Architect Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) 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 _#_528a6-21-603_design Replace Buldings 76, 92 And 103 Flat Roofs___ At The _bath Va Medical Center, 76 Veterans Ave, Bath, Ny 14810. This Project Will Design The Replacement To The Flat Roofing Systems On The B-76 Hospital, B-92 Recreation Center, And B-103 Warehouse. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330edit The Naics Code And Size Standard Based On The Selection: 541330 (size Standard $16.5m) Or 541310 (size Standard $8m) And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $2,000,000 And $5,000,000. This Is A 100% Service-disabled Veteran Owned Small Business Select The Appropriate Set-aside set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before (6/30/2025). Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), Replace With 852.219-74 For Vosb Set Asides va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) all Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required Edit Based On Scope For That Project 528a6-21-603 Perform A Full Project Schematic Design, And Design Development From Conceptual To As Built Documentation, Including Investigation, Design Review And Verification, And Contract Management. Provide Investigative And Schematic Services, Construction Documents, Working Drawings, Specifications, Cost Estimate, Shop Drawing Review And Construction Period Services As Required To Provide Replacement Of The Existing Building 76, 92, 103 Flat Roof Systems. Services Will Include All Architectural Or Other Engineering (civil, Mechanical, Electrical, Etc.) Work Associated With This Project Until Completion. Final Design Submission Shall Include Phased Drawings Of All Abatement, Demolition, And Construction Work As Required To Allow The Continuous Use Of All The Areas Associated Around Each Construction Area. provide Design Documents To Determine, Plan, And Document The Most Effective Replacement Of The Roofing Systems. This Will Include Full Study On What Needs Scoped With The Flat Roofs And Drainage And Provide Information And Options For Bath Va Selection Into Project. services Will Include All Site/civil, Mechanical, Electrical Or Other Engineering Or Architectural Work Associated With This Project Until Completion. the Total Roof Square Footage Will Need To Be Verified By The Architect And Engineering Firm(s). the Architect And Engineering Firm(s) Will Need To Evaluate And Determine The Correct Storm Drainage System And Sizing For Each Applicable Flat Roof In This Project To Operate Properly. The Architect And Engineering Firm Will Need To Evaluate, Identify And Verify Existing Structural/ Architectural, Mechanical, Electrical, Plumbing, And Mechanical/ Electrical Roof Equipment Attributes To The Flat Roof Systems As Needed To Provide Detailed Installation Details For The New Flat Roof Systems To Be Installed. x. Location Edit Accordingly Based On Location. bath Va Medical Center. cost Range Edit Based On The Appropriate Construction Estimate. estimated Construction Cost Range: Between $2,000,000 And $5,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In __180___ Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 400 Miles This Can Be Edited, If Necessary. This Should Be Standard But Could Be Adjusted Slightly Over/under If Reasonable And Does Not Restrict Competition. If The A/e Is Within 450 Then Acceptable If Considerably Closer Perhaps They Receive An Above Acceptable Rating And If Further Than 450 Miles, They Would Receive A Marginal Or Below Satisfactory Rating For This Evaluation Factor Only. An A/e Should Not Be Excluded Just Because They Are More Than 450 Miles Away From The Va. From The Prime Contractor S Main Office Or Official Satellite Office To The Bath Va Medical Center, Bath, Ny 14810 Edit Va Location Accordingly this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae 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 Ae 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 Ae 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 To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) Replace This Entire Section With 852.219-74 For A Vosb Set Aside va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â  Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission 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) To Devan.bertch@va.gov No Later Than __1:00__pm, Eastern Standard Time (est) On_february 27th, 2025__. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Others...+1Software and IT Solutions
Germany
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Others...+1Software and IT Solutions
Germany
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Closing Date14 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Durham, North Carolina 27705 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 Before September 30, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 236220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000 (vaar 836.204). 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. 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: architect-engineer Services Shall Include: provide A Design Narrative, Drawings, Specifications, And A Cost Estimate At 30%, 60%, 90%, And Final Design Stages For Project 558-25-151 Replace And Upgrade Emergency Power Systems, Equipment And Components In Building 1. This Includes But Is Not Limited To Determining The Capacity Of Building 18 S 3 Generators And Supportive Infrastructure Against Peak Demand And Providing Recommendations To Either Upgrade Or Replace Current Generator Sets; Provide Emergency Power Distribution To Sterile Processing Service (sps) Heating, Ventilation, And Air Conditioning (hvac), Operating Room (or) Hvac, Emergency Department (ed) Hvac, 3rd Floor Laboratory Hvac, Morgue Hvac, Magnetic Resonance Imagining (mri) Department Hvac, Computed Thermography (ct) Department Hvac, Garage B, And Other Critical Equipment Per Facilities Condition Assessment (fca) Report. Upgrades Should Support Va 96-hr Requirements. the Ae S Primary Project Design Objectives Are To Improve The Environment Of Care