Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Page 2 Of 2
description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025.
scope Of Work:
intent
provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding. Â
The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures.
design Efforts Shall Include:
conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards.
utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope.
provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include:
provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor.
make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage.
examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible.
examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue.
provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required:
a/e Satisfy The Following Milestones:
schematic Design (30%)
drawings
outline Specifications And A Draft Of The Submittal Register
construction Cost Estimate
design Development Review Meeting
final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set.
drawings
full Specifications And The Submittal Register
construction Cost Estimate
design Development Review Meeting
construction Documents (100%)
drawings
full Specifications
construction Cost Estimate
construction Documents Review Meeting
.
the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes.
national Cad Standards And Standard Details Pg-18-4
vha Program Guide Pg-18-3
va Master Construction Specifications Pg-18-1
h-18-8 Seismic Design Requirements
sanitary Design Manual For Hospital Projects
pg-18-13 Barrier Free Design Handbook
nfpa Codes
design Manuals Pg-18-10
cultural Resource Management D-7545 & H-7545
government-furnished Record Drawings (a/e To Field Verify Conditions)
pg-18-15 A/e Submission Requirements.
pg-18-12 Design Guides (graphical, By Function)
pg-18-14 Room Finishes, Door, And Hardware Schedules
facility Guidelines Institute (fgi)
american Institute Of Architects (aia)
a/e Shall Address The Following Items In The Design:
estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal.
access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process.
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer.
the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions:
one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings.
two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications.
two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations.
provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule.
in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above:
brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times.
list Of Sole Source Items With Justification (if Applicable).
list Of Or-equal Items With Justification (if Applicable).
schedule:
overall Period Of Performance: 210 Days From The Notice To Proceed.
site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed.
schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided.
the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed.
any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay.
evaluation Factors For Award
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows:
part I Technical Capability
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors:
specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date.
professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As
appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity.
knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area.
design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal.
experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates.
part Ii Past Performance
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance.
past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects.
part I Technical Capability
first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating.
evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses.
very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies.
satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal
lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies.
sub-factor 1 Specialized Experience And Technical Competence
criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment.
minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information:
project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc).
project Owner And Name And Telephone Number Of Owner S Contact Person.
indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc.
project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s).
project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received.
sub-factor 2 Professional Qualifications
criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project:
project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above.
electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above.
mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above.
civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above.
architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above
bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software.
other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above.
all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above:
name And Title
project Assignment
name Of Firm With Which Associated
sub-factor 3 Capacity
criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule.
minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides:
offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements.
sub-factor 4 Knowledge Of The Locality
criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center).
minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides:
firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center
sub-factor 5 Design Quality Control Plan
criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award.
minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides:
a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities.
the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope.
sub-factor 6 - Experience In Construction Period Services
criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates.
minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided.
part Ii Past Performance
next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses.
very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies.
satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal
lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies.
note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating.
criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp.
recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated.
relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance.
minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp.
-- End Of Item 8. Evaluation Criteria --
release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein.
upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects.
the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6.
if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00.
the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other.
projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order.
all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas:
the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents.
design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments.
designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat.
projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements.
although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development.
capability Statement
all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement.
the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information:
1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address.
2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities.
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above.
please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns.
the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms.
this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received.
please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025.
please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
Closing Date3 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Civil Works Others
Germany
