Architect Tenders
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 1. Cad-25-services-0214b City Architect Department Line 1: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (offices) At Villa Verde Subdivision At Barangay Sta. Monica 100,000.00 General Fund 20 Cd Line 2: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking And Basketball Court) At St. Dominic 9 Subdivision, Barangay Talipapa 100,000.00 General Fund 20 Cd Line 3: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (parking, Basketball Court) At Pleasantville Subdivision, Barangay Talipapa 150,000.00 General Fund 20 Cd Line 4: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking Area, Covered Basketball Court) At Barangay U.p. Village 150,000.00 General Fund 20 Cd Line 5: Conduct Of Geotechnical Investigation For The Proposed Expansion Of Animal Care And Adoption Center (pet Crematorium) 100,000.00 General Fund 20 Cd Line 6: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Fire Sub-station At Barangay Sta. Lucia 100,000.00 General Fund 20 Cd 1. The Quezon City Local Government, Through The General Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, February 25, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00a.m. Of Tuesday, March 04, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 11:00a.m. Of Tuesday, March 04, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 9. The Quezon City Local Government 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
Closing Date4 Mar 2025
Tender AmountPHP 700 K (USD 12 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement, A Market Survey For Written Information Only. This Is Not A Solicitation Announcement For Proposals And No Contract Will Be Awarded From This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests.
no Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. There Is No Bid Package Or Solicitation. In Order To Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointments For Presentations Will Be Made.
the Naval Facilities Engineering Systems Command Southeast (navfac Se) Is Seeking Qualified And Interested Parties In Any Of The Following Categories: Service Disabled Veteran-owned Small Business (sdvosb), And/or Small Business (sb) Sources, U.s. Small Business Administration Certified 8(a) Program Participants, Hubzone Small Business (hubzone), And Women Owned Small Business (wosb), With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform.
the Work Will Be Performed In The Area Of Operations (ao) For Navfac Se, Which Includes, But Is Not Limited To, The States Of Florida, Georgia, Louisiana, Mississippi, South Carolina, Tennessee, And Texas.projects Are Planned To Be Issued As Task Orders Under Multiple Award Construction Contracts (maccs).the Work To Be Performed Consists Of, But Is Not Limited To: New Construction, Renovation, Alteration, Demolition, And Repairs Of Electrical Power Generation Plants, Electrical Transmission Systems, Electrical Distribution Systems, Outdoor Lighting, Airfield Lighting, Secondary Electrical Components, And Other Electrical Utilities Efforts, Including Storm Recovery For The Area Of Responsibility Managed By Navfac Se.
projects Will Require Either Single Discipline Or Multi-discipline Design Services Or May Include 100% Construction Performance Specifications. Projects May Be Based On Design-build Or Full Plans And Specifications Format And May Also Require Comprehensive Interior Design And Incorporation Of Sustainable Features.
contracts Will Be For One (1) Five-year Ordering Period. The Aggregate Value Of All Contracts Awarded From Any Resultant Solicitation Is Anticipated To Be $249,000,000 ($249m) Over The Five-year Period Over The Five-year Period. A Per-contract Maximum Will Not Be Identified. Task Orders Will Be Firm-fixed-price And Will Range From $500,000 To $30,000,000. Task Orders Under Or Over These Amounts May Be Considered If Deemed To Be In The Government’s Best Interest And Approved By The Navfac Chief Of The Contracting Office. Macc Contractors May Be Asked To Respond To Multiple Requests For Proposals (rfps) In A Short Timeframe (e.g., Four (4) Or Five (5) Rfps Issued Within A 30-day Period).
if The Solicitation Is Issued As A Small Business Set-aside, Then In Accordance With Federal Acquisition Regulations (far) 52.219-14, Limitations Of Subcontracting, For General Construction, The Prime Contractor May Not Pay More Than (85%) Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Material, To Subcontractors That Are Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor’s 85% Subcontract Amount That Cannot Be Exceeded.
the North American Industry Classification System (naics) Code Is 238210 – Electrical Contractors & Other Wiring, With A Small Business Size Standard Of $19,000,000 ($19m).
contractor Information: Provide Your Firm’s Contact Information, To Include Its System For Awardmanagement (sam) Unique Entity Identifier And Cage Code Numbers.
indicate If A Solicitation Is Issued Will Your Firm/company Be Submitting A Proposal: Yes No.
type Of Business: U.s. Small Business Administration (sba) Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov.
bond Capacity: Provide Your Firm’s Surety’s Name, Your Firm’s Maximum Bonding Capacity Per Individual Project And Aggregate Bonding Capacity.
experience Submission Requirements: Submit A Minimum Of Three (3) Design-build Or Design-bid-build Projects That Demonstrate Multi-discipline, Architectural, Engineering, Construction Experience As The Prime Contractor In Performing Efforts Of A Similar Size, Scope And Complexity To The Project Description Above (construction, Renovation, Alteration, Demolition And Repair Work, Including The Necessary Design); And Completed Within The Last Seven (7) Years With A Completed Value Of $500,000 Or Greater.
submissions Shall Contain The Following Items (1-7) For Each Project Submitted For Consideration:
include Contract Number, If Applicable.
indicate Whether Prime Contractor Or Subcontractor.
contract Value.
completion Date.
government/agency Point Of Contact And Current Telephone Number.
project Description. Include A Brief Description, With Sufficient Detail, To Determine Whether This Project Is Of A Similar Size, Scope And Complexity To The Project Description In This Announcement; And How The Contract Referenced Relates To The Project Description Herein.
identify Whether Your Firm Used In-house Design Capacity Or Used An Architect/engineer (a/e) Firm To Provide Design Services. Indicate Whether Your Firm Has An Established Working Relationship With The Design Firm, If Applicable.
capability Statements Consisting Of Appropriate Documentation, Literature, Brochures Will Be Accepted Providing It Contains All The Information Required Above (items 1-5). Complete Submission Package Shall Not Exceed 10 Pages.please Respond To This Announcement By 3:00pm Eastern Time On 23 January 2025 Via Email To Darrien.a.thomas.civ@us.navy.mil And A Copy To Matthew.j.abbott5.civ@us.navy.mil. The Subject Line Of The Email Shall State: Electrical Utilities Macc Sources Sought Response. Responses That Do Not Meet All Requirements Or Are Not Submitted With The Allotted Time Will Not Be Considered. Respondents Will Not Be Notified Of The Results Of The Evaluation. Navfac Se Will Utilize The Information For Technical And Acquisition Planning. All Proprietary Information Not To Be Disseminated Outside The Government Must Be Clearly Marked And Identified. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Participants.