For Patients, Visitors, And Staff Through The Design Of A Reliable Emergency Power System For Hvac Equipment And Critical Departments. This Is To Avoid Loss Of Airflow And Pressurization To Units During Loss Of Normal Power. provide Construction Period Services Which Shall Include Site Visits, Submittal And Rfi Review, Changes, Cost Estimation, And As-built Preparation. provide The Number Of Site Visits Necessary For Discovery During Phase I-investigative Service/schematic Design/other Related Services To Prepare Documents For Phase Ii-design Development And Phase Iii-construction Documents Not Listed Under Phase Iv-construction Period Services. all Work To Be Performed For This Project Must Meet All National Fire Protection Association Codes And Standards (nfpa); National Electric Code (nec); National Electrical Manufacturers Association (nema); Energy Independence And Security Act Of 2007 (eisa 2007); Underwriters Laboratory, Inc. (ul); International Code Council Codes; Applicable Va Design Guides, Design Manuals And Standards Located On The Office Of Construction Management Website (http://www.cfm.va.gov/til/index.asp); Federal, State, And Local Regulations And Codes; And Joint Commission On Accreditation Of Healthcare Organizations (jcaho) Standards And Guidelines. design Must Adhere To The Following Energy Requirements: all New Construction Shall Be Designed To Achieve An Energy Consumption Level That Is At Least 30% Below The Level Achieved Under Ashrae Standard 90.1-2010, If Life Cycle Cost Effective. Use Appendix G Of American Society Of Heating, Refrigeration, And Air-condition Engineers (ashrae) Standard 90.1-2010 To Document The Energy Savings. should The 30% Reduction In Energy Consumption Prove Not To Be Life Cycle Cost Effective, Then The A/e Shall Evaluate Alternative Designs At 5% Successive Decrements To Identify The Most Energy-efficient Design That Is Life Cycle Cost Effective. the Following Parameters Shall Be Used For Performing The Analysis: 20-year Life-cycle Period For System Comparisons use Public Domain Programs Such As Trace, E-cube, Carrier E20-ii, Etc. 7% Discount Factor neither Includes Taxes, Nor Insurance While Computing Cost. design And Construction Shall Be Done In Such A Way That Facility Will Always Meet Emergency Power Required Under Joint Commission (j.c.) And Vha Standards. deliverables: narratives With Calculations: Written Narratives Shall Be Used As Part Of Each Design Submission. The Narrative Should Be Used To Elaborate On And Provide An Explanation Of Key Design Decisions By A/e And/or The Va, Objectives, Obstacles, Alternatives And Resolutions, Design Issues Or Decisions Relating To Constructability, And In General To Communicate All Information Relevant To The Design Submission. The Narrative Shall Also Include Printouts Of The Calculations That Include And Are Not Limited To The Following: Hvac Load Calculations, Plumbing Calculations, Fire Protection Calculations, Electrical Power Calculations, Lighting Calculations, And Structural Calculations. Calculations Shall Compute As Far Back In The System As Necessary To Prove If Existing System Can Support Connections To Renovations/new Construction. design Scope: Once Alternatives/options Are Selected, A/e Shall Develop And Provide A Complete Set Of Hard And Electronic Drawings And Specifications For Bidding And Construction Purposes Which Encompass The Previously Selected Options. The Package Shall Contain Architectural And Mep Drawings Of Sufficient Detail That The Construction Contractor Can Accomplish The Modifications With A Minimum Of Additional Guidance. Additionally, The A/e Shall Provide A Detailed Cost Estimate Of The Project Construction Costs, Phasing Plan For Installation Which Includes A 4-week Lead Time For Major Outages For The Use Of Va Cor And A Constructability Analysis Identifying The Most Efficient, Cost-effective Ways To Accomplish The Construction While Allowing For The Least Disruption Of Hospital Operations. The Following A/e Design Submissions Shall Be In Accordance With The A/e Requirements Listed On The Va Website: part I: Feasibility Study/options: Prior To The Initiation Of Any Detailed Design, The A/e Shall, In Conjunction With Representatives Of The Engineering Department, Conduct Inspections Of The Existing Facilities, Live Peak Load Demand Analysis, Develop Various Alternatives, And Conduct A Feasibility Analysis Of These Alternatives. Note: Specifications Are Not Required With The Preliminary And Schematic Design Submissions. part Ii: 30% Submission: The Requirements Are Working Drawings At The 30% Stage, Marked-up Specifications, Draft Phasing Plan, Draft Durham Va Pcra And Nepa Forms And A Preliminary Detailed Construction Cost Estimate Showing A Quantitative Survey Of All Labor And Material. Submit 4 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part Iii: 60% Submission: The Requirements Are Working Drawings At The 60% Stage, Marked-up Specifications, Draft Phasing Plan, Draft Durham Va Pcra And Nepa Forms And A Detailed Construction Cost Estimate Showing A Quantitative Survey Of All Labor And Material. Submit 4 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part Iv: 90% Submission: The Requirements Are Complete Construction Drawings Showing All Details And Views, Updated Detailed Cost Estimate, Finalized Specifications, Finalized Phasing Plan, Pcra And Nepa Forms And A Design Narrative With Calculations. Submit 6 Half Size Sets Of Drawings (22 X 34 ) On Bond Paper, 2 Bound Copies Of The Marked-up Specifications, 1 Copy Of The Preliminary Construction Cost Estimate, And 1 Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. part V: 100% Final Submission: Provide 1 Set Of Bound Drawings (30 X42 ) On Bond Paper, 4 Sets Of Half Size (22: X 34 ) Drawings On Bond Paper, 2 Sets Of Unbound Specifications, 1 Copy Of The Construction Cost Estimate, And 1 Bound Copy Of The Design Narrative With Calculations. Also Provide 1 Digital Copy Of The Drawings (pdf And Autocad), Specifications (pdf), Cost Estimate (pdf), And Design Narrative With Calculations (pdf) On Cd-rom. the Design Deliverables Must Adhere To The Following