Description: Contract Notice – General Guideline, Standard Rules Negotiated Procedure With Prior Publication of a Call for Competition/Negotiated Procedure (Services) Erzhausen, Investor Selection Procedure for Residential Area - The Four Morgen Erzhausen, Investor Selection Procedure "The Four Morgen" - Land Sales with Construction Obligations in Two Lots. The scope of the tender includes an overall planning concept, an implementation concept, and a purchase price offer for each lot. Lot 1: 3 building plots with a total area of approximately 9,600 m² (see A-03 "exposé", p. 15 ff.). Project Description: The municipality of Erzhausen is planning an open and green residential area called "The Four Morgen" in the northeast of the municipality, immediately west of the railway line between Frankfurt and Darmstadt. The planned residential area will complete the residential development in the northeast of the municipality of Erzhausen and round off the outskirts of the town. A total of approximately 310 new residential units for approximately 710 residents are to be built on approximately 6.4 hectares. Of these, approximately 200 residential units can be constructed in multi-family dwellings (multi-story apartment buildings), of which at least 52 units must be socially subsidized in accordance with the Housing Promotion Act. Furthermore, a new daycare center will be built within the residential area. A central neighborhood park with a playground and the adjacent natural areas offer opportunities for local recreation. The goal of the municipality of Erzhausen is to create affordable and subsidized housing, particularly for families and low-income individuals. The aim is to create an attractive residential area with a wide range of different housing options. The S-Bahn station directly adjacent to the residential area provides excellent connections to the Rhine-Main area's public transport network (Frankfurt Südbahnhof in 19 minutes, Darmstadt Hbf in 8 minutes). The municipality of Erzhausen is therefore also part of the Greater Frankfurt Arc (https://www.grosser-frankfurter-bogen.de). As part of the investor selection process, buyers for the plots for the development of multi-story residential buildings within the new residential area "Die Vier Morgen" (The Four Morgen) are to be identified (bidding process with a preliminary competitive tender). The plots in question will be sold through a concept award. In the concept award, in addition to the purchase price offer, the quality of the usage, operational, and development concept, taking into account the specified ecological, social, housing, and urban development criteria, will be considered in the evaluation of the offers. The purchase price plays a subordinate role. To ensure quality, the contract awarding authority's selection committee is supported by renowned external experts (architects and urban planners). Based on the urban development concept of the Darmstadt Planning Group, the municipality has already developed a development plan. The "Die Vier Morgen" development plan was approved by the municipal council on September 16, 2019 (see A-03-1). +++ A phased commissioning process is planned. The individual project stages will be commissioned successively as the project progresses. Should the client decide to terminate the project after completion of one project stage, no further commissioning will be carried out. The contractor has no right to commission further project stages. Lot 2: 2 building plots with a total area of approximately 5,400 m² (see A-03 "exposé", p. 15 ff.) Project description: The municipality of Erzhausen is planning an open and green residential area called "Die Vier Morgen" (The Four Mornings) in the northeast of the municipality, immediately west of the railway line between Frankfurt and Darmstadt. The planned residential area will complement the residential development in the northeast of the municipality of Erzhausen and round off the outskirts of the town. A total of approximately 310 new residential units for approximately 710 residents are to be built on approximately 6.4 hectares. Of these, approximately 200 residential units can be constructed in multi-family dwellings (multi-story apartment buildings), of which at least 52 units must be socially subsidized in accordance with the Housing Promotion Act. In addition, a new daycare center will be built within the residential area. A central neighborhood park with a playground and the adjacent natural areas offer opportunities for local recreation. The goal of the municipality of Erzhausen is to create affordable and subsidized housing, especially for families and low-income individuals. The aim is to create an attractive residential area with a wide range of different housing options. The S-Bahn station directly adjacent to the residential area provides excellent connections to the public transport network in the Rhine-Main area (Frankfurt Südbahnhof in 19 minutes, Darmstadt Hbf in 8 minutes). This also makes the municipality of Erzhausen part of the Greater Frankfurt Arc (https://www.grosser-frankfurter-bogen.de). As part of the investor selection process, buyers for the plots for the development of multi-story residential buildings within the new "Die Vier Morgen" residential area are to be identified (bidding process with a preliminary competitive tender). The plots in question will be sold through a concept award. When awarding the concept, in addition to the purchase price offer, the quality of the usage, operational, and development concept, taking into account the specified ecological, social, housing, and urban planning criteria, will be considered in the evaluation of the offers. The purchase price plays a subordinate role. For quality assurance, the awarding authority's selection committee will be supported by renowned external experts (architects and urban planners). Based on the urban development concept of the Darmstadt Planning Group, the municipality has already developed a development plan. The "Four Morgen" development plan was approved by the municipal council on September 16, 2019 (see A-03-1). +++ A phased commissioning is planned. The individual project stages will be successively commissioned as the project progresses. Should the client decide to terminate the project after completion of one project stage, no further commissioning will be made. The contractor has no right to commission further project stages.
Closing Date13 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Presolicitation Notice
presolicitation Notice
page 3 Of 3
presolicitation Notice
*=required Field
presolicitation Notice
page 1 Of 3
subject*
a/e Prevent Legionella And Scalding
general Information
contracting Office S Zip Code*
23249
solicitation Number*
36c24625r0033
response Date/time/zone
05-23-2025 3:00 Pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
place Of Performance
department Of Veterans Affairs
fayetteville Va Medical Center
2300 Ramsey Street
fayetteville North Carolina
postal Code
28601
country
usa
contact Information
contracting Office Address
department Of Veterans Affairs
network Contracting Office 6
1201 Broad Rock Blvd
richmond Va 23249
point Of Contact*
contract Specialist
michael Proctor
michael.proctor2@va.gov
no Telephone Inquiries Will Be Accepted
additional Information
agency S Url
https://www.va.gov/
url Description
department Of Veterans Affairs
agency Contact S Email Address
michael.proctor2@va.gov
email Description
michael Proctor, Contract Specialist
this Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
this Is Not A Request For Proposal. This Is A Request For Sf 330's Architect- Engineer Qualification Packages Only.
public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract.
at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation)
general Information:
the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project # 565-25-151, Prevent Legionella And Scalding Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301.
the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73.
the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project.
point Of Contact: Michael Proctor, Contract Specialist Email: Michael.proctor2@va.gov
project Information:
project No. 565-25-151
project Title: Prevent Legionella And Scalding
fayetteville Va Medical Center
2300 Ramsey Street
fayetteville, North Carolina 28301
the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or 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:
i. General Intent:
this Project Shall Correct Known Issues As Well As Investigate And Design Corrective Measures Required To Ensure Prevention Of Scalding Incidents And The Prevention Of Legionella Developing In Buildings Or On This Facility As A Whole.
ii. Scope Of Work:
correct Old Water Main Dead-end(s) Underneath Parking Lot #1 Stemming From Old Water Tower Location.
create Revit Model Of The Facility Existing Domestic Water System (cold And Hot) With All Valves, Devices, Tanks, Sensors, Pumps, Back Flow Preventors, Strainers, Filters, Biocide Dosing, Sampling Ports, Etc.
using Above Model Create Schedules For All Valves And Devices.
using Above Schedules Identify Labeling Requirements For The Entire System Components And Piping.
use The Revit Model To Put Both Domestic Cold Water And Domestic Hot Water Systems On The Existing Facility Building Automation System (bas). Accomplish All Graphics Per Existing Campus Standard. Accomplish All Bas Programming For Tracking Flow, Temperatures, Pumps, Valves, Etc.
perform Trending Analysis Of The Bas Data To Identify Circumstances Where Domestic Hot Water System Is Not Performing Per Requirements.
develop Design To Correct Item A; Design Plan To Accomplish Item C For Changing Out/installing Printing And Hanging Schedules In All Mechanical Spaces Per Design; Design Plan For Item D For A Contractor To Accomplish All Labeling And Tagging Requirements Per Schedules/design/bas; Design Plan To Correct Issues Identified Via Trending Analysis Item F.
the Design Team Shall Evaluate And Document The Existing Hot And Cold Domestic Water Systems. This Includes All Plumbing [hot And Cold] Water Systems, Cooling Towers, Decorative Fountains, Humidifiers, And Misting Systems And All Process Water Systems. Anything Fed By Or Connected To And Supplied By Domestic Water That Could Link To Potable Water Is The Most Critical.
design Shall Address Base With Options In The Concept/development Phase.
