And Ufc 4 Series, Specifically Fc 4-740-14f, Air Force Child Development Centers, Version Draft 07 July 2015, For Planning And Design Requirements.
2. The Contract For The Child Development Center Project At Hanscom Air Force Base Is A Firm Fixed Price Contract, With Work Expected To Commence In September 2025. The Project Will Involve Complex Work, Requiring Multiple Trades And Potentially Detailed Engineering Design By Registered And Licensed Engineers And Architects.
3. This Competitive Small Business Set-aside Is A Selection That Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 15, As Supplemented, Department Of Defense (dod) Source Selection Procedures, Department Of The Air Force Federal Acquisition Regulation Supplement (daffars), Mandatory Procedure (mp) 5315.3, And As Further Refined In This Solicitation.
4. The Government Requests That Initial Feedback, Comments, And Questions Be Received No Later Than Fifteen (15) Calendar Days From The Posting Date Of This Notice To Sam.gov. Please Submit All Questions, Comments And Feedback Regarding This Notice Via Email To The Following Points Of Contact:
ashley.martin.17@us.af.mil, Contracting Officer
amanda.thoman@us.af.mil, Contract Specialist
tyler.fritz.2@us.af.mil, Contract Specialist
5. This Notice Is For Planning Purposes Only And Does Not Constitute A Request For Proposal Nor Does The Issuance Restrict The Government To A Single Acquisition Approach. The Government Will Not Pay For Any Information Received In Response To This Notice Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided To Aflcmc. No Telephone Response Will Be Accepted. Any Information Submitted By Respondents To This Notice Of Contract Action Is Strictly Voluntary. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted.
Closing Date29 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Details: Special Notice
special Notice
page 3 Of 10
special Notice
*= Required Field
special Notice
page 1 Of 10
rfi Questions And Answers
a/e Multi-stack Chiller Replace
36c24125r0029
addendum No. 1:
q1. Due Date Discrepancy. The Sam.gov Listing Includes Two Due Dates. The Original Response Date Lists Feb 21, 2025, 03:30 Pm Est, While Section H. Sf 330 Submittal Package Page Instructions, Section A. State A Submittal Deadline Of 4:00pm Est On February 28, 2025. Which Response/submittal Date Is Correct 21 February 2025 Or 28 February 2025?
a1. The Sf330s Are Due On February 28, 2025, At 4:00 P.m. (est)
q2. The A/e Firm Shall Additionally Demonstrate Its Experience In Providing Construction Period Services For Hospital Facilities, Particularly In Hvac Renovation Projects.
can You Advise The Parameters Of Showing Construction Period Services On Projects. Do Only A Select Number Of Projects, Out Of 5, Need To Include Cps? Can Construction Be 50% Or More Complete?
a2. A/e Firms Should Prioritize Relevance And Quality Over Quantity In Their Portfolios. For Example, If A Firm Has Conducted Construction Period Services Well On Only One Significant Hospital Chiller System, We Would Rank It Higher On This Factor Than A Firm That Submits Five Mediocre Or Unrelated Construction-phase Examples. Thus, Cps Is Preferred But Not Required For All 5 Of The Example Projects. At Least One Project, However, That Shows Cps Should Be 100% Complete Because We Are Also Interested In Commissioning, Which Occurs After Substantial Completion, Ideally With Favorable Post-occupancy Assessment.
q3. Will You Please Confirm The Date The Sf330 Is Due? The First Page Of The Solicitation Says It S Due At 3:30 Pm On February 21, 2025, But On Page 7 Under Sf330 Submittal Package Page Instructions, It Says It Is Due By 4:00 Pm On February 28, 2025.
under The Past Performance Section Of The Solicitation, It Is Stated That The A/e Firm Shall Submit A Minimum Of Three (3) And A Maximum Of Five (5) Past Performance Evaluations. Are Cpars Acceptable To Meet This Requirement, Or Are We To Submit Past Performance Questionnaires? Additionally, Do The Past Performance Evaluations Count Against Page Limit?
under The Specialized Experience And Technical Competence Section Of The Solicitation, The Second Paragraph Reads As Follows:
The A/e Firm Shall Demonstrate Its Expertise In The Design And Engineering Of Health Care Facilities Especially The Heating, Ventilation, And Air-conditioning (hvac) Infrastructure Of Medical Centers Requiring 24-hour Uninterrupted Operations. The A/e Firm Shall Additionally Demonstrate Its Experience In Providing Construction Period Services For Hospital Facilities, Particularly In Hvac Renovation Projects.
we Believe This May Be A Carryover From A Previous Solicitation. Will You Please Confirm That We Should Demonstrate Chiller Replacement Experience Rather Than Hvac Experience?
a3. The Sf330 S Are Due February 28, 2025, At 4:00 P.m.â (est).