Closing Date23 Jan 2025
Tender AmountRefer Documents
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number 2025-190 Location Of The Project – Tuguegarao City Request For Quotation Date:03/11/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am March 17, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Lot 1 400,000.00 Preventive Maintenance, Calibration Certification Piece 1 Architect Machine With Biomedical Refrigerator Piece 1 Autoclave Piece 1 Apheresis Machine Piece 3 "centrifuge (bench-top & Serological 28 Placer)" Piece 2 Biomedical Refrigerator Piece 3 2-door Blood Bank Refrigerator Piece 1 Blood Collection Mixer Piece 2 Ultra Low Freezer Piece 1 Hematology Analyzer 3parts Piece 2 Hemoglobinometer Piece 6 Micropipette Piece 2 Microscope Piece 2 Platelet Incubator With Agitator Piece 1 Refrigerated Centrifuge Piece 2 Sealer Piece 14 Temperature & Humidity Piece 3 Weighing Scale Piece 1 Waterbath Terms And Conditions: - The Supplier Shall Contact The End User On The Scheduled Conduct Or Preventive Maintenance, Calibration And Certification - Statement Of Account Or Official Receipt Shall Be Given To The End User Every After Conduct Of The Activty - The Service/inspection Report Shall Be Emailed To The End User Within 5 Working Days Of The Completion Of The Activity - See Attached Frequency Of Preventive Maintenance And Calibration Preventive Maintenance And Calibration Of Cagayan Valley Regional Blood Center Machines/equipment Page 1 Of 2 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Approved Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-02-0448 Page 2 Of 2 /kevin
Closing Date17 Mar 2025
Tender AmountPHP 400 K (USD 6.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Create Cardiovascular Center Minor Construction Project At The Orlando Va Medical Center Located In Orlando, Fl.
project Description:
the Project Includes A Proposed 5,295-sf Building Addition And A 1,697-sf Building Addition To The Northeastern And Southwestern Portion Of The Existing Southeast Wing Of The Orlando Va Medical Center In Orlando, Florida. We Understand The Smaller Addition Will Be Single-story. The Larger Addition Will Also Be Single Story But Will Have A Mechanical Floor Above.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid July 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 28, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
shawn Tavernia
contract Specialist
shawn.tavernia@va.gov
secondary Point Of Contact:
bridget E. May
contracting Officer
bridget.may@va.gov
Closing Date28 Apr 2025
Tender AmountRefer Documents
City Of Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 1. Cad-25-services-0214 City Architect Department Line 1: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (offices) At Villa Verde Subdivision At Barangay Sta. Monica 100,000.00 General Fund 20 Cd Line 2: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking And Basketball Court) At St. Dominic 9 Subdivision, Barangay Talipapa 100,000.00 General Fund 20 Cd Line 3: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Multi-purpose Building (parking, Basketball Court) At Pleasantville Subdivision, Barangay Talipapa 150,000.00 General Fund 20 Cd Line 4: Conduct Of Geotechnical Investigation For The Proposed Construction Of Two (2) Storey Multi-purpose Building (parking Area, Covered Basketball Court) At Barangay U.p. Village 150,000.00 General Fund 20 Cd Line 5: Conduct Of Geotechnical Investigation For The Proposed Expansion Of Animal Care And Adoption Center (pet Crematorium) 100,000.00 General Fund 20 Cd Line 6: Conduct Of Geotechnical Investigation For The Proposed Construction Of Three (3) Storey Fire Sub-station At Barangay Sta. Lucia 100,000.00 General Fund 20 Cd 1. The Quezon City Local Government, Through The General Fund And Trust Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 7:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Monday, February 10, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00a.m. Of Monday, February 17, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 11:00a.m. Of Monday, February 17, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 9. The Quezon City Local Government 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
Closing Date17 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Introduction:
this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Emergency Pharmacy Building At The Tucson Cmop Facility Located In Tucson, Az.
project Description:
the Tucson Consolidated Mail Outpatient Pharmacy (cmop) Is Seeking An Architect / Engineering Firms To Provide A/e Services For The Investigation, Design, Cost Estimating, Preparation Of Construction Documents, And Construction Administration Services For A New Building That Will House An Emergency Pharmacy Service (eps) Tractor Trailer, Storage, And Administrative Space. The Facility Will Not Be Open To The Public And The Parking Lot Is Access Controlled. Since The Property Is Federally Owned, City Permitting Is Not Required. The Construction Documents Shall Be Stamped By Individuals Licensed Through The Arizona State Board Of Technical Registration. The Maximum Square Footage Of The Building Is 23,433 (219 X 107 ) And The Minimum Is 17,500. The Exact Size Will Depend On The Space Plan, Whether Two Floors Can Be Utilized, And Budget. The Scope Of This Project Includes But Not Limited To The Following: Civil (i.e. Utilities, Grading, And Drainage), Architectural (i.e. Space Plans, Floor Plans, Ffe, And Landscaping), Structural (i.e. Exterior Walls And Roof), Mechanical (i.e. Floor Plans, Sequence Of Operations, And Equipment), Electrical (i.e. Floor Plans, Equipment, Integration Of Solar Pv System, And One-lines), Telecommunications (i.e. Floor Plans And Integration With Main Cmop Building), And Physical Security (i.e. Access Controls, Intrusion Detection, Video Surveillance, And Integration With Main Cmop Building And Parking Lot).