the Design Team Shall Provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Construction Scope Of Work, Construction Cost Estimates, Submittal Register, Basic Outline Of A Construction Schedule.
efforts Include Concept/developmental Drawings, Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Basic Estimated Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel.
design Drawings Shall Have Va Engineering/contracting Reviews At All Stages. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor Before The Va Will Accept A Final Design.
iii. Materials Provided To Ae After Award:
plans:
existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The Ae To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae.
specifications, Standards, Etc:
the Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. Ensure Compliance With Local, State, And Federal Guidelines Such As:
ashrae Standard 188-2018: Legionellosis: Risk Management For Building Water Systems.
cdc For Legionella Control In Water Systems. Osha Technical Manual. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes:
master Construction Specifications (pg-18-1)
design And Construction Procedures (pg-18-3)
standard Details And Cad Standards (pg-18-4)
equipment Guide List (pg-18-5)
space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9)
design Manuals (pg-18-10)
design Guides (pg-18-12)
barrier Free Design Guide (pg-18-13)
room Finishes, Door, And Hardware Schedules (pg-18-14)
minimum Requirements For A/e Submissions (pg-18-15)
environmental Planning Guidance (pg-18-17)
national Electric Code
life Safety Codes
government-furnished Record Drawings (ae To Field Verify Conditions)
national Fire Protection
underwriters Laboratory
iv. Design Requirements: The A/e Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project.
general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements.
this Project Requires The Ae To Accomplish A Comprehensive Site And System Assessment To Identify High-risk Water Systems And Vulnerabilities.
the Project Shall Be Designed With Viable Options/deductive Alternates Equal To Or Less Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer).
construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts.
construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor.
meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content.
contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.).
specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt.
construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt.
submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc.
v. Review Requirements And Time Frames
kick-off And Developing Initial Design Package
expectation Is For The Ae To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site.
preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For The Prevention Of Legionella. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative.
the Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The System To Minimize Water Stagnation And Dead Legs In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record.
design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals.
discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal.
every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval.
35% Review: Preliminary Design Documents.
customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope.
schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format.
design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred.
provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf).
preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred.
cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred.
project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval.
these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases.
65% Review: Design Development Dd-1
provide 65% Level Of Efforts For All Disciplines Required.
one (1) Arch E (30 X42 ) Copy Of Work Completed To Date.
one (1) Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward.
provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level.
95% Review: Design Development Dd-2
this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements.
one (1) Arch E (30 X42 ) Copy.
one Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward.
provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package.
this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs.
final Submission: Construction Documents (cd):
all Drawings And Documents Shall Indicate Issued For Construction.
va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors.
two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings.
two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided.
two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates.
two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work.
two (2) Printed Copies Of The Submittal Register.
two (2) Printed Copies Of The Template Construction Schedule.
two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process.
electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book.
vi. Schedule
design Kick-off And Issuance Of Notice Of Award. This Meeting Is Expected To Take Place Within 10 Calendar Days Of Notice To Proceed.
concept Design And Bas Entry/programming Plans Submission Due 21 Calendar Days From Receipt Of The Notice To Proceed.
concept Design And Bas Programming Plan Review Comments Due 21 Calendar Days From Receipt Of Concept Design/bas Plan Submission.
35% Schematic Design Submission Due 30 Calendar Days From The Concept Design Review. Bas Graphics And Programming May Begin If Va Approves This Plan.
a&e Will Need The Trending Data To Complete Any Design For Correction Of Domestic Water System Issues That Identifies But Can Proceed With Design Efforts For Known Issues. This Below Schedule Is An Estimate Only And Revisions To The Actual Design Schedule Will Be As Approved By The Va Cor As Needed.
35% Schematic Design Submission Review Comments Due 14 Calendar Days From Receipt Of 35% Design Submission.
65% Design Development Submission Due 45 Calendar Days From Return Of 35% Schematic Design Submission Review Comments.
65% Design Development Submission Review Comments Due 14 Calendar Days From Receipt Of 65% Design Submission.
95% Design Development Submission Due 30 Calendar Days From Return Of 65% Design Development Submission Review Comments.
95% Design Development Submission Review Comments Due 14 Calendar Days From Return Of 95% Design Development Submission Review Comments.
100% Final Design ( Issued For Construction ) Submission Due 14 Days From Receipt Of 95% Design Development Submission Review Comments.
total Calendar Days From Notice To Proceed To 100% Final Design Submission: 213 Days.
period Of Performance
design Completion: 213 Calendar Days; Includes Va Design Reviews.
procurement Timeline: 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: 365 Calendar Days (12 Months) From Date Of Construction Award.
total Contract Period: 758 Calendar Days
vii. Construction Services (starts Once Construction Notice To Proceed Is Issued)
preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process.
biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 12 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections).
construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed.
submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals.
weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting.
project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track
inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal.
project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur.
release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein.
project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner.
upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats.
1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All.
1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All.
viii. Cad Requirements:
drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided.
delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer.
naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines.
design Shall Comply With Va Guidelines And Specifications. Design Manuals And Specifications Can Be Found At Http://www.cfm.va.gov/til/. Design Shall Also Meet All Applicable Codes And Standards. Proposed Work Is Located At Fayetteville Va Medical Center.
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):
specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings.
other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above.
Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following:
project Title, Location And Detailed Narrative Describing The Scope Of 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
contract Number Associated With The Project.
section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects.
the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
1. The Management Approach
2. The Coordination Of Disciplines And Subcontractors
3. Quality Control Procedures, And
4. Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards.
professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals
licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The State Where The Project Is Located.
key Positions And Disciplines Required For This Project Include But Are Not Limited To:
1. Architect (leed Certified)
2. Cadd Technician
3. Structural Engineer
4. Geotechnical Engineer
5. Civil Engineer
6. Electrical Engineer
7. Environmental Engineer
8. Fire Protection Engineer
9. Industrial Hygienist
10. Mechanical Engineer
11. Plumbing
12. Project Manager
13. Quality Assurance
14. Physical Security Specialists
15. Registered Communications Distribution Designer (rcdd)
16. Commissioning Agent
17. Cost Estimator
the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections.
experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission.
evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330.
knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below.
secondary Selection Criterion*:
geographic Location: Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/).
