Architect Tenders

Ministry of Justice Tender

Civil And Construction...+1Building Construction
France
Details: The Ministry of Justice is considering a renovation of the facades and waterproofing of the Draguignan courthouse. #x0d; In addition to the AVP project carried out by a project manager, a PEMD diagnosis and support from an AMOA are necessary to understand the opportunities for reusing different materials and construction site waste. #x0d; #x0d; The candidate must be an architect and have significant experience in monitoring and carrying out a Reuse AMO mission.
Closing Date11 Apr 2025
Tender AmountRefer Documents 

City Of Baton Rouge Parish Of East Baton Rouge Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Advocate Baton Rouge, Louisiana To Be Published Three Times Legal: March 7th, March 14th And March 21, 2025 Notice To Contractors The City Of Baton Rouge And Parish Of East Baton Rouge (city-parish) Will Receive Electronic Or Paper Bids For The Construction Of The Following Project: Psc H2 Interior Renovation For Health Unit 9050 Airline Highway, Ste 200, Baton Rouge, La 70815 City Parish Project No. 21-asc-cp-1564 Project Description: The H2 Health Unit Is A 40,000 Sf Tenant Build-out Located In The Former Baton Rouge Women's Hospital, 9000 Airline Hwy, Baton Rouge, La. This Project Transforms The Space Into A Modern, Ada-compliant Ambulatory Care Facility Designed To Serve The Community. The Scope Of Work Involves Significant Demolition Of The Existing Space And New Construction To Deliver A Clean And Efficient Healthcare Environment Bid Package With Plans And Specifications May Be Obtained Online At Www.centralauctionhouse.com. Alternately, Paper Copies May Be Obtained Through Most Reprographic Vendors For Their Printing Cost. All Bids Shall Be Made On The Bid Package Forms. Statutory Forms (bid Package Part 1-a) Shall Be Submitted To The Purchasing Division Prior To Bid Opening: Certification Regarding Debarment, Suspension And Other Responsibility Matters Attestation Of No Past Criminal Convictions Legal Citizen Affidavit Non-collusion & Non-solicitation Affidavit Bid Forms (bid Package Part 1) Submitted Shall Be Accompanied By A Certified Check Or Cashier's Check Payable To The Parish Of East Baton Rouge, Or A Satisfactory Bid Bond Executed By The Bidder And An Acceptable Surety, In An Amount Equal To Five Percent (5%) Of The Total Bid. Contractors Must Hold An Active License Issued By The State Of Louisiana Licensing Board For Contractors In The Classification Of Building Construction, And Must Show Their License Number On The Face Of The Bid Envelope. All Contractors Bidding On This Work Shall Comply With All Provisions Of The State Licensing Law For Contractors, La Rs 37:2150-2163 For All Public Contracts. It Shall Also Be The Responsibility Of The General Contractor To Assure That All Subcontractors Comply With This Law. Bids Will Be Received Online Through Www.centralauctionhouse.com Or In An Envelope Delivered To The Purchasing Division 8th Floor Room 826 City Hall 222 St Louis St Baton Rouge, La 70802 Until The Bid Opening 2:00 Pm Local Time, Tuesday, April 1, 2025 With No Exceptions. At Bid Opening In Purchasing Division Room 826 City Hall, Electronic Bids And Bid Bonds Will Be Downloaded, Then All Electronic And Paper Bids Will Be Publicly Read Aloud. Bidders And/or Their Authorized Representatives Are Invited. Bid Results Can Also Be Viewed At The Link: Http://city.brla.gov/dept/purchase/bidresults.asp The Contract Shall Be Awarded To The Lowest Responsible And Responsive Bidder. In Accordance With Louisiana Revised Statute (la Rs) 38:2214 B, The City-parish Reserves The Right To Reject Any And All Bids Exceeding The Preconstruction Cost Estimate, Or For Just Cause. In Accordance With La Rs 38:2212 B (1), The Provisions And Requirements Stated In The Bid Package And This Advertisement Shall Not Be Waived By Any Entity. Bids Shall Be Firm For A Period Of 45 Days From The Date Of The Bid Opening, Except As Allowed Per La Rs 38:2214 C. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work To Establish An Ebe Goal Percentage. All Bidders Shall Achieve The Assigned Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. A Non-mandatory Pre-bid Conference Will Be Held At 10am On Tuesday, March 18, At 9050 Airline Highway, Baton Rouge, La 70815. All Parties Interested In This Project Are Invited To Attend This Conference. For Additional Information Regarding Bid Related Inquiries, Please Contact: Purchasing Division (225) 389- 3259; Regarding General Documents Related Inquiries, Please Contact: Kristina Bynum, (225) 389-4694 Or Kbynum@brla.gov And Architectural And Construction Documents Related: Jeremy Lucas, Fusion Architects, (225) 766-4848 Or Jeremy@fusionapc.com
