Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: 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 Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania.
project Description:
the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications.
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 April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. 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 548 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 Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control 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. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
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. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
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 Six (6) 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, 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 1-31-2025 At 4:00 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:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
see Attached Document: P01 - Sow.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
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 Project 623-21-700 Construct Ehrm Infrastructure Upgrades Muskogee Located At The Jack C. Montgomery Va Medical Center In Muskogee, Ok.
project Description:
the Jack C. Montgomery Va Medical Center (vamc) Muskogee, Oklahoma Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Provide The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (piping, Exterior Wall, Interior Wall For Water Proofing), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 1, 11, 18, 22, 24, 52, 53, 56, 60 And Site.
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 Early May 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. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factors (far Part 15).
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. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
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 Six (6) Years That Are Of Comparable Size (minimum Dollar Value Of $10,000,000), 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, 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 March 5, 2025 At 1:00 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:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date5 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
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 Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar.
project Description:
this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure.
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 To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). 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 Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). 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 27 January, 2025 At 3:00 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 300
independence, Oh 44131
primary Point Of Contact:
mario Hairston
contract Specialist
mario.hairston@va.gov
secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: The United States Army Contracting Command- Rock Island (acc-ri) On Behalf Of The Office Of The Program Manager, Saudi Arabian National Guard (opm Sang) Issues The Following Request For Proposal (rfp), W519tc25ra003, For The Repair And Completion Of Indoor Firing Range (ifr), Site 2c At Khashm-al-aan, Riyadh, Kingdom Of Saudi Arabia (ksa), In Accordance With (iaw) Federal Acquisition Regulation (far) Part 15 - Contracting By Negotiation And 36 - Construction And Architect - Engineer Contracts.
this Rfp Is Issued As A 100% Full And Open Competition. The Government Intends To Award A Single Firm Fixed Price (ffp) Type Contract From This Solicitation To The Responsive, Responsible Offeror Whose Proposal Represents The Best Value, Non-price And Price Factors Considered.
the Place Of Performance Is In Ksa, The Requirement Will Utilize Foreign Military Sales (fms) Funding.
the Scope Of This Project Is For The Repair And Completion Of The Ifr. Performance Will Include All Work Iaw The Statement Of Work (sow) Found At Attachment 0001 Of This Solicitation.
amendment 0001 Narrative
update Attachment 0010 Section L, Sections B.1 And B.2., Incorporate "attachment 0012 Breakdown Of Clins", "attachment 0013 Bill Of Quantity Ifr", "attachment 0014 Questions And Answers Received From Industry Day And Site Visit 03-04 December 2024", "attachment 0015 Final Structural Report", Remove Attachment 0003- Sf24-23a And Extend Solicitation Closing Date To 02 February 2025, 3:00 Pm, United States- Central Time.
amendment 0002 Narrative
to Extend The Solicitation Closing Date From 02 Febuary 2025 To 03 March 2025.
amendment 0003 Narrative
1. The United States Army Contracting Command- Rock Island (acc-ri) On Behalf Of The Office Of The Program Manager, Saudi Arabian National Guard (opm Sang) Issues The Following Amendment 0003 To Request For Proposal (rfp), W519tc25ra003, For The Repair And Completion Of Indoor Firing Range (ifr), Site 2c At Khashm-al-aan, Riyadh, Kingdom Of Saudi Arabia (ksa).
2. The Scope Of This Project Is For The Repair And Completion Of The Ifr. Performance Will Include All Work Iaw The Statement Of Work (sow) Found At Attachment 0001 Of This Solicitation And Supplementary Reference Ifr Specifications Book Found At Attachment 0018.
3. The Purpose Of Amendment 0003 Is The Following:
A. Update Attachment 0010 Section L, Dated 10 February 2025: Section B.2. Removal Of Fire Suppression And Hvac Language And 35% Complete Plans On The Foundation And Structural Remediation. Addition Of Language, "iaw Sow And Supplementary Attachment 0018, Found At Attachment 0001 And Attachment 0018" Highlighted Within The Document.
B. Update Attachment 0011 Section M, Dated 10 February 2025: Section B.2. Addition Of Language, "iaw Sow And Supplementary Attachment 0018, Found At Attachment 0001 And Attachment 0018" Highlighted Within The Document.