* The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission.
the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.:
selection Criteria
specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings.
professional Qualifications Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications.
experience In Construction Period Services
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
capacity To Accomplish Work In The Required Time.
knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations.
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 Michael.proctor2@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 23, 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, #36c24625r0033 Prevent Legionella And Scalding, Project #565-25-151 (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.).
6) References Noted In Selection Criteria 4
the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings.
each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75.
electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s.
vendor Questions:
all Questions Shall Be Submitted To Michael.proctor2@va.gov And Angelo.harris@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 7, 2025.
attachments:
sf 330
past Performance Questionnaire
Closing Date23 May 2025
Tender AmountRefer Documents
Binangonan Central Elementary School Tender
Others
Philippines
Details: Description Rfq No.: Rfq-2025-01-001 Request For Quotation The Binangonan Elementary School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra) Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery To Binangonan Elementary School Of Supplies For 1st Quarter Php 476,384.00 Delivery Date: 3 Working Day Upon Receipt Of Purchase Order Delivery Venue: Binangonan Elementary School Jp Rizal St., Brgy Layunan, Binangonan Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Calculated And Responsive Quotation For The Subject Item(s) Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (3 Certified Photocopy) 1. Latest Mayors’ Permit 2. Philgeps Registration Number 3. Notarized Omnibus Sworn Statement (original) 4. Latest Income And Business Tax Returns 5. Dti Or Sec 6. Tax Clearance 7. Price Quotation A Complete Set Of Quotation Form Shall Be Acquired By Interested Bidders At Binangonan Elementary School Official Facebook Page And Philgeps Website From January 02, 2025 To January 05, 2025 (weekdays Only) From 9:00 Am To 3:00 Pm And January 06, 2025 From 9:00 Am To 12:00 Pm Only. Quotations / Proposals And Documentary Requirements May Be Placed In Sealed Expandable Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 06, 2025, 12:00 Pm. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 06, 2025, 01:00 Pm At Binangonan Elementary School-admin Office, Jp Rizal St., Brgy Layunan Binangonan Rizal. Please Quote Your Lowest Gross Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed Envelope To: Contact Person : Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Elementary School Contact Nos. : 09568827039 Place Of Submission : Binangonan Elementary School The Binangonan Elementary School – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Binangonan Elementary School – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Al Jefferson A. Bolante Bids And Awards Committee, Head Secretariat Department Of Education – Division Of Rizal- Binangonan Elementary School J.p. Rizal St. Brgy. Layunan, Binangonan, Rizal Email Address: Aljefferson.bolante@deped.gov.ph Contact No.: 09568827039 Melanie A. Mariano Bac Chairperson Annex A Price Quotation Form Date: Bac Chairperson Binangonan Sub-office Jp Rizal St., Layunan Binangonan Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Lot 1 Unit Item Description Quantity Unit Cost Total Cost Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Amount In Words The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, Name / Signature Of Representative Name Of Company Contact No. Annex B Technical Specifications I Hereby Certify To Comply And Deliver All The Above Requirements: Unit Item Description Quantity Statement Of Compliance Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. I Hereby Certify To Comply And Deliver All The Above Requirements: (january 2025, February 2025 & March 2025) Unit Item Description Quantity Pc Clear Book Legal Size 10 Pc Maped Rubber Eraser 011010 Architect 10 Pc Sign Pen, Fine Tip Black 120 Pc Sign Pen, Medium Tip Black 120 Pc Sign Pen, Extra Thick Blue 120 Pck Battery Dry Cell Aa 4s 10 Pck Battery Dry Cell Aaa 4s 10 Bottle Elmer's Glue White E372ph 130grm 120 Box Staple Wire #35 5000s 120 Roll Celo Tape 24mm 120 Pc Ruler, Plastic 450 Mm 120 Box Clip, Backfold 41 Mm 120 Box Clip, Backfold 25 Mm 120 Box Clip, Backfold 19 Mm 120 Pc Correction Tape 120 Pc Storage File Box 9x10x15 20 Pc Envelope Expanding Plastic 120 Pc Faster Board Eraser Wbes Small 116 Pc Marker, Permanent Black 120 Pc Marker, Permanent Red 120 Box Paper Clip, Vinyl Plastic Coated 33 Mm 120 Box Paper Clip, Vinyl Plastic Coated 50 Mm 120 Pc Stamp Pad, Felt 120 Pc Scissor, Symmetrical/assymetrical 120 Pc Tape Dispenser 2087l Blue Large 120 Pck Cartolina Assorted Color 10s 120 Ream Paper, Multipurpose A4 90 Ream Paper, Multipurpose Legal 90 Book Record Book 300 Pp Small Jr. 120 Bottle Epson 664 Black 20 Bottle Epson 664 Cyan 10 Bottle Epson 664 Magenta 10 Bottle Epson 664 Yellow 10 Piece Ballpen, Standard Black 120 Pack Laminating Film 75110 52512 75x110mm 250 Microns 100's 10 Pack Sticker Paper Satin A4 White 10s 80gsm 10 Pack Photo Paper A4 230gsm 10s Glossy 10 Box Plastic Fastener 120 Bottle Cleaner Toilet Bowl 700 Ml 105 Pc Detergent Powder 800 G 105 Can Floorwax Paste Red 180 G 105 Bottle Handsoap Liquid 500 Ml 116 Roll Trashbag Xl 10s 105 Bottle Diswashing Liquid 900 Ml By 2s 120 Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex D Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. A F F I D A V I T I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8- 13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. And His/her Community Tax Certificate No. Issued On At . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Doc. No. Page No. Book No. Series Of Serial No. Of Commission Notary Public For Until Roll Of Attorneys No. Ptr No. [date Issued], [place Issued] Ibp No. [date Issued], [place Issued]