the A/e Is Responsible For All Labor, Materials, Tools, Equipment, And Design Services Necessary To Complete The Design Of The Project. The A/e Shall Provide A Complete Construction Ready Design, Scope Of Work, Construction Cost Estimate And Percent-loaded Construction Schedule For The Parking Garage, Including Identifying The Critical Path. The Completed Design Will Satisfy All Requirements Assuring Compliance With All Applicable Local, State And Va/federal Codes And Guidelines. The Proposed Designs Should Include The Following Requirements: Complete Architectural, Plumbing, Structural, Electrical, Civil, Mechanical, And Fire Protection System Design. All Other Work Related To Provide A Complete And Usable Project Based On The Requirements Stated Above.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late May 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Cannot Exceed $13,955,880.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 541330. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To The Primary Point Of Contact Listed Below Byâ march 17, 2025, At 1:00 Pm Et.â no Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
primary Point Of Contact:
mica Tacderan
contract Specialist
mica.tacderan@va.gov
Closing Date17 Mar 2025
Tender AmountRefer Documents
Province Of South Cotabato Tender
Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Province Of South Cotabato Bids And Awards Committee Capitol Compound Alunan Avenue, Koronadal City Tel. Fax No.: (083) 228-9951/228-8570 Invitation To Bid For The Supply And Delivery Of Various Laboratory Reagents (early Procurement – Short Of Award) 1. The Provincial Government Of South Cotabato, Through The General Fund Annual Budget 2025, Intends To Apply The Sum Of P22,166,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Laboratory Reagents / Itb No. 25-0013, As Named Below: - Reagents - Compatible With Cell Dyne P 1,381,524.00 – Ps 1 Ruby Hematology Analyzer. - Reagents - Compatible With Vitek Ii P 6,878,954.00 – Ps 2 And Bactec Machine. - Reagents - Compatible With Vidas Machine. P 2,338,752.00 – Ps 3 - Reagents - Compatible With Architect Machine. P 6,084,395.00 – Ps 4 - Reagents - Compatible With Easylyte Analyzer. P 718,050.00 – Ps 5 - Reagents - Compatible With Coagulation P 647,480.00 – Ps 6 Analyzer (wondfo). - Reagents - Compatible With Beckman P 1,131,500.00 – Ps 7 Coulter Dxh500 5part Semi-automated. - Reagents - Compatible With Optilite Analyzer P 817,700.00 – Ps 8 Machine. - Reagents - Compatible With Arkray Ha-8380v. P 1,678,145.00 – Ps 9 - Reagents - Compatible With Afinion. P 490,000.00 – Ps 10 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of South Cotabato Now Invites Bids For The Supply And Delivery Of Various Laboratory Reagents. Delivery Of The Goods Is Required Within 20 Calendar Days From The Receipt Of Notice To Proceed (ps 1 – Ps 10). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country, The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of South Cotabato And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Mondays-fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 04, 2024 To January 08, 2025, 12:00 Noon From The Given Address And Website(s) Below And Upon Payment Or Depositing To The Provincial Government Of South Cotabato, Development Bank Of The Philippines - Marbel Branch With Savings Account Number: 1057-935-1, Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,382.00/set (ps 1), P6,879.00/set (ps 2), P2,339.00/set (ps 3), P6,084.00/set (ps 4), P718.00/set (ps 5), P647.00/set (ps 6), P1,132.00/set (ps 7), P818.00/set (ps 8), P1,678.00/set (ps 9) & P490.00/set (ps 10). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. 6. The Provincial Government Of South Cotabato Will Hold A Pre-bid Conference On December 11, 2024, 2:00 Pm At Bac Office, Provincial Capitol Compound, Alunan Avenue, City Of Koronadal And/or Through Video Conferencing Or Webcasting Via Zoom Meeting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 08, 2025, 2:00 Pm At The Given Address Below And/or Via Zoom Meeting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of South Cotabato 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: John B. Magbanua Head, Bids And Awards Secretariat/twg Provincial Capitol Compound, Alunan Avenue Koronadal City, South Cotabato (083) 228-9951 Or 228-8570 Email-add: Bacpgsc2016@gmail.com Website: Www.southcotabato.gov.ph/open-contracting 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.southcotabato.gov.ph/open-contracting Or Https://notices.philgeps.gov.ph Date Of Issue: December 04, 2024 (sgd)atty. Marnito B. Cosep Provincial Legal Officer Bac Chairman
Closing Date8 Jan 2025
Tender AmountPHP 22.1 Million (USD 381.9 K)
DEPT OF THE ARMY USA Tender
Other Consultancy Services...+1Consultancy Services
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For A Firm, Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract, For Topographic And Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations To Include The Chesapeake Bay, The Eastern Shore Of Virginia, Several River Basins Within Virginia, And Portions Of Northeast North Carolina.
description Of Work:
the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Hydrographic Surveying Of Navigation Channels Withing Usace Norfolk Districts Area Of Operations. In Addition, This Contract Requires Topographic, Geodetic, And Property Surveys In Support Of These Federal Navigation Projects.
the Following Is The General Description Of The Survey Contemplated To Be Performed Under The Anticipated Idc: Note Final Deliverables Need To Be Compatible With Hypack.
1. Locate All Benchmarks Provided And Create Recovery Notes For Each Benchmark Using Either The Provided Benchmark Recovery Form Or A Similar Form Used By The Contractor.