C. Update Attachment 0001 Ifr Scope Of Work 06 February 2025.
D. Incorporate Questions And Answers Received From Industry Day And Site Visit Prior To Close Of Business 11 December 2024, Via Attachment 0016, "attachment 0016 Questions And Answers Received Via Email Prior To 11 December 2024".
E. Incorporate "attachment 0017 Change Orders Ifr_redacted", Describing Previous Change Orders.
F. Incorporate "attachment 0018 Supplementary Reference Ifr Specifications Book".
G. Incorporate "attachment 0019 Historical Quantities Proposal Qtn 18.12.21-rev01-discounted Dtd 27.01.2022 Aas (1)_redacted"
H. Extend Solicitation Closing Date To 09 March 2025, 11:59 Pm, United States- Central Time. The Solicitation Closing Is Extended As A Result Of This Amendment. All Late Submissions Will Be Considered Unacceptable, And Consideration Will Be Up To The Contracting Officers Discretion.
I. Additionally, Questions Received On Or Before 19 February 2025 11:59 Central Time Will Be Answered Via Amendment. All Questions Received After 19 February 2025 Will Not Be Opened Or Addressed.
4. The Government Representatives And Points Of Contact For This Rfq Are Mrs. Amanada Smith, Amanada.l.smith.civ@army.mil, And Contracting Officer, Mrs. Holly Gibbs At Holly.a.gibbs3.civ@army.mil.
amendment 0004 Narrative
1. The United States Army Contracting Command- Rock Island (acc-ri) On Behalf Of The Office Of The Program Manager, Saudi Arabian National Guard (opm Sang) Issues The Following Amendment 0004 To Request For Proposal (rfp), W519tc25ra003, For The Repair And Completion Of Indoor Firing Range (ifr), Site 2c At Khashm-al-aan, Riyadh, Kingdom Of Saudi Arabia (ksa).
2. The Scope Of This Project Is For The Repair And Completion Of The Ifr. Performance Will Include All Work Iaw The Statement Of Work (sow) Found At Attachment 0001 Of This Solicitation And Supplementary Reference Ifr Specifications Book Found At Attachment 0018.
3. The Purpose Of Amendment 0004 Is The Following: Incorporate Questions And Answers Received From Industry In Response To Amendment 0003, Via Attachment 0020, "attachment 0020 Question And Answers Ifr Amendment 0004_26 February 2025."
4. The Government Representatives And Points Of Contact For This Rfq Are Mrs. Amanada Smith, Amanada.l.smith.civ@army. Mil, And Contracting Officer, Mrs. Holly Gibbs At Holly.a.gibbs3.civ@army.mil.
amendment 0005 Narrative
1. The United States Army Contracting Command- Rock Island (acc-ri) On Behalf Of The Office Of The Program Manager,
saudi Arabian National Guard (opm Sang) Issues The Following Amendment 0005 To Request For Proposal (rfp),
w519tc25ra003, For The Repair And Completion Of Indoor Firing Range (ifr), Site 2c At Khashm-al-aan, Riyadh, Kingdom
of Saudi Arabia (ksa).
2. The Scope Of This Project Is For The Repair And Completion Of The Ifr. Performance Will Include All Work Iaw The Statement Of
work (sow) Found At Attachment 0001 Of This Solicitation And Supplementary Reference Ifr Specifications Book Found At
attachment 0018.
3. The Purpose Of Amendment 0005 Is To Provide The Following Clarity Regarding Bank Letter Of Guarantee/bid Bond:
a. There Is Not A Standard Format Required, Proceed With Issuing The Standard Format From Local Bank In Ksa.
b. In This Regard, For This Solicitation The Beneficiary Details Are Not Required. If Contractor Needs This Information On The Bid Bond
certificate/bid Bank Letter Of Guarantee, The Beneficiary Shall Be: The Office Of The Program Manager- Saudi Arabia National
guard.
4. The Government Representatives And Points Of Contact For This Rfp Are Mrs. Amanada Smith, Amanada.l.smith.civ@army.
mil, And Contracting Officer, Mrs. Holly Gibbs At Holly.a.gibbs3.civ@army.mil.