Closing Date6 Jan 2025
Tender AmountPHP 476.3 K (USD 8.2 K)
SOUTHERN TAGALOG REGIONAL HOSPITAL Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description 1. The Southern Tagalog Regional Hospital (strh) Intends To Procure Mechanical Assessment, Design Including Construction/ Repair/ Improvement/ Upgrading/ Establishment Of: 1. Automatic Fire Suppression Systems; 2. Additional Slab For Dead End Pocket; 3. Protective Enclosure Of Fire Exit Stair; 4. Installation Of Window Grilles Of Sen. Ramon B. Revilla Sr. Building (building 5) With An Approved Budget For The Contract (abc) Of Six Million Four Hundred Thousand Pesos Only (p6,400,000.00). 2. The Strh Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two Failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From Bac Secretariat At The Address Given Below From Monday To Friday, At 8:00am To 4pm. 5. The Strh Will Hold A Negotiation Meeting On February 14, 2025 3:00 Pm At Sao’s Office, 2nd Floor Bldg. 4, Which Shall Be Open To Registered Prospective Bidders Only. 6. A Complete Set Of Negotiated Documents May Be Obtained By Contacting The Bac Secretariat At The Contact Number Given Below. You May Also Download The Same From Www.philgeps.gov.ph And From Strh.doh.gov.ph. 7. Three (3) Copies Of The Proposal (one Original And Two Photocopies) With Proper Indexing And Marking Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am Of 19 February 2025/wednesday. Late Submission Shall Not Be Accepted. 8. Bid Opening Shall Be On 19 February 2025/wednesday, 10:00 Am At Uhc Conference Room, 3rd Floor Building 3, Strh, Brgy. Habay Ii, Bacoor City, Cavite 9. Interested Bidders Shall Submit Their Documents In Sealed Envelope, Labeled As: (please See Bidding Documents) 10. The Strh Reserves The Right To Reject Any, And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Office Southern Tagalog Regional Hospital, Habay Ii, Bacoor, Cavite Bacsec@strh.doh.gov.ph 0966-0888842 A. Eligibility And Technical Documents 1st Envelope (technical Components) Class “a” Documents Legal Documents A Valid Philgeps Registration Certificate (platinum Membership) (all Pages); In Accordance With Section 8.5.2 Of The Irr A.1 Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document A.2 Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; A.3 Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). A.4 The Supplier’s Audited Financial Statements For 2022-2023, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And A.5 Philippine Contractors Accreditation Board (pcab) License: Catagory: License Category _________________________, Size Range: _________________________ Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And B (form 3) Statement Of The Prospective Bidder Of All Its On-going Government And Private Design/ Design And Build Contract Including Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid (original); And Related Experience: 50% Of Abc Or _________________________ C (form 4) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents (original); Related Experience: 50% Of Abc Or _________________________ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contract Shall Refer To Design And Build Project, Including Automatic Fire Protection System. Which Shall Be Completed Within Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. Any Of The Following Documents Must Be Submitted Corresponding To Listed Contracts Per Submitted: • Notice Of Award • Purchase Order/contract • Notice To Proceed D Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Validity: One Hundred Twenty (120 Cd) Calendar Days From The Date Of The Opening Of Bids E Project Requirements, Which Shall Include The Following: E.1 Design And Build Organizational Chart For The Contract To Be Bid E.2 List Of Contractor’s Key Personnel [safety Officer (as Per Dole D.o. 198 S.2018), Project Manager, Project Engineers, Materials Engineer (as Per Dpwh D.o. 111 S. 2018), And Foremen], To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; Shown In Matrix With Curriculum Vitae Including Copy Of Updated Licenses Or Proof Of Renewal Of Their Licenses, If Expired. (if, Applicable) Note: • Fulltime Nurse = 50-200 Workers • Physician = 200-300 Workers See Dole D.o 198 S. 2018 Sec. 15: Occupational Health Personnel Facilities E.3 List Of Contractors (or Joint Venture) Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And E.4 Manpower Schedule (indicate The Total Number (numerical Value) Of Manpower (employee’s And Laborers) F Affidavit Of Site Inspection Executed By The Same Person Who Visited The Site. The Person Must Be Key Personnel Of The Company Preferably Civil Engineer/ Architect, With Supporting Certificate Of Appearance From Engineering And Facilities Management Section Engineer/s Or End-user. G Original Duly Signed Omnibus Sworn Statement (oss) -revised; And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. H The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. For Committed Line Of Credit (clc): Abc To Be Bid; Amount, Which Should Be At Least Equal To Ten Percent (10%) Of The Abc; And Name Of Issuing Foreign Universal Or Commercial Bank, As Confirmed Or Authenticated By A Local Universal Or Commercial Bank I If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. J Construction Safety And Health Program Of The Contractor As Required By The Department Of Labor & Employment (if Awarded, It Should Be Stamped Received By Dole) – Department Order No. 198 Series Of 2018 Section 15. Irr Of Ra No. 11058 Entitled “an Act Strengthening Compliance With Occupational