Requirements: specifications: The Project Specifications Shall Be Prepared In Microsoft Word By The A/e From The Va Master Specifications. The General Format Shall Include Part 1-general, Part 2-products, And Part 3-execution. Part 1 Verbiage Shall Include The General Requirements, Identify Applicable Standards, And Identify Submittals Required For A Particular Specification. This Information Should Be Directly Related And Correspond To A Specific Submittal Number Enumerated In The Submittal Register As Identified In Para. 11 Below. Part 2 Shall Include Description Of The Salient Characteristics Of The Products. Part 3 Shall Include A Description Of The Methods Used To Install Items Of Construction. The A/e Shall Identify All Va Master Specification Sections Applicable To The Project And Edit Them Accordingly To Fit The Scope Of Work. If Additional Specification Sections Are Needed That Are Not Listed In The Va Master Specs, The A/e Is Responsible To Write And Edit An Appropriate Csi Format Specification Section. Specifications Shall Be Printed On 8 ½ X 11 Bond Paper Using 12pt Times-new-roman Font. The A/e Shall Incorporate Into The Specifications And Its Construction Site Inspection Procedures The Applicable Infection Control And Dust Control Provisions. construction Cost Estimates: The A/e Shall Prepare A Construction Cost Estimate In Microsoft Excel Using The Csi 34-division Format. The Cost Estimates Shall Include A Copy Of The Quantity Take-offs, Breakdown Of Individual Line Items That Accurately Reflect The Quantity Take-off Of The Various Categories Of Work Involved, Unit Of Measure, Quantities, Unit Cost, Overhead, Profit, Bond, And Project Management. All Cost Data Shall Be Taken From The Most Current Version Of A Recognized Industry Standard, E.g., Means Estimating Guides. For Items That Are Not In The Industry Standards, Vendor Quotes And Justification For Labor Hours Shall Be Provided. Construction Cost Estimates Shall Be Submitted With 30%, 60%, 90%, And 100% Design Reviews And For The Final Submission. As Part Of The Cost Estimating Effort, The A/e Shall Provide A Schedule Of Values Such That Discrete Elements Of The Specifications Are Identified And May Be Used In Negotiations With A Proposal Bidder. The Estimate Shall Also Include An Estimated Period Of Performance Of The Construction Based On A Cpm Schedule. submittal Register: The A/e Shall Develop A List Of All Uniquely Identified Submittals Required By The Specifications In Section 1 Of Each Individual Specification. The Register Should Include Specification Reference, And Item To Be Reviewed/approved And Correspond To The Submittal Requirements As Identified In The Specification Section Addressed In Paragraph Above. part Vi: Final Documents/reproduction: The A/e Shall Be Responsible For All Reproduction During Design; However, Only Materials Which Are Submitted To The Va For Design Reviews Shall Be Reimbursable. All Other Reproduction For In-house Reviews, Consultants, Etc. Shall Not Be Reimbursed. At The Completion Of Design, The A/e Shall Be Required To Print Up To Fifty (50) Construction Document Bid Sets On A Reimbursable Basis (to Be Supported By Invoice). Note That All Bid Administration Activities Will Be Performed By The Va Contracting Office. submission Due Dates: part I - Feasibility Study 60 Days From Ntp va Review 81 Days From Ntp part Ii - 30% Submission Due: 111 Days From Ntp va Review 132 Days From Ntp part Iii - 60% Submission Due: 162 Days From Ntp va Review 183 Days From Ntp part Iv - 90% Submission Due: 213 Days From Ntp va Review 234 Days From Ntp part V - 100% Submission Due: 264 Days From Ntp va Review 285 Days From Ntp note: The Va Will Have 21 Business Days To Review Each Submission. (feasibility Study, 30%, 60%, 90%, And 100%). The Va Review Period Begins When The Va Receives All Required Documents That Are To Be Submitted For Each Design Submission. A Delayed In Submissions On The A/e S Part Does Not Constitute A Reduction In The Va S Review Period But Will Be A Delay On The Part Of The A/e. The A/e Shall Attend A Design Review Meeting Following Each Va Review Of Each Submission. The A/e Is Responsible For Note Taking During The Meeting And Issuing Meeting Minutes Within 3 Business Days Of The Meeting To The Cor. provide Construction Period Services Which Shall Include The Following: bidder Site Visit: Participate And Facilitate This Site Visit In Conjunction With The Contracting Officer And Cor, Contractors, And Representatives Of The Building Committee As Needed. At This Meeting, Potential Contractors Will Walk The Site Limits To Discuss The Scope Of Work. pre-construction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer And Cor, Contractor, And Representatives Of The Building Committee As Needed. At This Meeting The Staging Area And Work Site Rules Shall Be Discussed Again With The Contractor (these Should Already Be Included In The Specifications). Contract Specifications Should Require A Cpm Construction Schedule Submitted Within 10 Business Days From The Notice To Proceed. submittal Review And Logs: Designer Shall Prepare And Maintain A Log Of Key Submittals And Of Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Business 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. response To Rfi S: The A/e Shall Be Responsible For Evaluating Rfi S To Determine If A Change Will Be Required. The A/e Shall Then Provide Recommendations To The Contracting Officer. Within 2 Business Days, The A/e Shall Provide In Writing The Information, Clarification Or Revision Material Needed To Properly Answer The Rfi And To Resolve The Issue. The A/e Shall Include A Cost/credit Estimate For Rfi S Which Result In A Change To Contract Cost. construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 10 Business Days) As Needed. monthly Site Inspections: Designer Shall Meet Monthly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. monthly Progress Meetings: In Conjunction With The Monthly Site Inspection, The 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. Minutes Of This Meeting Shall Be Issued Within 3 Business Days Of The Meeting. project Close Out: Designer Shall Receive Notice Of Intent For Final Inspection From The Contractor, And Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following The Final Inspection, 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. record Drawing Submission: Provide 2 Updated Set Of Drawings (30 X42 ) On Bond Marked As As-built Drawings That Include The Contractor S Mark-ups And An Electronic Copy Of These Updated Drawings (pdf And Autocad) On Cd-rom. period Of Performance design Completion: 285 Calendar Days; Includes Va Design Reviews. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 730 Calendar Days From Construction Award Date. total Contract Period: 1,195 Calendar Days. part B - Supplement B 1. Government Supplied: the Facility Record Drawings And Autocad Files Are Available For The Ae S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, It Is Emphasized That The Accuracy Of Facility Record Drawings Must Be Field Verified By The Ae. Prints Of Any Current As-built Drawings Shall Be Made Available To The Ae During Any Of His Site Visits If Requested. The Va Engineering Department Drawing Files, Large Size Copier And Paper Will Be Made Available For Use By The Ae For This Purpose. end Of 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: primary Selection Criteria (listed In Descending Order Of Importance): selection Criterion 1, Specialized Experience And Technical Competence specialized Experience And Technical Competence In The Design Of Medical Facility Emergency Power Systems In Medical Facility Buildings Of Similar Size (5+ Story Hospital) And Components As May Be Necessary To Achieve Project Goals. The Evaluation May Consider Other Elements Such As Project Phasing To Maintain Hospital Operations During Construction, Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. These Areas Shall Be Addressed In Section H Of The Sf 330. Additionally, Prior Experience Of The Prime And Key Subcontractors Working Together On Relevant Projects, As Indicated In Section G, Will Be Considered In The Evaluation. offeror Shall Provide A Minimum Of 3 (three) But No More Than 5 (five) Recent And Relevant Projects To Demonstrate Its Specialized Experience And Technical Competence. "relevant" Is Defined As Those Task Requirements Identified In The Rfq's Scope Of Work. "recent" Is Define As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: project Title, Location, And Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror 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. selection Criterion 2, Professional Qualifications the Architects And Engineers On The Firm's Staff Representing The Project Or Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications And Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Cost Estimation, And Project Management. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ______, [company] _______ Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. criterion 3, Capacity the Evaluation Will Consider The Firm S Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines. Provide The Available Capacity Of Required Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Provide A Draft Schedule Iaw The 264-calendar Day Period Of Performance Required For This Project. criterion 4, Past Performance on Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Please Utilize The Attached Ppq Document, If Needed. Cpars Data And Ppqs Do Not Count Toward The Page Limitation. Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, 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. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance-related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. criterion 5, Knowledge Of Locality include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Local Construction Methods, Construction Firms, And Trades Labor Availability, And Local Laws And Regulations. criterion 6, Construction Period Services experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. 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 selection Criterion 1, Specialized Experience And Technical Competence selection Criterion 2, Professional Qualifications criterion 3, Capacity criterion 4, Past Performance criterion 5, Knowledge Of Locality criterion 6, Construction Period Services please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Six (6) 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 Contracting Team: branch Chief: Vangie.miller@va.gov contract Specialist: Erica.manglona@va.gov contracting Officer: Alice.custis@va.gov no Later Than 10:00 A.m. Eastern Daylight Time On May 30, 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, #36c24625r0036 Replace And Upgrade Emergency Power Systems, Equipment, And Components, Project # 558-25-151 (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.). 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: branch Chief: Vangie.miller@va.gov contract Specialist: Erica.manglona@va.gov contracting Officer: Alice.custis@va.gov no Later Than 10:00 A.m. Eastern Daylight Time On May 16, 2025. attachments: sf 330 ~ Architect-engineer Qualifications. Sf 330 Is Prescribed For Use In Obtaining Information From Architect-engineer Firms Regarding Their Professional Qualifications, As Specified In 36.702(b)(1) And (b)(2). past Performance Questionnaire
Closing Date30 May 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Civil And Construction...+1Civil Works Others
Canada
Details: Division02-existing Conditions Division03-concrete Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division10-specialties Division11-equipment Division12-furnishings Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication Division28-electronic Safety And Security ***documents Are Available Through The Construction Association*** New Pnb Public Health Laboratory Centre Hospitalier Universitaire Dr-georges-l.-dumont Moncton, Nb 848-ha1 By478a Bid Depository Tender Closing Date January 14, 2025. Address All Inquiries To Architects 4 Limited 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time December 12, 2024 At 10:00 Am Contact Georges Cormier 506-850-9611 Pay Equity The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. The Women's Equality Branch Has Developed An Online Pay Equity Learning Module For Employers. To Complete The Module And Obtain Your Certificate Of Completion, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Others