2. Provide Topo Quality Xy Coordinates On Each Recovered Mark.
3. Level Through All Found Benchmarks Initiating On The Online Positioning User Service (opus) Benchmark. Level Notes Shall Follow The Established Usace Supplied Format. Set And Or Check Any Existing Gauges By Conventional Leveling And Verify And Record Real-time Kinematic (rtk) Result As A Confidence Check.
4. Survey All Areas Of Channel And Extension To Create 100% Coverage Of The Bottom In The Defined Area When Performing A Multibeam Survey
5. The Supplied Survey Lines Shall Extend As Noted In Each Projects Plan And Line Files. Any Area That Cannot Be Survey Due To Shallow Depth Of Water, The Distance Of 3 Times Of The Project Depth Outside Of The Toes Of The Channel Shall Be Required By Any Means Necessary To Acquire The Depth.
6. Reduce Soundings By Rtk And Post-processed Kinematic (ppk) To Tidal Datum And Display Soundings To 0.1’ Significant Figures.
7. Locate All Navigation Aids For Each Project Using An Rtk System And Label Nav Aids Per Format Provided And Shall Be In A Hydrographic Software Package Target File.
8. Keep A Field Corrector Sheet Of All Survey Cross Section For Each Project
9. Keep Each Project And Associated Information Individual To Itself. Include Metadata Files For Each Data Set. Government Will Supply The Metadata Generator Tool.
10. Process All Data For Correction To Required Horizontal And Vertical Datum, Include The Required Multibeam Cutout Cross Sections In The Final Processed Multibeam Cutout (mbco) Data Files Using The Supplied Hydrographic Software Package Line File.
11.pls Licensing Will Be Required And Certified Hydrographer (thsoa) Certification Is Recommended.
sources Are Sought For All Interested Firms With A Naics Code Of 541370 With A Small Business Size Standard Of $19,000,000.00.
suggestions For Applicable Naics Codes Beyond 541370 Are Welcome. Please Feel Free To Submit Any Recommendations For Consideration With Explanation Of Why The Suggested Alternate Naics Is Appropriate
survey Of The Idiq Topographic & Hydrographic Survey
the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations, To Include The Chesapeake Bay, The Eastern Shore Of Virginia, And Several River Basins Within Virginia And Portions Of Northeast North Carolina.
please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address.
would Industry Be Receptive To An Idiq Contract For Routine Topographic And Hydrographic Surveying Services Without Engineering Design Services? Is The Requirement Better Suited For An Architect & Engineering (a&e) Contract Or A Services Contract?
have You Worked On Topographic & Hydrographic Survey Jobs Similar In Nature, Within The Past 5 Years? If So, Please Describe The Work And For Whom The Work Was Performed. Indicate The Dollar Value. Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience.
what Types Of Topographic & Hydrographic Surveying Techniques Are You Most Experienced With, And How Do You Ensure Accuracy In Challenging Aquatic Environments?
are You Familiar With The Safety And Health Requirements Of Em 385-1-1?
would You Be Submitting A Proposal As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture?
would You Be Interested In Submitting A Proposal On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not?
this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issues A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available.
the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned).
the Responses To This Sources Sought Must Be Submitted No Later Than 3 Pm Est27 January 2025 Via Email To Cpt Jonathan J. Chae At Jonathan.j.chae2@usace.army.mil Cc’d Stormie Wicks At Stormie.b.wicks@usace.army.mil.
the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Https://sam.gov/content/home
all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
Closing Date27 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Purpose Of Posting
in Accordance With (iaw) Federal Acquisition Regulation (far) 36.601-1, The Richard L. Roudebush Veterans Affairs Medical Center Is Requesting Sf 330s From Ae Firms Wishing To Be Considered For A Government Contract For The Upcoming Project:
ae Upgrade A&d Wing Elevators 583-22-101
the Commissioning Firm Shall Furnish Professional Services To Be Used As A Commissioning Agent And Consultant To The Va On 583-22-101 Upgrade A Wing And D Wing Elevators Project. The Project Is To Modernize Existing A Wing Elevators Which Are Suffering From Control Related Issues And Modify The Elevators To Meet Current Criteria And Surpass Expected Life Range. Elevator Maintenance Is Increasing Due To Age And Current Increase Usage.
the Commissioning Firm Will Be Used As A Consultant And A Subject Matter Expert To Support The Contracting Officer (co) And Contracting Office Representative (cor) During Construction Of The Project.
the Commissioning Agent Shall Approve The Construction To Meet Federal Mandates. The Commissioning Authority Shall Verify The Performance Of The Components And Systems To Ensure All Code Requirements Are Met, Develop A Commissioning Plan, Inclusion Of Commissioning Or Requirements In Construction Documents, Verification Of Installation And Performance Of Commissioned Systems (testing And System Monitoring), Operation/maintenance Manuals And Training, Acceptance Of The Elevators As Well As Signing Off On All Of Them To Be Used By Public, And Providing A Commissioning Report.
the Work Will Take Place At: Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, In 46202
north American Industry Classification System (naics) Code 541330 Is Applicable To This Posting.
this Is A Set Aside To Service Disabled Veteran Owned Businesses (sdvosb) And Veteran Owned Small Businesses (vosb S) In Accordance With Public Law 109-461.
product Service Code (psc) C1da Is Applicable To This Posting.
appraising Firm S Qualifications
iaw With Far 36.603(b) & (c), To Be Considered For Architect-engineer Contracts, A Firm Must File With The Appropriate Office Or Board The Standard Form 330. These Qualification Statements Will Be Classified With Respect To The Following:
primary Evaluation Criteria:
1.proposed Design Team: The Qualifications Of All Individuals Which Will Be Used For These Services, Including The Project Manager, Key Personnel, And Any Consultants, Will Be Examined.
2.specialized Experience: Including Technical Competence In The Type Of Work Required, As Well As Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
3.capacity: Ability For The Firm To Accomplish The Work In The Required Time.