Safety And Health Standards And Providing Penalties For Violations Thereof” K Design And Construction Methods In Narrative Form L Preliminary Conceptual Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity Duly Signed By The Owner/ Authorized Representative And Engineer/ Architect – Architectural, Structural, Mechanical, Electrical, And Sanitary/ Plumbing (a3 Size) M Value Engineering Analysis Of Design And Construction Method N Statement Of Availability Of Key Personnel That May Be Used For The Contract, And Availability Of Equipment Owned, Under Lease And/ Or Has Under Purchase Agreements That May Be Used For The Contract. O Duly Signed Terms Of Reference (tor) Every Page By The Contractor Or Its Duly Authorized Representative. P Attach A Certification Stating That The Company Is Not Associated To And Or Funded By Tobacco Company Or Tobacco Industry. (notarized) Q Invitation To Bid (signed By The Bac Chairperson) R Bid Bulletin, If Any (photocopy) S Bidding Documents Fee Official Receipt (photocopy) T Bir Form 2303 (certificate Of Registration) U Latest Income And Business Tax Returns (photocopy) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted (gppb Res. 11-2013). (to Be Submitted On The Day Of The Submission And Opening Of Bids Or Within Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lowest Calculated Bid Or Highest Rated Bid): Note: (a.) Latest Annual Tax Return Filed Thru Electronic Filing And Payment System (efps) And Must Be Duly Validated With Tax Payment Made Thereon For The Preceding Tax Year Be It On A Calendar Or Fiscal Year Income (per Revenue Regulations 3-2005) (b.) Latest Business Tax Return Filed Thru Electronic Filing And Payment System (efps) Be Duly Validated With Tax Payments Made Thereon Also Refers To The Value Added Tax (vat) Or Percentage Tax Return Covering The Previous Six (6) Months (june 2024-december 2024) (per Revenue Regulations 3-2005). 2nd Envelope (financial Component) A Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form; And B Duly Accomplished Detailed Estimates (bid Prices In Bill Of Quantities) Per Project Including Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; And C Cash Flows By The Quarter And Payments Schedule. 12. Term Of References (annex A) And Special Conditions Of The Contract (annex "b") Duly Signed Every Page By The Contractor Or Its Duly Authorized Representative Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of The Ra 9184 And Other Related And Applicable Laws. 13. The Head Of The Procuring Entity Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Nit Award The Contract In Accordance With Section 41 Of The 2016 Revised Implanting Rules And Regulations Issued This 10th Day Of February 2025 Rebecca Ann V. Gabor, Md, Fpogs, Mmhoa Chairperson, Bids And Awards Committee
Closing Date19 Feb 2025
Tender AmountPHP 6.4 Million (USD 110.6 K)
The City Of Rous Nov Tender
Others
Czech Republic
Details: Předmětem Plnění Této Zakázky Je Dodávka Interiérového Vybavení (nábytku) A Zařizovacích Předmětů V Rozsahu A Za Podmínek Dle Přílohy Č. 3 Kupní Smlouvy V Rámci Projektu Z Programu Regenerace Brownfieldů Pro Podnikatelské Využití, Číslo Výzvy: 2.8.3, Název Projektu: Stará Pošta Rousínov, Číslo Projektu 283 Bf 04. Technické Parametry Poptávaného Plnění Jsou Definovány V Projektové Dokumentaci A Soupisu Položek S Názvem „stará Pošta Rousínov – Komplexní Řešení Včetně Restaurace“ Vypracované Generálním Projektantem Pma Architects S.r.o., Starobrněnská 33/16, 602 00 Brno, Ičo 04400836, Hlavní Inženýr Projektu Ing. Arch. Jaromír Vjaclovský A Další Viz Projektová Dokumentace (dále Jen „projektová Dokumentace“) S Tím, Že Zadavatel Umožňuje Jejich Modifikaci Při Zachování Principu, Kdy Výkonové A Rozsahové (kvalitativní) Parametry Jsou Stanoveny Jako Minimální, Příkonové Jsou Stanoveny Jako Maximální A Rozměrové A Váhové Parametry Jako Doporučené, Pakliže Není U Konkrétního Parametru Uvedeno Něco Jiného, S Tolerancí Stanovenou Ve Smlouvě Tak, Aby Plnění Mohlo Být Instalováno V Místě Pro Toto Zařízení Určeném. Při Dodávce Vybavení Musí Dodavatel Zejména Respektovat Dispozice Uvedené Ve Výkresech Projektové Dokumentace A Specifikaci Položek Zařízení, Z Čehož Vyplývá Také Zohlednění Případného Stávajícího Zařízení Zadavatele, Jeho Rozměrů A Nutnosti Jeho Zpětné Montáže Či Umístění. Zadavatel Výslovně Uvádí, Že Rozměry Jednotlivých Zařízení Jsou Chápány Jako Doporučené S Tím, Že Je Možná Jejich Modifikace Tak, Aby Se Veškeré Dodávané Zařízení Do Definovaného Prostoru Vešlo A Byl Zachován Jeho Účel Použití (dodavatelé Nemohou Navrhnout Dodat Takové Provedení, Které Nebude V Některé Části Splňovat Svůj Účel). Tato Zakázka Zahrnuje I Dopravu, Montáž, Uvedení Do Provozu A Zaškolení Obsluhy V Místě Určeném Zadavatelem. Vybraný Dodavatel Zodpovídá Za To, Že Zakázka Bude Dodána Kompletní A Bude Obsahovat Všechny Díly Potřebné K Bezvadnému Provozu. V Rámci Plnění Budou Použity Pouze Originální (nerepasované) Komponenty. Technická Specifikace Stanovuje Základ Minimálních Požadavků Na Funkci, Výkony, Životnost Apod. Zadavatel Výslovně Uvádí, Že Předmět Plnění Této Veřejné Zakázky Je Možné Splnit Jednak Dodávkou Koupeného Vybavení Anebo Dodáním Vyrobeného Vybavení (jak Typový Tak Atypický Nábytek A Vybavení) S Tím, Že Dodávané Vybavení Musí Splňovat Zadavatelem Stanovené Kvalitativní Parametry. Požadavek Na Certifikaci Je Výslovně Chápán Jako Kvalitativní Standard, Tj. Vyráběné Vybavení Výslovně Nemusí Tuto Certifikaci Mít Vydanou, Nicméně Při Dodání Vzorku Takového Vybavení Dodavatel Doloží Zkušební Protokol (protokol O Zkoušce) Vydaný Akreditovanou Zkušebnou (akreditace Podle Normy Iso/iec 17025 Od Českého Institutu Pro Akreditaci), Kterým Bude Prokázáno Splnění Veškerých Požadovaných Kvalitativních Parametrů Dle Požadovaných Certifikátů A Požadavků Projektu. Dodávka Vybavení Je Požadována Včetně Dopravy, Instalace A Kompletace Jednotlivých Částí, Pakliže To Bude Vhodné.