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Details: (1)national Stock Number (nsn)
---6650014441229 Eyeguard, Optical Instrument
(2)specification And Whether An Offeror, Its Product, Or Service Must Meet A Qualification Requirement In Order To Be Eligible For Award, And Identification Of The Office From Which Additional Information About The Qualification Requirement May Be Obtained (see Subpart 9.2).
---not Applicable (n/a)
(3)manufacturer, Including Part Number, Drawing Number, Etc.
---rubbercraft Corporation Of California, 77969 P/n Cmi525‐itt‐001
iaw Basic Drawing Nr 1x4f3 Amscbdoc
revision Nr Dtd 03/07/2007
(4)size, Dimensions, Or Other Form, Fit Or Functional Description.
---n/a
(5)predominant Material Of Manufacture.
---unknown
(6)quantity, Including Any Options For Additional Quantities.
---the Estimated Annual Demand Quantity Is 11096 Ea
(7)unit Of Issue.
---each (ea)
(8)destination Information.
---conus Stock Locations
(9)delivery Schedule.
---government Required Delivery Is 70 Days.
(10)duration Of The Contract Period.
---five Years With No Option Periods
(11)sustainable Acquisition Requirements, Such As A Description Of High-performance Sustainable Building Practices Required, If For Design, Construction, Renovation, Repair, Or Deconstruction (see Part 23 And 36.104).
---n/a
(12)for A Proposed Contract Action In An Amount Estimated To Be Greater Than $25,000 But Not Greater Than The Simplified Acquisition Threshold, Enter-
(i)a Description Of The Procedures To Be Used In Awarding The Contract (e.g., Request For Oral Or Written Quotation Or Solicitation); And
---simplified Procedures For Certain Commercial Items Are Applicable. The Contracting Officer Has Determined That This Nsn Is Commercial In Accordance With The Description In Far 2.101. Quotes Shall Be Submitted As Follows:
the Only Method Of Submitting A Quote That Is Authorized For This Solicitation: Email Quotes To: Charles.mielkeii@dla.mil A Single Email Cannot Exceed 10 Mb. Quotes Greater Than 10 Mb Must Be Divided Into Multiple Emails. The Completed Section B, And All Documents Must Be Received Via Appropriate Transmission Method By 3:00 Pm Local Time Directly To The Buyer. While Price May Be A Significant Factor In The Evaluation Of Quotes, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery And Past Performance. Subcontracting Plans Are Required For Large Businesses.
(ii)the Anticipated Award Date.
---approximately, July 2025
(13)for Architect-engineer Projects And Other Projects For Which The Product Or Service Codes Are Insufficient, Provide Brief Details With Respect To: Location, Scope Of Services Required, Cost Range And Limitations, Type Of Contract, Estimated Starting And Completion Dates, And Any Significant Evaluation Factors.
---n/a
(14)(i)if The Solicitation Will Include The Far Clause At 52.225-3, Buy American-free Trade Agreements-israeli Trade Act, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To Free Trade Agreements."
---n/a
(ii)if The Solicitation Will Include The Far Clause At 52.225-5, Trade Agreements, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements.”
--- One Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements. The Acquisition Will Include Dfars 252.225-7021 Trade Agreements (mar 2022)
(iii)if The Solicitation Will Include The Far Clause At 52.225-11, Buy American-construction Materials Under Trade Agreements, 52.225-23, Required Use Of American Iron, Steel, And Manufactured Goods-buy American Statute-construction Materials Under Trade Agreements, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements."
---n/a
(15)in The Case Of Noncompetitive Contract Actions (including Those That Do Not Exceed The Simplified Acquisition Threshold), Identify The Intended Source And Insert A Statement Of The Reason Justifying The Lack Of Competition.