Closing Date16 Apr 2025
Tender AmountRefer Documents 

St Tammany Parish Fire District 1 Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: St. Tammany Fire Protection District No. 1 522 Robert Blvd. Slidell, La 70458 St. Tammany Fire Protection District No. 1 Will Be Accepting Sealed Bids For The Construction Of A 1,950 Square Foot New Training Facility Located At 34780 S. Range Rd, Slidell, La 70458 (on Camp Villere). Those Interested In Submitting Bids May Obtain Drawings And Specifications, Upon Deposit Of $400.00 At Dammon Engineering, Inc Located At 554 Old Spanish Trail, Slidell La. 70458 Or By Emailing Info@dammonengineering.com For Information, Or By Downloading Documents At Central Bidding. Sealed Bids Shall Be Marked "sealed-training Facility" And Shall Also Contain The Respondent's Louisiana Contractor's Name And License Number On The Outside Of The Envelope. In Accordance With La. R.s. 37:2163, The Contractor Shall Certify That He Holds An Active License. The Contractor Shall Hold A Louisiana Contractor's License In Municipal & Public Works Construction And/or Building Construction. Bids Will Be Accepted Through Central Bidding Or Manual Submission. Manually-submitted Bids Can Be Submitted To The Receptionist At The St. Tammany Fire Protection District No. 1 Headquarters, 522 Robert Boulevard, Slidell, La 70458 No Later Than 4:00 P.m., Thursday, March 20, 2025. Any Bid Received After 4:00 P.m. Will Be Returned Unopened. In The Case Of An Electronic Bid, A Contractor May Submit An Authentic Digital Signature On The Electronic Bid Accompanied By The Contractor's License Number In Order To Meet The Requirements Of La. R.s. 37:2163. Except As Otherwise Provided In R.s. 37:2163, If The Bid Does Not Contain The Contractor's Certification And Show The Contractor's License Number On The Bid Envelope, The Bid Shall Be Automatically Rejected And Shall Be Returned To The Bidder Marked "rejected" And Shall Not Be Read Aloud. Bids Will Be Opened On Thursday, March 20, 2025, At 4:00 Pm At Fire District Headquarters, 522 Robert Blvd, Slidell, La 70458. In Accordance With La. R.s. 37:2163, The Contractor Shall Certify That He Holds An Active License Under The Provisions Of La. R.s. 37:2163 And All Architects, Engineers, And Awarding Authorities Shall Place In Their Bid Specifications The Requirement. There Will Be A Mandatory Pre-bid Meeting Held Of All Respondents At The Jobsite At 34780 S. Range Rd, Slidell, La 70460 (on Camp Villere) On Monday, March 10, 2025, At 10:00 Am. All Prime Respondents Must Have An Officer, Principal, Manager, Or Supervisor Present During The Entire Duration Of The Pre-bid Meeting. The Signature On The Bid Must Be That Of An Authorized Representative Of The Corporation, Partnership Or Other Legal Entity, As Defined By Louisiana Public Bid Law Revised Statute 38:2212.a.(l)(c) Which Dictates Parties Authorized To Submit Bids For Public Contracts. All Entities Submitting A Bid Must Have At Least 5 Years Previous Construction Experience In The State Of Louisiana. This Requirement Is Applicable To All Persons Holding An Ownership Interest Of Five (5%) Percent Or Greater In Any Partnership Or Joint Venture Submitting A Bid. All Required Certificates Of Liability Insurance Shall List The Fire District As An "additional Insured." All Applicable Federal, State, Local Laws, Ordinance, And The Rules And Regulations Of All Authorities Having Jurisdiction Over Construction Of The Project Shall Apply To The Contract Throughout. The Bid Must Be Accompanied By A Bid Security Equal To Five Percent (5%) Of The Base Bid And Must Be In The Form Of A Certified Check, Cashier’s Check Or Bid Bond Written By A Company Licensed To Do Business In Louisiana. If Submitting A Bid Online, Vendors Must Submit An Electronic Bid Bond Through The Respective Online Clearing House Bond Management System(s) As Indicated In The Electronic Bid Solicitation On Central Auction House. No Scanned Paper Copies Of Any Bid Bond Will Be Accepted As Part Of The Electronic Bid Submission. The Successful Bidder Will Be Required To Furnish A Performance And Payment Bond Written By A Company Licensed To Do Business In Louisiana, In The Amount Equal To One Hundred Percent (100%) Of The Bid Amount. Certificates Of Insurance Will Also Be Required No Bidder May Withdraw His/her Bid Within Forty-five (45) Days After The Actual Date Of Opening Thereof. All Proposals, Bids And Applications Are Welcomed. The Fire District Encourages Participation By Minority, Women-owned, And Disadvantaged Business Enterprise Firms. Deposits Are Refundable To Bonafide Prime Respondents And Will Be 50% Refundable To All Others With Return Of Complete And Unmarked Documents No Later Than 10 Days After Receipt Of Bids.
Closing Date20 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 Michael E. Debakey Medical Center Located In Houston, Tx. project Description: infrastructure Upgrades And Reconfiguring And Renovating Existing Spaces Impacted By Said Improvements. Infrastructure Upgrades Include Upgrading Facility Power Distribution, Bonding, Ups, Building Management System Interfaces, Upgrading Facility Hvac Distribution, Reconfiguration, Expansion, And Renovation Of Existing Space Including Demolition, New Construction, Finishes, And Cabling, Renovating Datacenter Including Cabinet Realignments, Power, Ups, And Water Infiltration, Renovating Communication Infrastructure Including New Data Outlets, Patch Panels, And Upgrade To Cat 6a Cable, Physical Security Assessment And Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus-wide; Within Buildings And Between Buildings: Upgrading Facility Fiber Throughout Buildings To Each It Closet, To Provide A Redundant Fiber Run Throughout Buildings To Each It Closet, Provide Redundant Fiber Mains To Demarcation Room From The Provider Point, Provide Diversified Path For Wan, Install Approximately 100 Additional It Outlets, Install Approximately 75 New Electrical Outlets, Provide Additional Outlets In Each It Closet, Hazardous Material Abatement. Project Buildings Include 100, 103, 104a, 108, 108a, 109, 110, 120, 123, 125 And The Physical Site Surrounding Those Buildings. 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-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between Between $20,000,000 And $50,000,000. (note That The Vaar Magnitude Of Construction Is Closer To The Higher 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 775 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 19 March, 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: andrew Mathews contract Specialist andrew.mathews2@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 Date19 Mar 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 The Construction Ehrm Infrastructure Upgrades At The Fort Meade Va Medical Center (vamc) Located In Fort Meade, Sd. project Description: the Contractor Shall Provide All Labor, Materials, And Equipment To Accomplish The Ehrm Infrastructure Upgrade Fm Project Per Provided Contract Drawings And Specifications. The Work Includes, But Is Not Limited To The Following Categories: general Demolition: sequenced/selected Demolition Of The Existing Telecommunication Rooms/enclosures And New Tr Locations As Indicated In The Construction Documents. construction/demolition Of Tr S / Te S That Serve The Current Non-clinical Areas/outbuildings Should Be Initiated Earliest In The Project. contractor Shall Remove From The Va Site And Dispose Of All Equipment And Materials Not Scheduled To Be Reused. Owner Retains Right Of First Refusal On All Items To Be Removed. Verify With Owner Prior To Disposal. work Must Be Performed In A Careful Manner Protecting From Damage Those Items Not To Be Removed careful