France
Details: Animalerie du Pole Biologie - Building B1 - project management The Contract is part of a Project/program Financed by European Union Funds Required Skills: Architect, Fluid Design Office Specialty Animal House
Closing Date13 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Aerospace and Defence
United States
Details: Dry Combat Submersible (dcs) solicitation Number: Ussocom Rfi 2025 Dcs In-service Engineering procurement Type: Sources Sought title: Dry Combat Submersible In-service Engineering classification Code: C - Architect/engineer Services naics Code: 541330 - Engineering Services overview: this Is A Sources Sought Request Of Information (rfi) Notice Issued By The United States Special Operations Command (ussocom) On Behalf Of The Program Executive Office Maritime (peo-m); Program Manager Undersea Systems (pm-us) For Information And Planning Purposes Only Iaw Dfars Pgi 206.302-1(d). this Sources Sought Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred; And It Shall Not Be Construed As Any Commitment By The Government To Execute This Requirement. united States Special Operations Command (ussocom) Has A Need For A Follow-on Contract To Ussocom Idiq H92222-16-c-0096 With Lockheed Martin (lm) Corporation, Rotary And Mission Systems (rms), 100 E 17th St, Riviera Beach, Fl For The Continued Procurement Of Dcs Engineering Upgrades And Technical Reach-back Support. The Dcs Is Ussocom’s Current Solution For A Surface-launched, Dry, Diver Lock-in/lock-out (li/lo) Vessel Capable Of Inserting And Extracting Special Operations Forces (sof) And/or Payable Loads Into Denied Areas. Dcs Has Obtained Full Operational Capability (foc) With The Fielding Of Three Hulls, And Currently Has Outstanding Conditions On The Dcs Conditional Fielding & Deployment Release (cf&dr), Based On Approved User Requirements, Which The Dcs Program Management Office (pmo) Is Working To Fulfill Through Engineering Change Proposals. Future Capabilities Currently Underway Include Mid-water Column Li/lo With Anchors, Submerged Towing, And Hull Upgrades To Add Increased Capability And Decrease Weight. this Contract Will Be Executed Under The Authority Of Federal Acquisition Regulation (far) 6.302-1, Only One Source Can Satisfy The Agency's Requirements. This Determination Is Because Lm Corporation, Rms Is The Original Prime Contractor For Dcs Production And Integration. Again, This Contract Will Be A Follow-on Contract To Ussocom Idiq H92222-16-c-0096 Which Is Currently Set To Expire In June 2025. All The Products To Be Included In This Follow-on Contract Are Either Continuation Of Design, Development, And Integration Efforts That Ussocom Has Previously Invested In The Testing, Integrating, Certifying And Ultimately Fielding Under This Current Contract. All Future Technology Enhancements To Dcs Will Be Designed And Manufactured To Meet International Association Of Classification Societies (iacs) Classification Requirements. the Government Contemplates Award Of Contract For Five One-year Ordering Periods With A Maximum Ceiling Value Not Yet Determined. per Far 5.207(c)(16)(ii), All Responsible Sources May Submit Additional Capability Statements That Will Be Considered By The Agency. Any Party Responding To This Notice Shall Send Clear, Factual Documentation Demonstrating Their Ability To Execute These Requirements. note: Proprietary Information And Trade Secrets, If Any, Must Be Clearly Marked On All Materials. All Information Received That Is Marked Proprietary Will Be Handled Accordingly. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. note: Capability Statements Must Also Demonstrate The Ability To Provide Alternate Capabilities That Not Only Meets All The Key Capabilities Of The Lm Rms Capabilities Listed Above And Possesses The Required Level Of Technical Expertise, But Also Offers Increased Capabilities That Outweigh The Substantial Duplication Of Cost To The Government And Significant Delays In Fulfilling Our Mission Requirements That Would Be Associated With Introducing Alternate Capabilities At This Time On A Competitive Basis. submission Instructions: submission Package Is Limited To Five (5) Pages. format: Responses Should Be Formatted To Print Out Legibly As Follows: A) Paper Size 8.5 X 11-inch Paper; B) Margins 1”; C) Spacing – Single; D) Font – Times New Roman, 12 Pt And E) Microsoft 2010 Or Later And Or Pdf Format. cover Page Should Include Company Name, Mailing Address, Physical Address If Different From Mailing Address, Business Size Standard In Accordance With Small Business Administration (sba) Standards, And Company Point Of Contact Information. do Not Include Company Marketing Material, Corporate Profiles, Personnel Resumes Or Duplicate Material From A Corporate Website. response Shall Be Submitted Via Email Only To Mr. Josh Myers At Joshua.t.myers.civ@socom.mil And No Later Than 9 May 2025, 1400, Est. notice Of Intent To Utilize Government Support Contractors: Respondents Attention Is Directed To The Fact That Contractor Personnel May Provide Advice And Support Reviewing Responses. When Appropriate, Contractor Personnel May Have Access To Response Packages And May Be Utilized To Objectively Review Information And Provide Comments And Recommendations To The Government. They May Not Make Decisions Or Establish Final Assessments. All Advisors Shall Comply With Procurement Integrity Laws And Shall Sign Non-disclosure And Rules Of Conduct/conflict Of Interest Statements. The Government Shall Take Into Consideration Requirements For Avoiding Conflicts Of Interest And Ensure Advisors Comply With Safeguarding Proprietary Data. Responses To The Rfi Constitutes Approval To Release The Submittals To Government Support Contractors. this Is A Request For Information Only And May Or May Not Result In The Issuance Of A Request For Proposals (rfp), If You Choose To Submit Proprietary Information, Mark It According To Your Company Specifications.