---the Source Is Listed Under (3) Above. The Statutory Authority Permitting Other Than Full And Open Competition Is 10 U.s.c. 3204(a)(1) As Implemented By Far 6.302-1. The Government Requires Spare Parts That Are Form, Fit, And Functionally Interchangeable With Those Currently Used On The Supported End Item Or Weapon System. The Acquisition Is Restricted To The Following Source(s) Of Supply, Which Are The Only Source(s) Known To Have The Capability Of Furnishing The Required Supplies And The Only Source(s) Currently Approved By The Design Control Activity. The Use Of The Authority At 10 U.s.c. 3204(a)(1) Is Based On The Item Has An Acquisition Method Code Of “3” Which Means Acquire, For The Second Or Subsequent Time, Directly From The Manufacturer And It Has An Acquisition Method Suffix Code Of “b” Which Means This Part Must Be Acquired From A Manufacturing Source(s) Specified On A Source Control Or Selected Item Drawing As Defined By The Current Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing Knowledge Are Not Available To Permit Acquisition From Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained.
(16)(i)except When Using The Sole Source Authority At 6.302-1, Insert A Statement That All Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency.
---n/a
(ii)when Using The Sole Source Authority At 6.302-1, Insert A Statement That All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency.
---all Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Traceability: If The Offeror Is Not Identified As An Approved Source In The Item Description, The Offeror Shall Submit Traceability Documentation To The Contracting Officer On Or Before The Date That Quotes Are Due. Failure To Provide Any Required Documentation Within The Stated Timeframe May Result In Rejection Of The Quote. The Contracting Officer Determines The Acceptability And Sufficiency Of Documentation Or Other Evidence, At His Or Her Sole Discretion. If The Contracting Officer Finds The Evidence To Be Unacceptable, Or If The Contractor Fails To Retain Or Provide The Requested Evidence, The Award May Be Cancelled Or Contract May Be Terminated For Cause/default, As Applicable.
(17)if Solicitations Synopsized Through The Gpe Will Not Be Made Available Through The Gpe, Provide Information On How To Obtain The Solicitation.
---the Solicitation Will Be Posted On The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/dodwarning.aspx?goto=/default.aspx
(18)if The Solicitation Will Be Made Available To Interested Parties Through Electronic Data Interchange, Provide Any Information Necessary To Obtain And Respond To The Solicitation Electronically.
---n/a
(19)if The Technical Data Required To Respond To The Solicitation Will Not Be Furnished As Part Of Such Solicitation, Identify The Source In The Government, Such As Https://www.sam.gov, From Which The Technical Data May Be Obtained.
---n/a
Closing Date27 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Update:this Update Provides Revised Answers To Questions Received With The Most Current Information Available. One Document Is Uploaded Related To This Posting:
-onsite Duckabush Industry Day Q And As Revised.
update:this Update Posts Answers To Questions Received At The Onsite Industry Day, Adds The Attendance List Of The On-site Industry Day, And Revises Slide 6 Of The Virtual Day Presentation. The Tentative Schedule On Slide 6 Is Revised.
three Documents Are Uploaded Related To This Posting:
- Onsite Duckabush Industry Day Summary Q&as
- Onsite Duckabush Industry Day Attendee List.
- Revised Virtual Duckabush Industry Day Presentation
update: The Virtual Industry Day Took Place As Scheduled On 9 October 2024. A Recording Of The Event May Be Viewed At This Link:
https://youtu.be/ckl80dpnimg
three Documents Are Uploaded Related To The Virtual Industry Day:
- Virtual Duckabush Industry Day Presentation
- Virtual Duckabush Industry Day Summary Q&as
- Virtual Duckabush Industry Day Attendee List.
agency/office:
u.s. Army Corps Of Engineers
location:
usace Northwestern Division – Seattle (nws) District
title:
industry Days - Duckabush Estuary Restoration
location: Virtual. Zoom Information Provided Below.
date: 9 October 2024
time: 10:00 Am To 12:00 Pm Pdt
location: Onsite. Location Information Provided In Attachment 1. The Onsite Visit Is Restricted To Two Personnel Per Company. Follow Pre-registration Steps Provided Below.
date: 10 October 2024
time: 10:00 Am To 2:00 Pm Pdt
description:
the United States Army Corps Of Engineers (usace), Northwestern Division - Seattle District (nws) Is Hosting A Virtual Industry Day On 9 October 2024 And An Onsite Industry Day On 10 October 2024 To Provide Additional Information And Gain Feedback From Industry On An Upcoming Requirement For The Duckabush Estuary Restoration Civil Works Project In Jefferson County, Washington. The Government Is Seeking Qualified, Experienced Sources Capable Of Performing This Type Of Project.