4.location And Facilities Of Working Offices: The Geographic Proximity Of Each Firm And Knowledge Of The Facility Will Be Evaluated. This Criterion Will Apply To The Offices Of Both The Prime Firm And Any Consultants.
5.past Performance/reputation: Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. This Factor May Be Used To Adjust Scoring For Any Unusual Circumstances That May Be Considered To Deter Adequate Performance By An A/e.
6.record Of Significant Claims: Any Record Of Claims Against The Firm Due To Improper Or Incomplete Architectural And Engineering Services Will Be Evaluated.
7.teamwork: Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
secondary Evaluation Criteria:
1.proposed Design Approach For This Project: The Overall Proposed Design Philosophy That The Design Team Will Use On This Project Will Be Evaluated, Along With Any Anticipated Problems Associated With This Type Of Design And Potential Solutions.
2.project Control/management Plan: The Organization Of The Proposed Design Team That Will Be Managing The Project During Both The Design And Construction Phases And Techniques Of The Proposed Design Team To Control The Schedule And Costs Of This Project Will Both Be Evaluated.
3.estimating Effectiveness: A Review Of The Ten (10) Most Recent Projects Will Be Conducted To Determine How Effective The Construction Cost Estimate Provided Was To The Actual Bid Costs Of Those Projects.
4.miscellaneous Capabilities: Many Other Capabilities Of The Proposed Design Team Will Be Evaluated, These Criteria Will Include, But Not Be Limited To: Interior Design, Cadd Applications Used, Value Engineering And Life Cycle Cost Analyses, Environmental And Historic Preservation, Cpm And Fast Track Construction.
submittal Instructions
all Interested And Capable Contractors Must Submit An Electronic Copy Of Their Sf330s, Via Email, By The Closing Time/date Of This Announcement. No Hard/physical Copies Will Be Accepted. They Must Be Submitted To The Contract Specialist At Tiffany.rausch@va.gov.
selection Of Firms
the Evaluation Board Will Review All The Firm S Classifications And Evaluate Them Iaw Far 36.602-(1)(a), Vaar 836.602-170 And Va Acquisition Manual (vaam) M836.602-1. The Evaluation Board Will Recommend At Least Three (3) Most Highly Qualified Firms To The Selection Authority (vaam M836.602-7101(a)). If Approved By The Selection Authority, The Evaluation Board Will Move Forward With Iaw Far 36.602-3(c)&(d) And M836.7101(b). If The Final Selection Report Is Approved By The Selection Authority, The Contracting Officer Will Move Forward And Conduct Negotiations Iaw Far 36.606 And Vaam 836.606.
please Send Your Qualifications Statements To The Contact Referenced On Page One. We Will Accept An Electronic Version. A Firm Will Not Be Considered If It S Sf 330, Part I Is Not Signed, Unless The Sf 330, Part I Is Accompanied With A Signed Cover Letter Or A Current Signed Sf 330, Part Ii.
at The Time Of Submission Of The Sf330, The Offeror Must Represent To The Contracting Officer That It Is A
sdvosb Eligible Under The Va Acquisition Regulation (vaar) Subpart 819.70 - Office Of Acquisition And Logistics (oal) (va.gov);
small Business Concern Under The North American Industry Classification System (naics) Code Assigned To This Acquisition; And
certified Sdvosb Listed In The Sba Certification Database At Https://veterans.certify.sba.gov/
Closing Date26 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Details: Sources Sought The National Cemetery Administration (nca) Southeast District Is Currently Seeking Firms With The Ability To Provide A Design-build Project Section K Drainage Improvements - Puerto Rico At The National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Puerto Rico, 00961. Please Read The Scope Of Work Below In Its Entirety And Respond With Los Information. Businesses Responding Shall Indicate Their Socio-economic Status For Example: Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Hub Zone, 8a, Woman Owned Etc.â The Small Business Administration Website Has The Small Business Defined: Http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm.â Respondents Shall Indicate Their Status As A Foreign-owned Or Foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Requirement. All Vendors Must Be Registered In The System For Award Management (sam) And Vip Vendor Information Portal âunder The Correct Naics Code. Https://www.sam.gov/portal/sam/#1 Vendors Claiming Service Disable Veterans Own Small Business (sdvosb) Or Veteran Own Small Business (vosb) Must Be Certified In The Vetbiz Database.â Http://www.vetbiz.gov/ The Naics Code For This Source Sought Is Naics Code 237990 Other Heavy And Civil Engineering Construction ââsize Standard 45k And/or The Government Reserves The Right To Consider A Sdvosb, Vosb Or Small Business Set-aside Based On Responses To This Source Sought. All Information Submitted By Respondents To This Source Sought Synopsis Is Voluntary.â This Source Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information And Quotes In Response To This Notice.â Respondents Will Not Individually Be Notified Of The Results Of Any Government Assessments.â The Government S Evaluation Of The Capability Documentation Received Will Factor Into Any Possible Forthcoming Solicitation. Please Fill Out The Below Losâ âand Submit With The Sources Sought Response.: Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) [] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [x] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) [] Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: ___________ Printed Title Of Signee: _____________ Signature: ____________ Date: ______________ Company Name And Address: _______________ âââââââââââââââââââââââââââââââââââââââââââââââââââââââââââââââ Warning:â Severe Penalties For Contractors That Violate The Limitations On Subcontracting Rule:â If Caught During The Performance Violating The Far Government Subcontracting Rules Or Limitations On Subcontracting Clause Under The Code Of Federal Regulations 13 C.f.r. 125.6(g), There Can Be Stiff Penalties: Whoever Violates The Requirements Set Forth In Paragraph (a) Of This Section Shall