Closing Date9 May 2025
Tender AmountRefer Documents 

Rapides Parish School Board Tender

Civil And Construction...+1Building Construction
United States
Details: Advertisement - Invitation To Bid Sealed Bids Will Be Received In The Purchasing Department Of The Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 Until 2:00 Pm, Thursday, May 15, 2025 For: Construction Of Multi-purpose Building At Ball Elementary (bid 11-25-05) After Stamping To Acknowledge Timely Receipt, The Bids Will Be Publicly Opened And Read By The Executive Committee And/or Staff Of The Rapides Parish School Board. Sole Responsibility For Proper Delivery Of Bid Is That Of The Bidder. Any Offer Received After Closing Time (2:00 Pm, Thursday, May 15, 2025) Will Be Returned Unopened. Technical Specification And Drawings: Specifications And Drawings May Be Obtained From: Ashe, Broussard, Weinzettle Architects, 301 Jackson Street, Suite 205, Alexandria, La 71301; Telephone: 318-473- 0252 Upon Deposit Of One Hundred Dollars And No/100 ($100.00) For Each Set Of Documents. The Full Deposit Of The First Set Of Hard Copy Bid Documents Is Fully Refundable To All Bona Fide Prime Contractors Submitting A Quote Upon Return Of The Documents, In Good Condition, No Later Than Ten (10) Days After Receipt Of Quotes. The Deposit Of Additional Sets Issued To Prime Contractors And For Subcontractors Is 50% Refundable After Return Of Quote Documents In Good Condition, No Later Than Ten (10) Days After Receipt Of Quotes. Documents Are Also Available In Pdf At No Charge. Specifications And Bid Forms Are Also Available At Www.centralbidding.com; Fees May Be Associated With The Use Of This Site. All Bids Must Be Accompanied By An Original Bid Security Equal To Five (5%) Of The Total Amount Bid And Must Be In The Form Of A Bid Bond Written By A Company Licensed To Do Business In The State Of Louisiana. There Will Be A Non-mandatory Pre-bid Meeting On Wednesday, May 7, 2025 At 1:00 Pm At Ball Elementary School, Front Office. Award Will Not Be Made On The Date Of The Bid Opening, But Will Be Awarded By The School Board At A Later Meeting. Subject To The Provisions Of R.s. 38:2211, Et Seq., The Rapides Parish School Board Reserves The Right To Reject Any Or All Bids For Just Cause. Each Bidder, Shall Submit With Their Bid Satisfactory Evidence That They Have Complied With The Requirements Of The La Contractor's Licensing Law, Louisiana R.s. 37:2150, Et Seq., And Are Fully Qualified To Enter Into Contract With The Rapides Parish School Board. Bid Envelopes Shall Be Marked "construction Of Multi-purpose Building At Ball Elementary– Bid # 11-25-05” And Delivered To: Purchasing Department Rapides Parish School Board 619 Sixth Street Alexandria, Louisiana 71301 By /s/ Ms. Elizabeth A. Domite, Cpa, Cgma, Clsba, Cgfo /t/ Ms. Elizabeth A. Domite, Cfo Rapides Parish School Board Publication Dates: April 16, 2025 April 23, 2025 April 30, 2025
Closing Date15 May 2025
Tender AmountRefer Documents 

Concepcion Water District Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Request For Proposal: Date: Jan. 13, 2025 Quotation No.: Rfp-25-01-003 Request For Expression Of Interest: The Concepcion Water District, Through The Corporate Budget For The Contract Approved By The Governing Boards For The Year 2025 Intends To Apply The Sum Of Four Hundred Eighty-five Thousand Eighty-six Pesos [php485,086.00] Only, Being The Approved Budget For The Contract (abc) For The Construction Of Pump House With Genset Area At Sta. Rita Pumping Station, Concepcion, Tarlac. 1. Proposals Received In Excess Of The Abc Shall Be Automatically Rejected; 2. Prospective Bidders Should Have Experience To Undertake A Similar Project Within The Last Five Years With An Amount Of At Least 50% Of The Proposed Project For, And Have Key Personnel And Equipment Available For The Execution Of The Project; 3. The Concepcion Water District Now Calls For The Submission Of Quotations/proposals And Eligibility Documents For The Project. Interested Contractor Must Submit Their Quotations/proposals And Eligibility Documents On Or Before Jan. 17, 2025, 10:00 Am At Concepcion Water District, San Jose Concepcion, Tarlac Or Through Email: Concepcionwaterdistrict@yahoo.com; 4. The Bac Shall Draw Up The Short List Of Contractor From Those Who Have Submitted Expression Of Interest (quotation/proposal) And Have Been Determined As Eligible In Accordance With The Provisions Of Ra 9184, Otherwise Known As The “government Procurement Act” And Its Implementing Rules And Regulations (irr); Bidding Will Be Conducted Through Alternative Mode Of Procurement Through Small Value Procurement Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184; 5. The Concepcion Water District Reserves The Right To Reject Any And All Proposals, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders; Terms And Conditions: 1. Mobilization: Asap 2. Completion Of Works Must Be Within One Hundred Twenty (120) Calendar Days Upon Mobilization. 