the Agency Has Been Tasked To Solicit For And Award A Construction Contract To Restore The Duckabush Estuary Ecosystem. The Project Is A Unique Integration Of Design By The Usace For The Ecosystem Restoration Components And The Washington State Department Of Transportation For The Transportation Components. Key Restoration Elements Are Intended To Restore Natural Tidal And Riverine Processes, Promote Salmon Spawning In The Duckabush River, And Support Other Native Plant And Wildlife Populations. Transportation Elements Include Construction Of An Elevated Roadway On A 1,613-foot Long 34-foot-wide Bridge Upstream From The Existing U.s. Highway 101 (us 101). The Bridge Will Be An 8-span Precast Post-tensioned Splice Girder Design Structure With Drilled Pier/shaft (6-10 Feet Diameter Up To 170 Feet Deep) Foundations Installed In Tidally Inundated Waters. The New Bridge Will Accommodate A New Intersection At Duckabush Road With A Left Turn Pocket From Northbound Us 101 Onto Duckabush Road. Two Culverts Will Be Replaced With Fish-passable Structures: The Us 101 Crossing At Petitjean Creek (north Of The New Widespan Bridge) With A New 81-feet Long 42-foot 10-inch Wide Bridge And The Us 101 Unnamed Tributary Crossing (south Of The New Widespan Bridge) With A Buried Structure. The Project Also Includes Removal Of 1,700 Feet Of The Us 101 Causeway And Two Bridges Across The Estuary, The Removal Of Training Berms Along The River, And The Excavation Of Channels At Or Near Their Historical Configurations. Other Project Elements Include The Placement Of Project-generated Woody Material (engineered Logjams And Anchored Large Wood Structures), The Removal Of The Pre-1930s Remnant Roadbed And Piles, Inclusion Of Parking Lots For Public Access To The Estuary And Tidelands On Each End Of The New Bridge, And Estuarine Wetland And Upland Plantings.
attached Is A Preliminary Layout Of The Major Features Of Work.
this Performance Window Is Constrained By Restrictions To Work That Occurs In Saltwater And Freshwater Areas, And Environmental And Cultural Resource Restrictions. Most Of The Site Is Affected By The Tides And River Flows, So Work Must Be Planned Around These Additional Constraints. The Duckabush Estuary Is Near Brinnon, Washington, A Rural Area On The Western Shore Of Hood Canal. For The Duckabush River Estuary, The Authorized Work Time In Saltwater Areas Begins 15 July And Ends 15 January In Any Year. For The Smaller Stream Crossings, The Authorized Work Time In Freshwater Areas Begins 15 July And Ends 31 August In Any Year. Work Is Anticipated To Begin In 2026.
the Proposed Project Is Anticipated To Be A Competitive, Firm-fixed-price Type Contract To Be Procured In Accordance With The Federal Acquisition Regulation (far) Part 36 (construction And Architect-engineer Contracts) And Far Part 15 (contracting By Negotiation), Using The Tradeoff Process.
in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) Part 236, The Estimated Construction Price Range For This Project Is: Between $100,000,000 And $250,000,000. Estimated Duration Of The Project Is 1050 Calendar Days From Issuance Of The Notice To Proceed. The North American Industry Classification System Code For This Procurement Is, 237310 Highway, Street, And Bridge Construction, Which Has A Small Business Size Standard Of $45 Million.
the Virtual Industry Day Event Will Take Place On 9 October 2024 At 10:00 Am Pdt Via Zoom. Below Is The Link To Register In Advance For This Webinar.
https://us02web.zoom.us/webinar/register/wn_62ikmke1t6iuu3hfk22mlg
after Registering, You Will Receive A Confirmation Email Containing Information About Joining The Webinar.
please Pre-register For The Onsite Industry Day By Providing The Following Information In An Email To Londres Medranda, Contract Specialist, At Londres.medranda@usace.army.mil And Juliana Houghton, Project Manager, At Juliana.houghton@usace.army.mil, And Reference The Duckabush Estuary Restoration Project Onsite Industry Day In The Subject Line. Rsvp By 8 October 2024 At 12:00 Pm Pdt. Required Personal Protective Equipment For The Onsite Visit Includes Safety Vest And Boots/safety Shoes.