Closing Date27 Jun 2025
Tender AmountRefer Documents
U S FISH AND WILDLIFE SERVICE USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Announcement Is For Market Research Purposes Only And Should Not Be Construed As A Solicitation Announcement. The Submission Of This Information Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government To Procure Any Services, Nor Does The U.s. Fish And Wildlife Service Intend To Award A Contract On The Basis Of This Request For Information Or Otherwise Pay For The Information Solicited.project Information: This Market Research Concerns Multiple Indefinite-delivery, Indefinite-quantity (idiq) Contracts For Architects And Engineering Services (a/e) To Support The Dam Safety Program At Various U.s. Fish And Wildlife Service (fws) Locations Throughout The United States. Each Idiq Requirement Is Projected To Be Valid For Five Years.the U.s. Fish And Wildlife Service (fws) Requires Safety Evaluation Of Existing Dams (seed) Inspections, Levee Safety Assessments, Pre-title I, Title I, Title Ii, Title Iii, And Compliance Services With The National Environmental Policy Act (nepa) For Dam Projects Located At Various Fws Sites Across The Country. The Fws Dam Inventory Includes Approximately 16 High And Significant-hazard Dams As Well As Over 300 Low-hazard Dams, Which Consist Of Multiple Types Such As Zoned And Homogeneous Earth Embankment Dams, Gravity And Arched Concrete Dams, Roller-compacted Concrete Dams, And Composite Dams. The Heights Of These Dams Range From 6 To 103 Feet, And Their Normal Reservoir Storage Capacities Vary From 15 To 254,000 Acre-feet.typical Projects May Encompass Constructing New Dams And Rehabilitating Or Reconstructing Existing Dams, Levees, And Other Hydraulic Structures, Along With Their Appurtenant Facilities, Such As Spillways, Outlet Works, And Gates. Common Task Orders May Include But Are Not Limited To, Inspections, Analyses, Design, Preparation Of Drawings And Specifications, Field Investigations, Risk Analysis And Potential Failure Mode Analysis (pfma), Stability Studies, Hydraulic And Hydrologic Studies, Biological And Cultural Studies, Documentation, Construction Supervision, Consultation, And Clean Water Act Certification And Permitting.the North American Industry Classification System (naics) Code For This Effort Is 541330, Engineering Services.submission Requirements: Interested Firms Are Invited To Express Their Interest By Submitting A Capability Statement. It Is Requested That The Information Identified Be Provided Electronically To Mr. Jerry W. Perry At Jerry_perry@fws.gov. Please Provide The Requested Information No Later Than April 3rd, 2025. The Submission Of This Information Is For Market Research Purposes Only. The Notice Does Not Constitute A Request For Proposal, Nor Does The U.s. Fish & Wildlife Service Intend To Award A Contract Based On This Request For Information. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Request For Information. All Data Received In Response To This Request For Information Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Release Outside The U.s. Government. No Hard-copy Or Facsimile Submissions Will Be Accepted. Cover Letters And Extraneous Materials (brochures, Etc.) Will Not Be Considered. Interested Offerors Shall Address The Requirements Of This Notice In Written Format By Electronic Mail To Mr. Jerry W. Perry At Jerry_perry@fws.gov No Later Than April 3rd, 2025, At 3:00 Pm Eastern Time. Phone Calls And Fax Transmittals Will Not Be Accepted. Personal Visits To Discuss This Announcement Will Not Be Scheduled.
Closing Date3 Apr 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Announcement Constitutes A Synopsis For The Purpose Of Notifying Industry Of The Government’s Intent To Release A Request For Proposal Under Naics Code 236220, Commercial And Institutional Building Construction. It Does Not Constitute A Formal Request For Proposal (rfp).
the Daf 66th Air Base Group Civil Engineer (66 Abg/ce) Requires Management, Labor, Material, Equipment, Transportation, Supervision, And Architectural Engineering Services (as Required) To Accomplish Simultaneous Maintenance, Sustainment, Repair, And Minor Construction Projects Issued Under The Multiple Award Construction Idiq Contract (macc) Located On The Following Air Force Installations: Hanscom Air Force Base (hafb) – Bedford, Ma; Hafb Famcamp, Bedford, Ma; Patriot Golf Course, Bedford, Ma; Sagamore Hill Solar Observatory – Hamilton, Ma; Fourth Cliff Recreation Annex – Humarock, Ma; Cape Cod Air Force Station – Sagamore, Ma; And New Boston Air Force Station – New Boston, Nh. This Contract Will Be Task Order (to) Based. To Requirements May Include Complete Design Documents (i.e. Plans And Specifications) Or Will Consist Of A Design-build (db) Request For Proposal (rfp). The Contracting Officer (co) Will Issue The Rfp To All Awardees Of The Multiple Award Construction Contract (macc) Describing Basic Requirements For Each Individual To On An As Needed Basis. Each To Will Be Awarded In Accordance With Rfp Criteria. The Government Will Require Prompt Response And Execution Of Tos.
the Work Performed Under This Contract Will Be Complex In Nature, Require Multiple Trades, And May Require Detailed Engineering Design To Be Performed By Registered / Licensed Engineers And Architects.
this Competitive Small Business Set-aside Is A Selection That Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 15, As Supplemented, Department Of Defense (dod) Source Selection Procedures, Department Of The Air Force Federal Acquisition Regulation Supplement (daffars), Mandatory Procedure (mp) 5315.3, And As Further Refined In This Solicitation. The Government Intends To Award Hanscom Multiple Award Construction Contract (macc) Indefinite Delivery/indefinite Quantity (idiq) Contract(s) To A Target Of Up To Three (3) Small Business Contractors. The Small Business Contractors Receiving A Macc Idiq Contract Will Also Receive An Initial Pre-construction Kick-off Task Order Which Will Meet The Minimum Ordering Quantity. Among The Small Business Contractors Receiving A Macc Idiq Contract, The Government Also Intends To Award The Building 1106 Conference Center Hvac Task Order.