Be Subject To The Penalties Prescribed In 15 U.s.c. 645(d), Except That The Fine Shall Be Treated As The Greater Of $500,000 Or The Dollar Amount Spent, In Excess Of Permitted Levels, By The Entity On Subcontractors. A Party's Failure To Comply With The Spirit And Intent Of A Subcontract With A Similarly Situated Entity May Be Considered A Basis For Debarment On The Grounds, Including But Not Limited To, That The Parties Have Violated The Terms Of A Government Contract Or Subcontract Pursuant To Far 9.406-2(b)(1)(i) (48 Cfr 9.406-2(b)(1)(i)). â Contracting Officers May Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During The Performance Of The Contract By Having The Contractor Provide Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. Capability Statement As It Pertain To The Performance Scope Of Work âare Highly Encouraged. Responses Are Encouraged As They Will Assist On Set Aside For Social Economic Group. Interested Individuals Shall Provide A Capability Statement, To Include Complete Address, Phone & Fax Number Of Contacts.â All Emails From Interested Parties Must Be Received By Friday , 02/21/2021 Nlt 10:00 Am Est. Interested Parties Must Submit An Answer To The Limitation Of Subcontracting (los) âincorporated In This Sources Sought. Interested Parties Submitting Quotes Must Be Certified And Active In The Vendor Information Portal (vip) System At The Time Of The Rfq Submission. Https://vip.vetbiz.va.gov/government-home/ Interested Parties Must Be Registered Under The Applicable Naics Code For This Requirement In System For Award Management (sams) At The Time Of The Rfq Submission. Https://beta.sam.gov/content/home Scope Of Work Overview General Intent This Scope Of Work Is For A Design-build Project. The Prime Contractor, Otherwise Known Herein As The Contractor, Will Be Responsible For Professional Services For Delivering The Project Design As Well As Construction Of The Agreed Upon Construction Project. All Work Must Meet Nca Design Guide Standards, Va Construction And Safety Requirements, Osha, Epa, And Puerto Rico Department Of Environmental Protection Standards. Project Scope Provide All Labor, Materials, Tools And Equipment, Design, And Construction Services Necessary For Design And Construction Of A Project Described Herein And Other Specific Tasks As Further Defined By This Request For Proposal (rfp). Contractor To Review Existing Conceptual Design, Geotechnical Report, And Specifications, Fully Investigate, Obtain Reports, And Survey Elevations/headstones/storm Lines/systems/etc., As Required, To Eliminate Water Ponding Within The Existing Cemetery Section. Work Entails Precise Removal, Identification / Tagging, And Replacement Of Existing Flat Headstones. Due To Space Constraints And Required Headstone Storage, Contractor Shall Phase Construction. After Award, But Prior To The Start Of Any Work, The Contractor Shall Contact The Contracting Officer Representative (cor)/project Manager To Review Proposed Methods, Plans, And Design For Completion Of Work And To Review Project Staging, And Project Phasing, And Safety And Health Requirements. Field Work May Not Commence Until These Plans Have Been Approved As Detailed Below. Work Within Existing Burial Sections And Specifically Removal Of Headstones Requires Notification To The Next-of-kin Family Member By Cemetery Staff. Project Phasing Should Consider A 30-day Notification Process. The Contractor Shall Obtain All Environmental And Other Necessary Permits That Would Be Required Prior To Construction Commencing. Material And Product Submittals As Well As Shop Drawings To Be Submitted To Va For Review Prior To Starting Any Work. General Requirements General Requirements See Specification Section 01 00 02 General Requirements (minor Nca Projects) General Scope Items The Following Is A List Of General Scope Requirements: 1. Meet With Nca Cemetery Staff, Review Conceptual Drawings And Specifications, And Perform Field Work Necessary To Determine Required Final Design, Labor, Materials, And Equipment. 2. When Conflict Exist Between Documents The Order Of Precedence Shall Be Specifications Then Drawings. Any Conflicts Shall Be Identified To The Cor And Be Resolved Using The Rfi Process To Allow For Proper Documentation And Correction As Necessary. 3. Permitting (external To Va): A. All Construction Permits And Waivers Are The Responsibility Of The Contractor. This Includes, But Not Limited To All Applicable Environmental, National Pollutant Discharge Elimination System (npdes) Permit - Epa Region 2 Construction General Permit (cgp), And Local Permits. B. Coordinate And Obtain State Historic Preservation Office (shpo) Concurrence Prior To The Start Of Construction. Nca Historic Architect Shall Initiate Consultation With The Shpo, Tribal Organizations, And Any Other Stakeholders Identified As Having Interest In The Project. The Contractor S Architect / Engineering (a/e) Professional Shall Prepare Project Cover Memo, Description, Maps, Project Elements, Concept Drawings, Puerto Rico Section 106 Project Review Consultation Form, And Other Initial Documents To Support The Nca Historic Architect For Notification Of Intent Without Adverse Action To The Puerto Rico Shpo. 4. All Field Work Shall Be Scheduled At Least 72 Hours In Advance With Nca Cemetery Management. 5. Design And Construction To Meet Latest Edition Of All Applicable Building Codes, Nca Specifications, Nca Design Guide, And Va Design Manuals. 6. Host And Provide Agenda For Milestone Design Reviews And Weekly Construction Coordination Meetings. Meeting Minutes Shall Be Distributed Within Two (2) Business Days After The Meeting. 7. Contractor Shall Utilize An Electronic Review And Correction Tracking System To Review Design Comments And Respond. 8. Utilize A Project Management Software For Meeting Minutes And All Contractor Record Keeping Such As Procore â© Or Approved Equivalent. Outlook, Excel And Other Manual Management Systems Are Not Acceptable. 9. All Work Shall Be Performed In Accordance With Osha Regulations. 10. Submit Baseline Schedule, Schedule Of Values (cost Schedule), Bonding, Insurance, And Resume And Certification(s) Of Key Personnel 10 Days Following Award. 