name Of Company And Unique Entity Id (uei)
major Industry:
prime Or Sub
for Each Attendee (limited To Two Personnel Per Company)
name
title
telephone Number
email Address
the Following Documents Are Attached In Support Of This Special Notice.
attachment 1 - Location Information For Onsite Industry Day
attachment 2 - Preliminary Layout Of The Major Features Of Work
attachment 3 - Questions From Usace To Industry Regarding The Duckabush Estuary Restoration
attachment 4 - Duckabush Estuary Restoration Small Business Participation Goals
if You Would Like To Provide Feedback For Consideration On The Documents, Please Provide Them By Email To: Londres Medranda, Contract Specialist, At Londres.medranda@usace.army.mil By 8 October 2024, 12:00 Pm Pdt.
small Business Program Inquiries:
enshane Hill-nomoto: Enshane.nomoto@usace.army.mil
https://www.nws.usace.army.mil/business-with-us/small-business/
thank You For Your Interest In This Usace Project.
Closing Date10 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Raul Hector Castro Douglas Az Land Port Of Entry Design-build
general Information
document Type: Sources Sought Notice
solicitation Number: 47pk0125r0002
posted Date: 4/17/2025
response Date: 5/01/2025
classification Code: Y1az – Construction Of Other Administrative Facilities And Service Buildings
naics Code: 236220 -- Commercial And Institutional Building Construction
small Business Size Standard - $45m
contracting Office Address
general Services Administration (gsa), Public Buildings Service (pbs), Acquisition Management Division, 50 United Nations Plaza, 3rd Flr. San Francisco, Ca 94102-3434.
description
the General Services Administration (gsa) Is Seeking Sources With Current Relevant Qualifications, Experience, Personnel, And Capability To Perform As The Design-build (db) Contractor For The Construction Of The Raul Hector Castro (rhc) Land Port Of Entry (lpoe), Located At 15 Pan American Ave, Douglas, Az 85607.
the Existing Rhc Lpoe In Douglas, Arizona, Is A Full-service, Multi-modal Port That Inspects Privately Owned Vehicles (pov), Pedestrians (ped), And Commercially Owned Vehicles (cov). The Southeastern Arizona Border Town Of Douglas Is Located Across The Mexican Border From Ciudad Agua Prieta, Sonora. The Lpoe At Douglas Has Been Operating Since 1914. The Current Facilities At The Rhc Lpoe No Longer Function Adequately Given The Site Constraints, Steady Increase In Traffic, And Outdated Facilities And Technologies. The Interaction Between Cov, Pov, And Pedestrian Traffic Is A Significant Concern At The Existing Lpoe As Inadequate Pathways And Separations Between Traffic Types Causes Safety And Security Issues For Customs And Border Protection (cbp) Officers And The Public. As Downtown Douglas Is Located Directly North Of The Lpoe, Congestion In Outbound Traffic Directly Impacts Flows Through The City.
with Support From The Cities Of Douglas And Agua Prieta, The Final Decision Was Made To Build A New Standalone Commercial Port West Of Douglas And To Expand And Modernize The Existing Rhc Lpoe As A Non-commercial Facility. Line And Space Has Been Contracted By The U.s.
general Services Administration (gsa) To Develop A Master Plan And Bridging Documents For The Expansion & Modernization Of The Rhc Non- Commercial Lpoe Based On The November 2019 Feasibility Study, And Updated Requested Scope Adjustments/changes From Cbp.
the 2019 Feasibility Study Master Plan Assumed That The New Douglas Standalone Commercial Lpoe Would Be Completed Before Construction Could Begin On The Rhc Non-commercial Port. Since Funding For The Rhc Port Expansion And Modernization Project Has Become Available, This Project Explores Options For The Construction/modernization Of The Rhc Non-commercial Facilities Simultaneously With The Construction Of The New Standalone Commercial Port. The Final Environmental Impact Statement (eis) Required By The Epa’s National Environmental Protection Act (nepa) Was Issued On 04/24/24 And Due To Additional Requirement For Additional Land For Drainage And Storm Water Retention, A Supplemental Environmental Impact Statement (seis) Is Currently In Progress.