past Performance: Cpars Submission Is Acceptable In Place Of Past Performance Questionnaires. The Cpars Report Must Meet The Same Criteria Outlined In The Past Performance Questionnaire.
yes, The Past Performance Evaluations And/or Cpars Count Against Page Limit.
the Wording Sow Referring To Heating, Ventilation, And Air-conditioning (hvac) And Hvac Renovation Was Not Carried Over From Another Project In Error. There Is No Change In The Sow Language. The Sow Remains As Posted.
q4. Is This Solicitation A Total Set-aside For Service-disabled Veteran Owned Small Business (sdvosb)?
a4. This Project Is Set-aside For Sdvosb.
end Of Addendum No. 1
original Notice:
general Information
contracting Office S Zip Code*
04330
solicitation Number*
36c24125r0029
response Date/time/zone
02-21-2025 3:30pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
product Service Code*
c223
naics Code*
541330
contracting Office Address
department Of Veterans Affairs
network Contracting Office 1
togus Vamc
1 Va Center
augusta Me 04330
point Of Contact*
contracting Specialist
deborah L. Hughes
deborah.hughes4@va.gov
317-610-7270
description
special Notice
special Notice
page 10 Of 10
special Notice
special Notice
page 1 Of 9
page 1 Of
special Notice For Qualifications (sf-330) 405-24-111 A/e Multi-stack Chiller Replacement
naics Code: 541330 Engineering Services (small Business Size Standard $25.5 Million Dollars)
magnitude Of Construction Is Between $1,000,000 And $5,000,000
a. Introduction:
the White River Junction Va Medical Center (wrj Vamc) In White River Junction, Vt, Has A Requirement For A Firm Fixed Price Contract To Provide Professional Architect/engineer (a/e) Design Services For The Replacement Of Cooling System Components That Provide Chilled Water To The Main Campus Loop At The Wrj Vamc. This Project Consist Mainly Of Replacement Of Two Water-cooled Multi-stack Modular Chillers That Have Proven To Be Unreliable, Prone To Mechanical Breakdowns, And Difficult To Service. The A/e Scope Of Work Consists Of Providing Professional Services And Corresponding Deliverables Through The Design, Procurement, And Construction Phases Of The Project. In The Design Phase, The A/e Shall Coordinate Structural, Architectural, Plumbing, Mechanical, Electrical, And Telecommunications Disciplines To Conduct Design, Engineering, And Modeling Of The Replacement Chiller System. The A/e Shall Develop And Provide Construction Documents Of Sufficient Detail For Cost Estimating, Contractor Bidding, And Construction. Requirements For Each Phase Of A/e Services Are Outlined Further Below. Period Of Performance For Design Phase Services Is 200 Calendar Days. Procurement And Construction Services Will Be Issued As Option Clins, Which Will Include Construction Support Services (cps) Through The Construction Phase Of This Work.
see Attached Statement Of Work For Complete Details.
b. Contract Information:
the Wrj Vamc Located In White River Junction, Vt, Has A Requirement For A Firm Fixed Price Contract To Provide All Professional Engineering Services Associated With Project 405-25-002 A/e Multi-stack Chiller Replacement At The Wrj Vamc, 163 Veterans Drive, White River Junction, Vt 05009. The A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project.
this Acquisition Is A Total Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) In Accordance With Vaar 852.219-73 With Naics Code 541330. Any Subsequent Award Will Require The Firm To Be Registered In System For Award Management (sam) At Www.sam.gov And The Sba Veteran Small Business Certification (vetcert) (https://veterans.certify.sba.gov/). Vetcert Will Be Used To Determine Sdvosb Status, Therefore, Firms Need To Be Registered With The Applicable Naics Code Of 541330 At The Time Sf330 S Are Submitted.
prospective Firms Are Reminded That In Accordance With Vaar 852.219-73 - Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (jan 2023)(deviation) And Vaar 852.219-75, Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Services And Construction, At Least 50 Percent Of The Cost Of Personnel For Contract Performance Shall Be Spent For Employees Of The Concern Or Similarly Situated Concerns. Any Work That A Similarly Situated Vetcert-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
sf330 Packages Shall Address How Each Firm Anticipates Meeting These Criteria. This Requirement Is In Accordance With The Selection Of Architects And Engineers As Implemented In Subpart 36.6 Of The Federal Acquisition Regulation, Subpart 836.6 Of The Va Acquisition Regulation, And Subpart M836.602-1 Of The Va Acquisition Manual. All Submissions Will Be Evaluated In Accordance With The Evaluation Criteria. A "short List" Of The Three Most Highly Rated After Initial Source Selection Will Be Chosen For Negotiations Of A Contract Award. 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. Respondents Are Put On Notice That Firm(s) Selected By The Selection Authority Will Be Required To Submit A Fixed Price Rate Proposal On The Va Form 6298 To Include Labor, Overhead, Profit, And Other Costs For This Project For Negotiation By The Contracting Officer Prior To Contract Award. The Negotiated Agreement Will Be Incorporated Into The Resulting Contract.