the Government Requests That Initial Feedback, Comments, And Questions Be Received No Later Than Fifteen (15) Calendar Days From The Posting Date Of This Notice To Sam.gov. Please Submit All Questions, Comments And Feedback Regarding This Notice Via Email To The Following Points Of Contact: Courtney Petterson, Contracting Officer: Courtney.petterson@us.af.mil. David Conquergood, Contract Specialist: David.conquergood.1@us.af.mil.
this Notice Is For Planning Purposes Only And Does Not Constitute A Request For Proposal Nor Does The Issuance Restrict The Government To A Single Acquisition Approach. The Government Will Not Pay For Any Information Received In Response To This Notice Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided To Aflcmc. No Telephone Response Will Be Accepted. Any Information Submitted By Respondents To This Notice Of Contract Action Is Strictly Voluntary. To The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. No Classified Information Shall Be Submitted.
Closing Date4 Apr 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others...+3Civil And Construction, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Sachsenhausen town hall partial renovation optimisation of use general planning for the service specifications in accordance with Hoai § 34 Ff., 49 Ff. and 53 Ff. service phases 2-9 Sachsenhausen town hall partial renovation optimisation of use ... More Sachsenhausen town hall partial renovation optimisation of use general planning for the service specifications in accordance with Hoai § 34 Ff., 49 Ff. and 53 Ff. service phases 2-9 Sachsenhausen town hall partial renovation optimisation of use Significance of the building: The administrative building of the town of Waldeck, the Sachsenhausen town hall, was built in 1812 and is listed as a cultural monument. The plastered half-timbered building is an object that defines the townscape. Previous use: The ground and upper floors are currently used for administrative purposes. The attic houses meeting rooms and archives. Desired use, planned construction measures: The city of Waldeck has an urgent need for additional office space. At the same time, the building's functional significance for the Sachsenhausen town center is to be enhanced by creating publicly accessible spaces. The conversion of the attic into partially publicly accessible spaces (A) for committee meetings and (B) for use by clubs or social organizations is intended to strengthen the building's significance for the city's community. Feasibility study: In order to obtain a reliable basis for further consultation and planning for the town hall renovation, the city of Waldeck commissioned a feasibility study and completed it in 2023/2024. The results were communicated within the administration. It is attached to the tender documents as "anlage01-mbs_anonymisiert.pdf" and forms the basis for this tender. Preliminary design assignment: Although the city has a preliminary design with the MBS, the planning team is to create a consistent preliminary design involving all specialist planners. Deviating from the results of the MBS, variants must also be developed in some areas: - 2nd escape route - Design of the common areas around the coffee kitchens - File storage: A concept for the temporary storage of files that are still in use is to be developed during the planning phase. Condition assessment: To verify the cost estimates of the feasibility study, the city of Waldeck has also commissioned an engineering and condition assessment, which will specifically record the building structure (timberwork) above the upper floor (ground floor ceiling and the mansard roof construction) and examine it for damage and defects in the exposed areas. A rough structural analysis will be prepared. The results of this study are expected to be available in June 2025. Monument protection: The study results were agreed upon in advance with the lower monument protection authority of the Waldeck-Frankenberg district. The results of the meeting are set out in the specifications. Urban Development Funding Program "Living Centers": Since the project is to be funded to a significant extent with funds from the "Living Centers" urban development funding program, a presentation and discussion of the results of the feasibility study took place on April 23, 2024, to clarify the planning's technical approval potential as part of the feasibility study with the WI-bank, Technical Construction Assessment Department. The results of the meeting are included in the tender documents as Appendix 02-240624_abstimmung_wi-bank_protokoll_mbs.pdf. Technical Construction Review: The planning status for the building application also requires a technical construction review by the WI-bank. The compilation of the technical construction review documents, ongoing communication with the inspection authority, the continuous updating of the cost estimates in accordance with DIN 276 of 2008 (!), as well as the preparation of the technical construction use certificate after completion of the construction project are recognized as special services. Cost framework The net construction costs for the project are currently estimated at approx. €2,543,000 and are expected to be made up as follows: Kg 200 Not planned Kg 300 €1,737,000 Including approx. €109,000 dismantling Kg 400 €756,000 Including Kg410 wastewater, water, gas systems: €80,000 Kg420 heat supply: €45,000 Kg430 ventilation systems including fire protection work €240,000 Kg440 high voltage systems including lightning protection €304,000 Kg450 telecommunications + information technology. Attachment: €55,600 Kg480 Building automation: €32,000 Kg600 €110,000 Including approx. €20,000 kitchens and €30,000 bicycle shelter Kg600 €50,000 Furniture that will be procured by the city and does not represent eligible costs for the calculation of the fee Schedule Commissioning of GP team end of July 2025 Start with Lp3 based on the Mbs August 2025 Technical construction inspection December 2025 - February 2026 Building application December 2025 Building permit March 2026 Sending tenders from April 2026 Awarding of main construction trades from June 2026 Awarding of technical trades from June 2026 Start of construction July 2026 Awarding of finishing trades from August 2026 Completion of construction October 2027 Billing December 2027 Scope of Services Planning Services A general planner is sought for the construction project who, as an architect, will coordinate all planning. This is expected to include the object and specialist planning for the following scope of services: Building general planning and building planning (hoai §33 ff. Lp 2-9) Structural planning (hoai §49 ff. Lp 1-6) Technical building equipment (hoai §53 ff. System groups 1, Lp 1-9, System groups 2-5 + 8, Lp 1-3 + 5-9) Fire protection planning according to AHO Volume 17 Building physics thermal insulation and energy balancing (hoai Annex 1 Paragraph 1.2.3 Lp 2-5) Building physics building acoustics (hoai Annex 1 Paragraph 1.2.4 Lp 2-5)
Closing Date14 May 2025
Tender AmountRefer Documents
1811-1820 of 1996 archived Tenders