the Project Includes The Demolition And Modernization Of The Existing Facilities, The Expansion Of The Port To The West And North Of The Existing Site, While Maintaining Continuous Operation Of Commercial And Non- Commercial Inspection Activities During Construction. Through The Master Planning Process, Substantial Consideration Was Given To Re-purposing Of The Existing Historic Main Building And Historic Garage, However, The Decision Was Made That This Option Would Greatly Impede The Cbp Mission And Operations At The Port, Therefore The Historic Structures Will Be Demolished For The New Construction. Gsa Is Currently Engaged In The Section 106 Process With The Arizona State Historic Preservation Office (shpo) And The Consulting Parties To Complete All Final Agreements And Mitigation Measures Required.
the Preliminary Concept Design Documents Are Scheduled To Be Completed By June 2025. Per Gsam 536.204 Disclosure Of The Magnitude Of Construction Projects, The Estimated Design And Construction Cost Is Estimated To Be Between $200m - $300m.
gsa Plans To Issue A “best Value” Request For Proposal (rfp) Which Will Utilize Source Selection Procedures In Accordance With Far Part 15. The Selection Procedure Will Employ Tradeoffs Where Technical/management Factors Are Significantly More Important Than Price And Price Related Factors. Following The Issuance And Evaluation Of The Rfp, Gsa Intends To Award A Firm Fixed Price (ffp) Contract Consisting Of Design-build Phase Services. The Current Gsa Project Schedule Assumes A Design-build Phase Award Of January 2026.
the Project Construction Duration Is Approximately 46 Months.
by This Posting, Gsa Would Like To Begin Early Exchanges With Industry. All Interested Parties Should Submit A Capabilities Package To Include Business Classification (i.e. 8(a), Joint Venture, Sdvosb, Hubzone, Etc.), As Well As Examples Two (2) To Three (3) Design-build Projects Completed Within The Last Ten (10) Years That Included Similar Scope Of Work As Specified Under This Project, Including Large Commercial Projects Of 100,000 Gsf Or Larger; Where Project Scope Included: Demolition Of Existing Facilities And Temporary Space To Maintain Operations During Construction Phases, With Design And Construction Costs Between $200m - $300m. Responses Should Be Kept To A Maximum Of 10 Digital Pages Total.
please Include Information On Bonding Capacity - Per Contract, And Aggregate, As Well As Proof Of Active Sba Certification (if Applicable) And Sam Registration.
this Posting Serves Only As An Invitation To Express Interest For Those In The Construction Marketplace Who Are Capable Of Performing The Anticipated Work. Please Note That The Government Will Not Compensate Any Respondents For Information Provided During These Exchanges. Interested Parties Shall Not Contact The Architect Or Their Associated Consultants Without Specific Authorization By The Contracting Officer.
acquisition Gateway Listing Id# Pbs_r09_fy250019
point Of Contact
daniel R. Ramirez, Contracting Officer, Email: Daniel.ramirez@gsa.gov
place Of Performance
15 Pan American Ave, Douglas, Az 85607
rhc Lope Sources Sought Questions And Answers 4.21.2025
since The Project Is Design-build, Should Some Of The 10 Pages Include Experience Of The Design Team Or Is The Response Mainly About The Builder’s Capabilities?
gsa Response: At This Time The Design-build Experience Primarily Being Considered Is For The Builder As The Prime.
is The Response Sent To Your Email Or Is A Portal Or Repository Of Some Type Required To Submit?
gsa Response: Please Provide Responses By Email To Daniel.ramirez@gsa.gov. Responses Are Due By 3:00 Pm Pacific Time On 5/01/2025.
is A Letter From Our Bonding Company Required Or Just Our Bonding Capacity And Aggregate Per Project?
gsa Response: A Letter From The Bonding Company May Be Provided, But It Is Not Required. However, The Prime’s Bonding Capacity - Per Contract, And Aggregate Should Be Clearly Stated In The Response.