c. This Is Not A Request For Proposal:
this Is A Request For Sf 330's Architect/engineer Qualifications Packages Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued.
d. Project Information:
the Contractor Shall Provide Architect/engineer (a/e) Services To Design A Construction Project At The Wrj Vamc In Accordance With This Design Scope Of Work Associated With Project 405-25-002 A/e Multi-stack Chiller Replacement. The A/e Scope Of Work Consists Of Providing Professional Services And Corresponding Deliverables Through The Design, Procurement, And Construction Phases Of The Project. In The Design Phase, The A/e Shall Coordinate Structural, Architectural, Plumbing, Mechanical, Electrical, And Telecommunications Disciplines To Conduct Design, Engineering, And Modeling Of The Replacement Chiller System. The A/e Shall Develop And Provide Construction Documents Of Sufficient Detail For Cost Estimating, Contractor Bidding, And Construction. Once Procurement Of The Construction Project Is Identified Va Shall Exercise Option Procurement Phase Clin In Which A/e Will Assist The Va During The Bidding, Contractor Evaluation, And Contract Negotiation Processes. And Lastly The Option Construction Phase Clin Will Commence With The Award Of The Contract For Construction By The Government To A Contractor Selected For The Construction Project.
e. Evaluation Selection Criteria:
each Respondent S Sf 330 Submittal Package Will Be Evaluated In Accordance With Far 36.6 Procedures. The Selection Criteria, In Descending Order Of Importance Will Be As Follows:
1. Specialized Experience And Technical Competence
2. Professional Qualifications
3. Experience In Construction Period Services
4. Past Performance
5. Capacity
6. Geographic Location
7. Commitment To The Use Of Sdvosb, Vosb, And Other Small Businesses As Subcontractors
f. Selection Criteria Descriptions:
the Selection Criteria Descriptions (1 Through 7) Are Provided Below.
specialized Experience And Technical Competence
this Factor Assesses Specialized Experience And Technical Competence In The Type Of Work Required, Including, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
the A/e Firm Shall Demonstrate Its Expertise In The Design And Engineering Of Health Care Facilities Especially The Heating, Ventilation, And Air-conditioning (hvac) Infrastructure Of Medical Centers Requiring 24 Hour Uninterrupted Operations. The A/e Firm Shall Additionally Demonstrate Its Experience In Providing Construction Period Services For Hospital Facilities, Particularly In Hvac Renovation Projects.
the Respondent Shall Describe Its Technical Capabilities In Design Quality Management Procedures, Computer-aided Design And Drafting (cad), Building Information Modeling (bim), And Equipment Resources. The A/e Firm Shall Identify Its Proposed Project Team And Management Structure, Its Approach To Coordination Of Disciplines, Subcontractors, And Prior Working Relationships.
the A/e Firm Shall Provide A Detailed Narrative Of A Minimum Of Three (3) And A Maximum Of Five (5) Recent And Relevant Projects That Best Illustrate The Overall Experience And Competence Of Its Team.
Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Notice, Except That Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Notice.
Relevant Is Defined As Performance Of Work On Projects That Are Similar In Size, Scope, And Budget To The Type Of Project Anticipated Under The Resultant Contract.
only The First Five (5) Projects Submitted Will Be Evaluated.
firms That Demonstrate Project Experience With Va Hospital Environments Will Earn Higher Ratings.
professional Qualifications
this Factor Evaluates The A/e Firm According To Its Ability To Demonstrate The Professional Qualifications Necessary For Satisfactory Performance Of Required Services. These Qualifications Include The Education, Training, Registration, Overall Relevant Experience, And Longevity With The Firm Of Key Management And Technical Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team. Firms Are Expected To Demonstrate Experience Which Demonstrates Ability To Perform A Project Such As This Within A Va Medical Center Or Hospital Environment.
firms Shall Provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record, As Well As Of Other Relevant Team Members Or Subcontractor/subconsultant Team Members Who Will Perform Technical Tasks Under This Contract. Subcontractor Team Member Resumes Shall Indicate Their Record Of Working Together With The Prime Contractor.
the Design Professionals Of Record Shall Direct And Be Responsible For The Design Within Their Respective Disciplines And Shall Sign And Seal The Construction Contract Documents (drawings And Specifications). All Design Professionals Of Record Must Be Professionally Registered In Their Discipline, And This Shall Be Identified On Their Resumes. Each Resume Shall Include A Minimum Of Three (3) Specific Completed Projects That Best Illustrate The Individual Team Member S Experience In His Or Her Technical Field Relevant To This Contract Scope.