11. Submit Monthly Schedule Updates Along With Progress Payment Request. 12. Submit Monthly Waste Disposal And Diversion Form Along With Progress Payment Request. Management Requirements The Contractor Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Project. The Following Are Identified As Key Personnel: Overall Project Manager Design Project Manager Construction Project Manager Project Site Superintendent Osha Competent Person / Site Safety Officer, May Be Additional Duty Quality Control Manager, May Be Additional Duty A/e Designer Of Record A/e Field Representative Project Management The Contractor Must Have A Program/project Manager To Provide Project Communications And Monitor Progress Of Design, Construction, And Overall Quality Of Deliverables. Supervision The Contractor Must Have A Superintendent Fluent In English And Spanish On The Job Site During Working Hours. The Superintendent Must Have A Minimum Of 5 Years Of Experience As A Superintendent On Previous Projects Of Similar Size And Complexity. The Superintendent May Serve As The Site Safety And Health Officer. Provide A Superintendent Resume For The Proposed On-site Project Superintendent Describing Experience With References And Qualifications To The Contracting Officer For Approval. The Contracting Officer Reserves The Right To Interview The Proposed On-site Project Superintendent At Any Time In Order To Verify The Submitted Qualifications. Work Location And Restrictions The Work Site Location Is At The Puerto Rico National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Puerto Rico, 00961. Office Operating Hours Are Monday Through Friday, 8:00 Am 4:00 Pm. Office Is Closed Federal Holidays Except Memorial Day And Veterans Day. Cemetery Visitation Hours Are Daily 7:30 Am 5:00 Pm. Work Shall Not Be Performed On Memorial Day Or Veterans Day And Should Be Reduced In The Days Preceding Due Event Preparation And High Cemetery Visitation. Work Outside The Cemetery S Operating Hours Require 72-hour Notice And Approval By The Cor. See General Requirements Specification Section 01 00 02 And Dignity Standards Contract Clause. List Of Attachments The Following List Of Documents Are Attached To This Sow For Contractor Use And Incorporation Into The Project Documents: 1. Project Milestone Outline 2. 871cm3033 Storm System Design Conceptual Drawings 3. 871cm3033 Storm System Design Project Manual / Specifications / Geotechnical Report 4. Puerto Rico National Cemetery Gis Data Files 5. 871cm3033 Autocad Design Data Files 6. Sample Forms Transmittal Form (4025) Submittal Register (4288) Quality Control Reports (4296) Contractor Production Report Contractor Quality Control Report Government Quality Assurance (qa) Report Initial Phase Checklist Preparatory Phase Checklist Rework Items List Testing Plan And Log Rfi Form (6108) Activity Hazard Analysis (6206) Accident Prevention Plan (6293) Solid Waste Disposal And Diversion Note Above Is Not An Exhaustive List Of Required And/or Available Forms. Contractor S Architect/engineer (a/e) Requirements Required Disciplines And Expertise The Contractor Shall Engage The Services Of All A/e Consultants In Each Discipline Deemed To Be Necessary To Fulfill The Requirements Of The Project Plan, Permitting, And Regulatory Compliance. Each Discipline Shall Document And Investigate The Relevant Existing Conditions, Review Available Information, And Verify All Essential Elements Pertinent To Their Discipline. Site Investigations Shall Measure, Photograph, And Document The Conditions Of Areas To Be Renovated And/or Impacted. The A/e Shall Visit The Project Site To Investigate The Information Shown On The Government Furnished Drawings, Record (as-built) Drawings And Other Planning Documents Which Are Part Of This Contract. This Information Is The Best Available, But The Government Does Not Guarantee Its Accuracy Or Completeness. The A/e's Investigation Of Field Conditions Shall Be Performed In A Competent Professional Manner In Accordance With The Nca Design Manual And Other Applicable Nca/va Requirements. It Is The A/e's Responsibility To Research The Existing Government Documents, Determine Those That Are Applicable To The Project And Request Copies From The Government; The Government Will Not Perform A Search Of Government Documents To Determine The Information That The A/e May Need During Design. General Design Considerations Site Investigation In The Design Build Process, Site Investigation Will Be Divided Into Review Of Existing Concept Design Data And Additional Contractor Obtained Testing. The Testing And The Required Milestones To Reach Them Can Be Found In Milestone Outline In Attachment 1. The Milestones Are Defined By The Design Percent Complete And Approval Of The Required Submittals For The Activity. Design Within Funding Limitations The Design Shall Be Prepared By The Contractor S A/e. It Is Anticipated That The Design And Some Construction Activities May Be Occurring Simultaneously Throughout The Period Of Performance. All Of The Design And Construction Requirement Of The Project Shall Not Exceed The Project S Estimated Cost. This Price Includes Design, Construction, Construction Management, Contingency, Portable Equipment, Impact Costs For Any Portion Of The Project. A Detailed Cost Analysis Shall Be Provided As A Deliverable Document Of This Contract To Ensure Meeting The Cost Goal. The Final Construction Cost Estimate Determined At The Completion Of Construction Documents Will Represent The Most Probable Low Bid . The Design Build Team Is Responsible For Establishing Internal Controls For Keeping The Total Design Build Project Cost Within The Projected Funding Limits The A/e Will Be Required To Revise Design And Resubmit Cost Estimates As Necessary (at No Cost To The Va) Should Cost Estimates Exceed Construction Funding. Design Criteria The Va Technical Information Library (til) Available At Https://www.cfm.va.gov/til/nca.asp And Https://www.cfm.va.gov/til/catalog.asp Is Managed By The Va Office Of Construction And Facility Management And Is The Master Repository For All Va Numbered Standards For Construction To Include Design And Construction Specifications, Procedures, Standard