4.23.2025
will This Project Require Buy America Act Or Build America, Buy America Act?
gsa Response: Yes, Far Clause 52.225-11 Buy American-construction Materials Under Trade Agreements Will Be Included And Applicable.
Closing Date1 May 2025
Tender AmountRefer Documents
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 Women S Health Building 30 Minor Construction At The Jesse Brown Va Medical Center (vamc) In Chicago, Il.
project Description:
this Work Will Include But Not Be Limited To The Construction Of A Now Approximately 16,500 Sf Addition At The 2nd Floor (first Floor Roof) Level Of Building 30.
additional Areas Include A New Exit Stair Added On The Exterior Southeast Corner Of The Existing Building 30, A Mechanical Penthouse, And A Rooftop Chiller. These Will Be Added At The 2nd Floor Roof Level. The Project Will Be Required To Facilitate Both Vertical And Horizontal Adjacencies, To Configure The Space For Compliance With Va Design Manuals.
building Services, Structure And Building Envelope Including A Penthouse Will Be Extended To Facilitate The Needs Of All Required Utilities And Systems (hvac, Water, Sewer, Electrical, Data, And Medical Gases). The Architectural Design And Equipment Layout Will Meet The Current Va Requirements For A Facility Of This Type.
the Project Area/site Is Directly Above A Fully Fitted, Functioning Clinic Space On The First Floor Of Building 30, Which Will Need To Remain Operational During Construction. Some Areas Will Need To Be Temporarily Closed During Phasing Periods To Allow For Routing Of Utilities To The New Space Above.
a New Building Shell And Interior Buildout Will Be Constructed At The Second-floor Level Of Building 30. Interior Spaces Generally Consist Of Drywall Assemblies, Finished With Paints. Ceilings Will Be A Combination Of Acoustic Ceiling Tiles (act) And Gypsum Board At Locations As Shown On The Drawings.
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 Late June 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 780 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 Sam 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 May 5, 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:
bailey Donato
contract Specialist
bailey.donato@va.gov
Closing Date5 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Amendment I (corrected Typos)
description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 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 Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025.
scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines.
requirements:
the Ae Selected Is Expected To:
part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work.
physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required.
conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options.
describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va.
develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents.
participate In A Conference Call After Va Has Completed Schematic Design Review
ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements.
the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse.
coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project.
perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis.
the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor.
the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission.
part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters.
design And Produce Construction Documents For Implementation Of The Selected Alternatives.
submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc.
submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required.
intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements.
construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship.
throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements.
the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution.
the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility)
part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts.
assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor.
serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge.
review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission.
provide Commissioning For All Affected Systems.
prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor.
the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome.
part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit.
make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va.
participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.).
attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope.
during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor.
offerors Will Be Evaluated On The Following Criteria:
the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30.
the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals:
the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest.
(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services;
(2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design;
(3) Capacity To Accomplish The Work In The Required Time;
(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules;
(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project.
criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design.
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G.
criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About:
special Knowledge Of Mechanical, Electrical And Structural Engineering.
experience Working In And Around An Operational Hospital
specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team.
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.)
note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2.
criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time.
submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity.
criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower.
note: Past Performance Information For Projects Listed Under Criterion 1.
project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed.
submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation.
criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract.
submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government.
selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block.
general Information:
all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards As Published At The Following Site: Www.cfm.va.gov; Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million.
design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Must Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm(s) Selected In Accordance With The Outlined Process.
limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs.
requirement For Electronic Submission
unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below.
in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail.
acceptable Electronic Formats(software) For Submission Of Offers
files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files)
files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater.
another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer.
please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns.
e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers.
subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation.
size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis.
security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission.
please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers.
to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c).
the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable.
password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals.
important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So.
important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/.
852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses.
as Prescribed In 819.7011, Insert The Following Clause:
va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”:
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran.
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document.
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
(end Clause)
Closing Date24 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: 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 Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania.
project Description:
the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus.
the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables.
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 April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. 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 548 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 Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control 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. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
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. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
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 Six (6) 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, 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 1-31-2025 At 4:00 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:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
1851-1860 of 1989 archived Tenders