at A Minimum, Design Professionals Of Record Shall Be Provided For The Following Disciplines: Architect, Project Construction Cost Estimator, Structural Engineer, Mechanical Engineer, Electrical Engineer, Industrial Hygienist, Commissioning Agent.
designers Of Record Provided Shall Have No Less Than Five (5) Years Of Relevant Experience.
experience In Construction Period Services
the A/e Firm Shall Demonstrate Its Experience In Construction Period Services To Include:
professional Field Inspections During The Construction Period
review Of Construction Submittals
support In Answering Requests For Information During The Construction Period
support Of Construction Contract Changes To Include Drafting Statements Of Work, And
cost Estimates.
the Respondent Shall Provide A Narrative On How It Incorporated Construction Period Services Into At Least One (1) Of Its Submitted Examples Of Recent Projects (refer To Criterion 1 Above).
of Particular Interest For This Project Are The Coordination, Review, Inspections, And Support Services Relating To Mechanical Installations And To Hvac Commissioning.
past Performance
this Factor Evaluates Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Technical Quality Of Work, Cost Control, Adherence To Performance Schedule, General Management And Business Relations, And Regulatory Compliance. Evaluations May Also Consider Professional Conduct, Cooperativeness, And Any Record Of Significant Claims Against The Firm Due To Improper Or Errors/omissions, Incomplete Design And/or Engineering Services.
the A/e Firm Shall Submit A Minimum Of Three (3) And Maximum Of Five (5) Past Performance Evaluations On Recent Projects Relevant To The One Being Procured Under This Notice.
greater Consideration Will Be Placed On Previous Work With The Va.
respondents With No Previous Past Performance Shall So State When Addressing The Selection Criteria. Documentation Supplied Should Detail Firms Ability To Work With Government Entities And Design Standards Or Similar Relevant Experience With Other Entities In Private Industry.
provide A Copy Of All (a/e) Performance Evaluations Issued For Government Contracts (as Applicable). For Non-federal Contracts, Provide Facility Owner Documentation Of The Firm S Performance Issued On That Contract. If Known Documentation Exists, So State.
provide Accessible Owner Points Of Contact: Name, Title, Address, Telephone Number, E-mail, And Fax Number.
provide Copies Of Awards And Letters Of Appreciation Or Recommendation As Desired.
capacity
the A/e Firm Shall Attest To Its Capacity To Accomplish The Work In The Required Time. The Firm Shall Show The Following As Percentages Of Its Total Capacity:
active Design Projects
active Construction Phase Services
projects In Study Or Planning Stages
available Capacity For Immediate New Work
the Respondent Shall:
describe Its Record For Delivering Projects On Time
summarize Its Approach To Staffing And Company Resource Management
for The Key Personnel On The Proposed Project Team, Tabulate Their Current And Projected Workload As Percentages Of Their Available Individual Capacity, And
list All Work Awarded To The A/e Firm By The Va During The Previous 12 Months, As Well As Any Current Indefinite Delivery, Indefinite Quantity (idiq) Contracts That It Has.
list The Current Stage And Percentage Of Completion For Non-idiq Projects.
a Signed Statement Shall Be Provided Stating That The Firm Acknowledges That Prior To Award Of The Contract, It Is Required To Notify The Government Of Any Changes In Its Capacity That Could Limit Its Ability To Perform The Work Within The Required Time.
geographic Location
this Evaluation Factor Considers Separately The Respondent S Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project.
the A/e Firm Shall Demonstrate Its Specific Knowledge Of Local Conditions Or Project Site Features Such As:
geological Features
climate Conditions
local Construction Methods
construction Firms And Trades Labor Availability
permit Requirements
local Laws And Regulations
geographic Proximity Shall Be Measured By The Driving Distance Between The Offeror S Principal Business Location And The Wrj Vamc Located At 163â veterans Drive, White River Junction, Vt 05009. Determination Of The Mileage Will Be Based On Google Maps (https//www.google.com/maps/dir/).
commitment To The Use Of Sdvosb, Vosb, And Other Small Businesses As Subcontractors
respondents Must Provide A Narrative On How They Will Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
g. Questions And Comments:
a. Questions And Comments Regarding This Notice Must Be Submitted By Email Only To The Contract Specialist, Deborah L. Hughes, At Deborah.hughes4@va.gov And The Contracting Officer, Diane C. Davis At Diane.davis2@va.gov.
b. Oral Questions Will Not Be Answered.
c. The Deadline For Questions Is February 07, 2025 At 4:00pm Est.
h. Sf 330 Submittal Package Page Instructions:
a. Sf 330 Submittal Packages Shall Be Submitted No Later Than 4:00pm Est On February 28, 2025.