3. Payment Terms: Within Thirty (30) Days After Satisfactory Completion Of The Project. 4. Any Additional Materials Necessary To Complete The Project That Are Not Listed In The Bill Of Materials Shall Be Provided By The Contractor At Their Own Expense. 5. The Contractor Shall Be Responsible For Submitting The Building Permit Application And Covering All Associated Fees. 6. Prices Are Inclusive Of 7% Gov’t Tax (to Be Deducted Upon Payment, Bir Tax Cert. 2307 Is Issued. 7. Must Have A Minimum Of Five (5) Years In Construction And Carpentry Works. 8. Accomplishment Report Must Be Submitted By The Contractor. 9. Others/documentary Requirements: A. Mayor’s/business Permit Must Be Submitted By The Contractor; B. Philgeps Registration No./platinum Member; C. Updated Dti For Single Proprietor & Updated General Information Sheet For Corporation; D. Annual Income Tax/business Tax Return, Paid Thru Efps Shall Be Accepted. E. Conduct Site Inspection And Provide Detailed Bill Of Materials. F. Attached Drawings/sketch G. Building Plans Duly Signed By Professional Electrical Engineer And Architect. For Further Information, Please Refer To: Approved By: Sgd. Sgd. Ernien Dale C. Mercado Engr. Andrew T. Pablo Bac Secretariat Bac-chairperson Project: Construction Of Pump House With Genset Area Location: Brgy. Sta. Rita Concepcion, Tarlac. Title: Cost Estimate I. Estimate And Bill Of Materials For Pump House Item No. Scope Of Work Qty Unit Materials Labor Total Cost Unit Cost Sub Total Unit Cost Sub Total 1 Excavation/backfilling 3 Cu.m 2 Fill Materials And Compaction 2 Dt/l 3 Sand 3 Dt/l 4 3/4 Crushed Gravel 5 Cu.m 5 Portland Cement 194 Bags 6 Deformed Bar 9mm X 6m 80 Pcs 7 Deformed Bar 10mm X 6m 134 Pcs 8 Deformed Bar 12mm X 6m 64 Pcs 9 Gi Tie Wire #16 26 Kgs 10 Concrete Hollow Blocks (chb 5" Thk) 1620 Pcs 11 Formworks 28 Sq.m 12 Scaffoldings 1 Lot 13 Steel Door With Steel Jamb And Accessories 1-0.80 X 2.10 1 Set 14 Steel Door With Steel Jamb And Accessories 2-0.70 X 2.10 1 Set 15 Window Glass Jalousies 1 Lot 16 Steel Trusses (includes Genset Steel Trusses) 1 Lot 17 Rib-type Long Span Roofing (includes Genset Roofing) 1 Lot 18 Hardiflex Ceiling On Metal Furring (interior) 20 Sq.m 19 Spandrel Eaves Ceiling (outside) 22 Sq.m 20 Gi Pipe 3" S-40 (genset) 1 Pc 21 2" X 2" Steel Matting Doubled W/ 1/2" X 1/2" Hd Wire Mesh Framed With 1-1/4" Gi Pipe 243 Sq.ft 22 Painting Works: (inside And Outside) -wall -ceiling 1 Lot Sub-total Grand Total Submitted By: Contractor/service Provider’s Name: _________________________________________ _________________________________ Authorized Signature Over Printed Name Date: __________________
Closing Date17 Jan 2025
Tender AmountPHP 485 K (USD 8.3 K)

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

Others
United States
Details: 2/21/2025 this Requirement Is Now Set Aside Forsmall Disadvantaged Business (sdb) Concern's Only Due To Additional Market Research Performed. Responses Recieved From Other Small Business Socioeconomic Groups Will Not Be Accepted. -------------------- the U.s. Department Of Agriculture (usda), Animal And Plant Health Inspection Service (aphis), Seeks A Contract With A Small Business Firm For Surveying Services For Its Cattle Fever Tick Eradication Program (cftep) In Starr County And Cameron County, Texas. This Acquisition Is Being Procured In Accordance With 40 Usc 1103, As Implemented In Far Subpart 36.6. background: cftep Is Charged With Controlling The Spread Of Cattle Fever Ticks (cft) That Can Infect Cattle With Bovine Babesiosis. This Infection Can Lead To A Negative Impact On The Cattle Business And Result In An Infestation Of Local Ranches. Cft Are Not Exclusive To Cattle. These Ticks Have Also Found Suitable Hosts In White-tailed Deer And Several Exotic Ungulates, Including Nilgai Antelope. aphis Is Concerned About The Role Of White-tailed Deer And Nilgai Antelope