Details, Bim/cad Standards, Equipment Guides, Space Planning And Design Guides. The Documents Of The Til Shall Be The Minimum Design Criteria For All Va Projects Performed In The Construction Of New Facilities And The Modernization, Alteration, Addition, Or Improvement Of Its Real Property. All Design Documents Shall Be Developed In Accordance With The Va Til, Including (but Not Limited To) The Following Listed Department Of Veterans Affairs References: Pg-18-1 / Edited For Nca Projects Master Construction Specifications Pg-18-3 Design And Construction Procedures [including But Not Limited To: Codes, Standards, And Executive Orders] Pg-18-4 / Cad Standard Details And Cad Standards Pg-18-10 Design Manuals (by Discipline) [including But Not Limited To: Guiding Principles Checklists As Indicated For Nrm Projects In Sustainable Design Manual, Life Cycle Cost Analysis] National Cemetery Administration (nca) Design Guide Https://www.cfm.va.gov/til/nca/dgnca.pdf Pg-18-12 Design Guides (graphical, By Function) Pg-18-15 Volume D Minimum Requirements For A/e Submissions National Cemetery Projects Pg-18-17 Environmental Compliance Manual H-7545 Va Cultural Resource Management Procedures Where Conflicts Exist Between Va Adopted Codes And Standards And The Documents On The Til, The A/e Shall Bring This To The Attention Of The Va. The Resolution Of The Conflict Shall Be Made By The Authority Having Jurisdiction For Va To Ensure Consistency Department Wide. A/e Shall Use Latest References Released At Time Of Award. Revisions During Project Execution Need Not Be Incorporated Unless Stated Otherwise By The Project Engineer For A Change Critical To The Scope (i.e. Specification/reference Effectivity Date Is Contract Award Date Unless Critical Changes Are Flowed Down). Design Collaboration The A/e During This Design Project Shall Collaborate With The Nca Design And Construction Service, Nca Southeast District Engineering Staff, And The Onsite Cemetery Personnel As Required. Responsibility After Design Completion The A/e Is Required To Support The Design Build Team Should Errors Or Omissions In The Documents Create Problems In This Contract. As Needed, The A/e Will Clarify The Design Intent And Correct Any Errors Or Omissions In The Original Documents. The Corrections Shall Be Done In A Timely Manner At No Additional Cost To The Government. The A/e Shall Incorporate Amendment Changes On The Original Drawings And/or Cad Drawings When Requested To Do So After The Bidding Process At No Extra Cost To The Government. In Addition, The A/e Shall Incorporate Amendment Changes On The Submittal Registers And Submit On A Cd Labeled With The Project Title, Location, And Construction Contract Number. If Clarifications Are Required, The A/e Will Prepare The Required Amendment. Submittals Design Submittals Shall Follow The Requirements Of Program Guide, Pg-18-15, Volume D A/e Submission Requirements For National Cemetery Administration Projects. The A/e Shall Deliver Design Submittal Documents That Follow The Iterative Phase Breakdown For Design Work In Pg-18-15 Volume D And As Additionally Specified Below. Specific Requirements For Each Discipline/work Product Listed Under Each Phase Can Be Found In Pg-18-15 Volume D; It Is Expected For The Phase Of Design That Each Of The Applicable Items Listed In The Sd/dd/cd Columns Will Be Completed For The Submittal. The A/e Shall Attend A Review Meeting Following Each Design Submittal As Indicated Under The Project Schedule Section Of This Scope Of Work. Each New Submittal Will Incorporate All Va Comments From The Previous Submittal. The Following Submittals Will Be Required For This Project (minimum): 1. Design Quality Assurance/quality Control (qa/qc) Plan 2. Basis Of Design (bd) In The Requirements In Pg-18-15 Volume D, A Basis Of Design Report Is Required. Basis Of Design Is A Narrative Presentation Of Facts, Sufficiently Complete, To Demonstrate That The Project Concept Is Fully Understood, And That Subsequent Design Details, And Their Ultimate Presentation In The Final Drawings And Specifications, Will Be Based On Sound Architectural And Engineering Decisions. Document Shall Include Preliminary Stormwater Design Calculations. Important Changes To Government Provided Conceptual Design (cd) 30% Shall Be Annotated In This Document. 3. Design Development (dd2) 65% Requirements Of Both Dd1 And Dd2 Submissions Shown In Pg 18-15 Volume D Will Be Consolidated Into A Single Submission. 4. State Historic Preservation Office (shpo) Documentation. 5. Construction Documents (cd1) 90% 6. Final Construction Documents (cd2) 100% Design Documentation. Refer To The Nca Design Guide For Requirements Related To Size, Format, Standards, Labeling, Etc. Drawing Sheets. All Drawings Sheets Shall Use The Standard Va/nca Title Block. Sheet Size Is 30 X 42 . The Title Block Will Contain The Following Information -- Project Title: Section K Drainage Improvement; Location: Puerto Rico National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Pr 00961; Project Number: 871cm3033 Submittal Distribution Submittals Shall Include Electronic Format And Hard Copy Formats As Listed Below. Portable Document Format (.pdf) Along With The Native Document Format Microsoft Office Suite Formats (.doc, .xls, And .ppt), Microsoft Project (.mpp) And Autodesk And Civil3d (.dwg) Files Are Required. Recipients Nca Poc Design Drawings Specifications/ Studies/ Reports/ Calculations/ Cost Estimate / Other Project Manager 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* Nca Dcs Review Staff (3) 1 Set (e-file) 1 Set (e-file) District Engineer 1 Half-size Set 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* Cemetery Director 1 Half-size Set 1 Set (e-file) 1 Full-size Set At Bid Documents* 1 Set (e-file) Cd/dvd At Bid Documents* Color Board Cemetery Development And Improvement Service 1 Set (e-file) 1 Set (e-file) Nca Crypt Engineer 1 Set (e-file) 1 Set (e-file) Contracting Officer 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* *note: Electronic Set Is The Final Set That Will Be Submitted With All Pr
Closing Date21 Mar 2025
Tender AmountRefer Documents
1821-1830 of 1996 archived Tenders