responders Must Ensure The Sf 330 Submittal Packages, Any Revisions, And Modifications Are Submitted By This Time.
b. Qualified A/e Firms Are Required To Submit One (1) Electronic Copy Via Email To Deborah.hughes4@va.gov. If File Size Exceeds 7mb Then Firms Are Required To Send Multiple Emails With A Sequence Stating, Email 1 Of __ .
sf 330 Forms Are Available On-line At: Http://www.gsa.gov/portal/forms/type/sf
c. Submission Of Information Incorporated By Reference Is Not Allowed.
d. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf 330 Package.
e. Submissions Are Limited To 65 Pages.
i. Absolutely No Photographs Shall Be Submitted.
ii. Title Pages And Tables Of Contents, If Applicable, Are Excluded From The Page Count Limitation.
iii. Pages Submitted In Excess Of The Limitations Specified In This Notice Will Not Be Evaluated By Nco 1.
f. Telephone Or Fax Inquiries Will Not Be Accepted.
i. Sf 330 Package Contents:
a. The Sf 330 Submittal Packages Shall Consist Of A Completed Sf 330, Specific Information Addressing Each Of The Seven Selection Criteria Described In This Notice.
b. Respondents Are Required To Meet All Requirements In Addition To Those Identified As Selection Criteria.
c. Sf 330 Submittal Packages Not Consistent With The Requirements And Selection Criteria Of This
notice May Be Determined Unacceptable And Removed From Consideration.
d. Any Sf 330 Submittal Package, Modification, Or Revision, That Is Received After The Exact Time Specified For Receipt Is Late And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Submittal Would Not Unduly Delay The Acquisition; And There Is Acceptable Evidence To Establish That It Was Received At Nco 1 Installation Designated For Receipt Of Submittal Packages And Was Under Nco 1 S Control Prior To The Time Set For Receipt Of Submittal Packages; Or It Was The Only Submittal Package Received.
j. Sf 330 Package Preparation:
a. Qualified A/e Firms Are Required To Submit One (1) Electronic Copy Via Email To Deborah.hughes4@va.gov And Diane.davis2@va.gov.
- Sf 330 Forms Are Available On-line At: Http://www.gsa.gov/portal/forms/type/sf.
b. Electronic Copy Shall Be In Searchable Pdf Format Of The Sf 330.
c. A Cover Sheet Should Be Included, Clearly Marked With The Respondent's Name, Complete Address With 9-digit Zip Code, Phone Number, E-mail Address, Unique Entity Identifier, Date Of Response, Title And Notice Identification.
d. Information Not Provided Elsewhere In The Sf 330 Submittal Package Shall Not Be Incorporated By Reference.
e. A Table Of Contents Shall Be Provided For Ready Reference To Sections And Figures.
f. Sf 330 Submittal Packages Shall Be Consistent With The Following Structure And Formatted Accordingly:
sf 330 Part I Contract Specific Qualifications
1. Sections A Through D
2. Section E
3. Section F
4. Section G
5. Section H
6. Section I
7. Other Additional Information And Attachments
sf 330 Part Ii General Qualifications
(note: Respondents Shall Clearly Label Additional Information And Attachments).
k. Far And Vaar:
the Far And Vaar Citations Referenced In This Special Notice Can Be Accessed Via The Following Internet Links:
far
https://www.acquisition.gov/
vaar
https://www.va.gov/oal/library/vaar/index.asp
vaam
https://www.va.gov/oal/library/vaam/
end Of Special Notice
disclaimer - Not All Attachments From Sow Needed For Completing The Sf 330.
see Attached Document: 405 Ae Sow Multistack Chiller Replacement - For Sf330_01.
see Attached Document: Past Performance Questionaire.