In Spreading Ticks In The Area. Deer Can Serve As An Effective Cft Host And Distribute Engorged Female Ticks Within Their Core Areas And Home Ranges. Hunter-killed White-tailed Deer, Infested With Southern Cattle Ticks, Were Located On Properties That Had Been Vacant Of Cattle For About 10 Years. Free-ranging Nilgai In Cameron County Are Also Hosts Of The Cft. Nilgai Have Large Home Ranges, Up To 75,000 Acres. requirement: cftep Will Fund Construction Of Game Fencing On Private And U.s. Fish And Wildlife Service Refuge Property Located In Rural Areas Of Cameron And Starr Counties. Fencing Will Be A Minimum Of 8 Feet High And Installed In Areas To Prevent Access Of Cft Host Wildlife In Tick-free Areas. The High-game Fence Will Not Obstruct Public Or Private Access Roads Or Driveways, Not Be Installed Through Township Areas, Nor Be Installed Across Water Resources, Including Streams And Arroyos. It Is Intended That Surveying And Construction Staking Will Coincide With The Award And Performance Of The Fence Construction Contract. firms That Meet The Requirements Described In This Announcement And That Are Registered With The Texas Board Of Professional Engineers And Land Surveyors Are Invited To Submit A Standard Form 330, Architect-engineer Qualifications, Parts I And Ii, To Kimyen.n.tu@usda.gov. Please Include Your Uei. following An Evaluation Of The Qualifications And Performance Data Submitted, Three Of The Most Highly Qualified Firms Will Be Chosen For Negotiation. Selection Of Firms For Negotiation Will Be Made In Order Of Preference Based On Demonstrated Competence And Qualifications Necessary To Satisfy The Performance In Accordance With The Specific Selection Criteria Listed In This Announcement. the Naics Code For This Acquisition Is 541370, Surveying And Mapping (except Geophysical) Services, Which Has A Small Business Size Standard Of $19m. The Wages And Benefits Of Service Employees (see Far Subpart 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act. To Be Eligible For Contract Award, A Firm Must Be Registered In The System For Award Management. firms Must Demonstrate The Ability To Meet The Selection Criteria Listed Below In Descending Order Of Importance. (1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services. firms Shall Submit Resumes Of Its Key Personnel. Each Resume Shall Include A Minimum Of Three Specific Completed Projects That Best Illustrate The Individual Team Member’s Experience Relevant To This Contract Scope. Each Firm Must Provide A Brief Description Of Its Ability To Perform The Work Described In The Scope. This Description Must Describe The Work On Previous Projects Similar In Size And Scope, The Personnel Available To Support The Project, And The Nature Of The Firm’s Primary Business And Facilities. The Firm Shall Propose Their Recommended Approach For Meeting The Scope. (2) Specialized Experience And Technical Competence In The Type Of Work Required. provide A Detailed Narrative Of Up To Five Relevant Projects Completed Within The Last Five Years That Best Illustrate Overall Team Experience Relevant To This Contract Scope. (3) Capacity To Accomplish The Work In The Required Time. in Narrative Form, Discuss The Proven Ability To Accomplish The Work In The Required Time. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. (4) Location In The General Area Of The Project And Knowledge Of The Locality Of The Project. the A&e Firm Must Be Registered With The Texas Board Of Professional Engineers And Land Surveyors. Describe The Ability To Travel To Cameron County Upon Request Or Necessity. (5) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. provide A Written Narrative That Discusses The Firm’s Ability To Work With Government Entities Or Similar Relevant Experience With Other Entities. Provide A Copy Of All 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 No Documentation Exists, So State. Provide Owner Points Of Contact: Name, Title, Address, Telephone Number, E-mail, And Copies Of Awards And Letters Of Appreciation/commendation As Desired. firms Responding To This Announcement Before The Closing Date Will Be Considered For Selection. Email Transmissions Will Be Accepted. Please Note The File Size May Delay Receipt Of Your Submission. Solicitation Packages Are Not Provided. This Is Not A Request For Proposals.
Closing Date3 Mar 2025
Tender AmountRefer Documents 
1801-1810 of 1998 archived Tenders