Closing Date28 Feb 2025
Tender AmountRefer Documents
U S FISH AND WILDLIFE SERVICE USA Tender
Energy, Oil and Gas
United States
Details: Notice Of Intent (a&e Solicitation For Sf330: Doiffb0250022)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s 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. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001767 Which Requires Architect And/or Engineering (a&e) Services To Evaluate The Impact Of Incorporating Electric Vehicle (ev) Charging Stations, Update The Estimate Of Probable Costs, And Perform A Code Review For The Phase Ii Addition To The Administration Facility Located At The E. B. Forsythe National Wildlife Refuge, Atlantic County, New Jersey, That Was Initially Designed In 2015. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 ¿ ¿engineering Services¿ And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer¿s Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With(iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1) code And Permitting Review: - Identify Updates To Applicable Codes And Environmental Permitting Requirements Since The Original Design. - The Following Codes And Standards Will Be Reviewed And Analyzed For Updates: International Building Code (ibc) International Energy Conservation Code (iecc) American Society Of Heating, Refrigerating, And Air-conditioning Engineers (ashrae) Standard 90.1 Applicable National Fire Protection Association (nfpa) Codes State And Local Environmental Regulations Architectural Barriers Act (aba) Guiding Principles For Sustainable Federal Buildings Federal Acquisition Regulation (far) 36.601-3(a), Including Requirements For: - Use Of Recovered Materials - Energy Conservation, Pollution Prevention, And Waste Reduction - Specification Of Energy Star Or Femp-designated Products (per Far Subpart 23.2) Fws Agency-specific Requirements For It Infrastructure Fws Standardized Physical Security Countermeasure Handbook - Deliver A Discipline-specific Summary Report Detailing Code Changes, Their Impact On The Project And, Required Updates To Construction Documents. 2) ev Charging Station Analysis:- Coordinate With U.s. Fish & Wildlife Service (fws) Staff To Establish The Desired Number Of Ev Charging Stations.- Analyze The Impact Of These Additions On The Phase Ii Design.3) cost Estimate Update- Update The Estimate Of Probable Costs To Reflect Current Market Conditions For Materials, Labor, And Other Project Costs. This Will Include: Base Bid Four (4) Additive Items Proposed Ev Charging Stations. 4) Project Review - Conduct A Web-based Review Meeting To Discuss The Findings And Recommendations Outlined In The Summary Report.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Mosthighly Qualified Firms For This Requirement. In Accordance With Far 36.602-3-(c), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government¿s Intentto (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. 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, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, 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 An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillablecopies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Theirgeographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically Tojerry_perry@fws.gov No Later Than: 3:00pm (eastern), Tuesday, January 10, 2025.email Subject Lines Must Be Labeled:¿a&e Sol# Doiffb0250022 ¿ E.b. Forsythe Nwr Es Addition To Hq Code Review¿. Files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Ofcontents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Fontfor Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of Thepage Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330:* Section E - Resumes (limit To 1 Page Per Team Member)* Section F - Example Projects (limit To 1 Page Per Project)* Section G - Key Personnel Participation In Example Projects (limit 1 Page)* Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. In Order To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish Either Aforementioned Task By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The State Of New Jersey.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgradesiii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reportsvii. New Construction And Renovationsb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.a. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) Price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I Technical Proposals, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1 - Rating Evaluation Factors:table 1. Rating Evaluation Factorsadjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.unacceptable Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Will Not Result In An Award.neutral (for Past Performance Only)no Recent/relevant Performance Record Is Available, Or The Offeror's Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
Closing Date20 Jan 2025
Tender AmountRefer Documents
U S FISH AND WILDLIFE SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Va - Va Esf Tinkerbell Dam Prep Eng. Svcsnotice Of Intent (a&e Solicitation For Sf330: Doiffb0250021)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s 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. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001195 Which Requires Architect And/or Engineering (a&e) Services To Provide Characterization Of The Current Conditions At Tinkerbell Dam On Tinker Creek (roanoke County, Va) In Preparation For Removal Of The Structure. Tinkerbell Dam Is Located Off Of Tinkerbell Lane, In Roanoke County, Virginia And Is Named Ardagh Dam In The Virginia Dam Safety Registry. Tinkerbell Dam Is Approximately 3 M High And Creates And Impoundment That Is Approximately 0.4 Stream Km In Length. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 - Engineering Services, And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer's Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With (iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: Tinkerbell Dam Is Located On Private Property And The Landowner Recently Agreed To Have The Dam Removed. In Order To Prepare For Removal, Several Design Elements Need To Be Completed To Apply For Appropriate Permits And Develop A Construction Bid Package. The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1. development Of A Hydraulic Model To Evaluate The Projected Shear Stresses On Streambanks Within The Current Impoundment Upon Dam Removal,2. design Of Any Bank Stabilization And Restoration And/or In-stream Structures Necessary To Ensure Streambank And Long-term Protection Of Buildings Adjacent To The Current Impoundment Upon Dam Removal,3. floodplain Analysis And Appropriate Coordination With Local, State, And Federal Entities Concerned With Changes In The Tinker Creek Floodway Upon Dam Removal, In Order To Receive A Conditional Letter Of Map Revision, If Necessary,4. preparation Of All Engineering Design Plans Required For State, Federal, And Local Permit Applications For Dam Removal, Including Responses To Comments From These Agencies And Plan Revisions, And5. preparation Of Final Engineering Design Plans, Specifications, And Associated Documents To Be Utilized In Preparation Of A Construction Bid Package For Dam Removal.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The 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), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government's Intent To (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. 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, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, 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 An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillable Copies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Their Geographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically To Jerry_perry@fws.gov No Later Than: 2:00pm (eastern), Tuesday, January 17, 2025. Email Subject Lines Must Be Labeled: A&e Sol# Doiffb0250021 - Tinkerbell Dam Prep.files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330 Package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Of Contents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of The Page Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330: Section E - Resumes (limit To 1 Page Per Team Member) Section F - Example Projects (limit To 1 Page Per Project) Section G - Key Personnel Participation In Example Projects (limit 1 Page) Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish The Aforementioned Tasks By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The Commonwealth Of Virginia.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgrades Iii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reports Vii. Construction And Renovations, Including Demolitionb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. A. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I, Sf 330s, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1. Rating Evaluation Factors:adjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.unacceptable Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Will Not Result In An Award.neutral (for Past Performance Only)no Recent/relevant Performance Record Is Available, Or The Offeror's Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
Closing Date17 Jan 2025
Tender AmountRefer Documents
T Nder Service A S Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Denmark
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
Closing Date14 Mar 2025
Tender AmountRefer Documents
ARCHITECT OF THE CAPITOL USA Tender
Food Products
United States
Purchaser Name: ARCHITECT OF THE CAPITOL USA | Exterior Temporary Food Service Facility
Closing Date27 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: This Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
this Is Not A Request For Proposal. This Is A Request For Sf 330s Architect- Engineer Qualification Packages Only. Public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract.
at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation)
general Information:
the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project #565-25-153, Increase Chilled Water Capacity Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301.
the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73.
the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project.
point Of Contact: Elaine Belber, Contract Specialist Email: Elaine.belber@va.gov
project Information: Project No. 565-25-153
project Title: Increase Chilled Water Capacity (ae)
fayetteville Va Medical Center
2300 Ramsey Street Fayetteville, Nc 28301
the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Around August 25, 2025.
the Naics Code For The Anticipated Construction Project Is Projected To Be 238220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000. The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd).
an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. This Will Require Performing Site Investigations Using 3d Scanning, Revit/bim, And Supporting Information. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments.
statement Of Task/scope Of Work:
i. General Intent:
provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-153, Increase Chilled Water Capacity. The Construction Budget Is Between $2,000,000 And $5,000,000. The Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Accomplish A Detailed Investigation And Survey Of The Existing Chilled Water Plant And Capacity, To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project. The Design Is To Provide An Increase Of 1000-ton Chilled Water Capacity At/to The Medical Center.
the Design Team Shall Develop Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility.
design Shall Address Options In The Concept Phase As Well As Physical Placement On The Facility To Both Provide The Additional Capacity To Meet The Facilities Needs As Well As To Minimize Operational Interference During The Construction.
ii. Scope Of Work:
this Project Will Engage An Architectural Engineering (ae) Firm To Provide An Investigation And Surveying Plan, Construction Scope Of Work, Contract Drawings, Functional Layout, Specifications, Commissioning Plan, Construction Cost Estimates, Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. It Will Also Engage Said Architectural Engineering (ae) Firm To Provide A Memorandum Of Agreement For All Above. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel To Determine A Plan For Increased Chiller Capacity.
the Ae Firm Shall Hire A Third-party Commissioning Agent (cxa) To Be Involved From Project Kickoff Through Final Design And Throughout Construction. Ae To Coordinate For The Cxa To Develop The Commissioning Plan And Be Involved Throughout The Design And Construction.
demolition/site Work: Demolition Of Utilities As Needed. Clearing Vegetation And Grading As Required.
new Work: This Project Will Add 1000-ton Chilled Water Capacity On The Main Campus Of The Fayetteville Vamc. The Design Team Must Develop Concept Drawings Of The Increased Capacity And Recommended Location. The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility. Design Drawings Are To Be Completed With Va Engineering, Contracting And The Executive Leadership. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor.
iii. Materials Provided To Ae After Award:
plans: Existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The A&e To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae.
specifications, Standards, Etc: The Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes:
master Construction Specifications (pg-18-1) Design And Construction Procedures (pg-18-3) Standard Details And Cad Standards (pg-18-4) Equipment Guide List (pg-18-5) Space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) Design Manuals (pg-18-10) Design Guides (pg-18-12) Barrier Free Design Guide (pg-18-13) Room Finishes, Door, And Hardware Schedules (pg-18-14) Minimum Requirements For A/e Submissions (pg-18-15) Environmental Planning Guidance (pg-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (ae To Field Verify Conditions) National Fire Protection Underwriters Laboratory
iv. Design Requirements: The A/e Designer Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project Design.
general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements.
this Project Requires The A&e To Accomplish A Thorough Study And Evaluation Of The Existing Chiller Plant, Existing Capacity, And Supporting Areas Within The Facility Including Increased Capacity Alternatives. The Project Shall Be Designed With Viable Deductive Alternates Equal To Or Greater Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer).
construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts.
construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor.
meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content.
contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.).
specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt.
construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. Submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc.
v. Review Requirements And Time Frames Kick-off And Developing Initial Design Package
expectation Is For The A&e To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site.
preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity.
the Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative. The Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The Increased Capacity And Recommended Location To Be Used In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record.
design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. Discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal.
every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval.
35% Review: Preliminary Design Documents.
customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope.
schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format.
design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred.
provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf).
preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred.
cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred.
project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval.
these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases.
65% Review: Design Development Dd-1
provide 65% Level Of Efforts For All Disciplines Required. One (1) Arch E (30 X42 ) Copy Of Work Completed To Date. One Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level.
95% Review: Design Development Dd-2
this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. One (1) Arch E (30 X42 ) Copy. One Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package.
this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs.
final Submission: Construction Documents (cd): All Drawings And Documents Shall Indicate Issued For Construction. Va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. Two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings. Two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided. Two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates. Two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. Two (2) Printed Copies Of The Submittal Register. Two (2) Printed Copies Of The Template Construction Schedule. Two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process. Electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book.
vi. Schedule
concept Design Submission 21 Calendar Days From Ntp
va Concept Design Review 14 Calendar Days From Concept Design Submission
35% Schematic Design Submission 30 Calendar Days From Concept Design Review
va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission
65% Design Development Submission 45 Calendar Days From 35% Design Review
va 65% Design Development Review 14 Calendar Days From 65% Design Submission
95% Design Development Submission 30 Calendar Days From 65% Design Review
va 95% Design Development Review 14 Calendar Days From 95% Design Submission
100% Final Design Submission 14 Calendar Days From 95% Design Review
total Calendar Days From Notice To Proceed To 100% Final Design Submission: 196 Days.
procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. During This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process.
construction Period Services: 365 Calendar Days From Construction Award Date
total Contract Period: 741 Calendar Days
vii. Construction Services (starts Once Construction Notice To Proceed Is Issued)
preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process.
biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 10 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections).
construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed.
submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals.
weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting.
project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track Inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal.
project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur.
release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein.
project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. Upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All.
viii. Cad Requirements:
drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided.
delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer.
naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines.
ix. Attachments: 100% Construction Drawings With Chiller Mod 05-22-2017 (end Statement Of Work)
a-e Selection Process: The Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. 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 Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance:
specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings.
other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects 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. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Ser-vices 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 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 E 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.
professional Qualifications: 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 State Where The Project Is Located.
key Positions And Disciplines Required For This Project Include But Are Not Limited To: Architect (leed Certified) Cadd Technician Structural Engineer Geotechnical Engineer Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Project Manager Quality Assurance Physical Security Specialists Registered Communications Distribution Designer (rcdd) Commissioning Agent Cost Estimator
responses Must Include The Extent To Which Potential Contractors/subcontractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses When Submitting The Personnel Proposed To Perform The Work Under This Requirement.
the Information Provided In Sections C Through E Of 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.
experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, 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, 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, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
past Performance: 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. 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 Superior Performance Ratings 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, And Cooperativeness. If Ap-propriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated.
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 Sf330 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 May Be Submitted To The Vha Nco 6 Point Of Contact Specified In The Attached Ppq Document. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit.
capacity: 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.
knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And 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, 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. See Below.
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 Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. 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 Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission.
the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.:
selection Criteria Specialized Experience:
specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above.
professional Qualifications: 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 Above. 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.
experience In Construction Period Services (cps)
past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
capacity: The Evaluation Will Consider The Firms 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.
knowledge Of Locality
please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction.
submission Criteria/requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit:
one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Thursday, April 17, 2025.
interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer.
size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, 36c24625r0031 Increase Chilled Water Capacity, Project 565-25-153 (1 Of N, 2 Of N, Etc.). All Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). Interested Firms Are Responsible For Ensuring Delivery Of Submission.
all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). 6) References Noted In Selection Criteria 4
the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings.
each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75.
electronic Submittals 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 Considered. All Information Must Be Included In The Sf330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s.
vendor Questions: All Questions Shall Be Submitted To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Tuesday, April 1, 2025.
attachments:
100% Construction Drawings With Chiller Mod 05-22-2017
sf 330
past Performance Questionnaire
Closing Date17 Apr 2025
Tender AmountRefer Documents
ARCHITECT OF THE CAPITOL USA Tender
Others...+2Civil And Construction, Civil Works Others
United States
Purchaser Name: ARCHITECT OF THE CAPITOL USA | Integrated Workplace Management System (iwms) Software
Closing Date2 Jun 2025
Tender AmountRefer Documents
1791-1800 of 2000 archived Tenders