Coordination Of All Demolition Work In Adjacent Surgery, Or, Icu, Pacu, Offices And Associated Corridors Shall Be Completed With Cor Prior To Beginning Work. new Construction Consists Of But Is Not Limited To The Following Telecommunication discipline Items In Buildings 40, 46, 48, 50, 53, 88, 89, 90, 103, 110, 113, 137, 145, 146, 147, 148, T171, T296, And Throughout Campus. The Generalized Scope Includes New Telecommunication Rooms (tr S) / Equipment, Relocation Of Existing Tr Infrastructure To New Tr, Reconfiguration Of Existing Spaces Where New Tr S Will Be Located, New Redundant Fiber And Data Infrastructure For The Internal Network, New Fiber Backbone External Communication Ring Around Campus, New Main Computer Room (mcr), Relocation Of Existing It Office Space, And New Centralized Ups System. the New Construction Scope Includes All Civil, Structural, Architectural, Mechanical, Electrical, And Fire Protection Upgrades To Support The Following Specific Items. the Specific Scope Of This Project Includes, But Not Limited To, The Following Infrastructure Improvements:â  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), Relocation Upgrade Of Mcr Data Center (demo, New Construction, Patch, Finish), 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, Hazardous Material Abatement. 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 May To Early June 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 1,095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 1, 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: dawn Schydzik contract Specialist dawn.schydzik@va.gov secondary Point Of Contact: jennifer Braaten contracting Officer jennifer.braaten@va.gov
Closing Date1 Apr 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Department Of State 2025 Design-build For early Site Package (esp) For The New Embassy Compound In Bangui, Central African Republic (car) rfp 19aqmm25r0017 notice Of Solicitation amendment A01 amendment O1 To Add The Percy Amendment Forms. these Forms Have Been Added To This Announcement: zpercy Percy Amendment Certification Form zpercy Us Flag Carrier Shipment Requirements zpercy Public Release Of Information 061324 in Order To Be Considered For This Project, Please Submit The Attached Form: zpercy Percy Amendment Certification Form the U.s. Department Of State (dos), Bureau Of Overseas Buildings Operations (obo) Is Seeking High Quality Firms Experienced In Complex Design/build Construction Projects For The Design And Construction Of An Early Site Package For The New Embassy Compound In Bangui, Car. this Project Is Available For Full And Open Competition. continuing A Legacy Of Outstanding Diplomatic Architecture, Obo Seeks To Commission The Most Highly Qualified Constructors To Create Facilities Of Outstanding Quality And Value. project Description – (secret Facility And Personnel Security Clearances Not Required) 19aqmm25r0017, Design Build Of An Early Site Package (esp) For The New Embassy compound In Bangui, Central African Republic (car) property Description: the Esp Contractor In Bangui, Central African Republic Shall Construct A Secure Site Perimeter Complete With Main Campus Access Control (mcac) And Service Campus Access Control (scac). The Total Facility Area For The Entire Project Is Estimated At 450 Gsm. The Existing Us Embassy And Other Facilities, Located On A Separate Compound, Will Remain In Operation During The Design/build Construction Project. the Esp Site Includes A 14-acre Parcel Known As The “independence” Property. The Independence Parcel Is A Mostly Rectangular Shaped, Generally Cleared Site, That Contains An Underground Storage Tank And Utilities Requiring Demolition And/or Relocation To Accommodate New Development. The Site Fronts A Major North-south Thoroughfare Along One Of Only Three Existing Paved Roads In Bangui And On The Most Prominent Commercial Corridor In The City. It Also Has A Common Wall With The Police Commissariat On The Southern Wall. The Esp Site Sits Close To The Car National Assembly, The International Financial Center, Bangui’s Sole High-end Hotel, And Municipal Office Buildings. project Scope: the Esp Project Scope Includes The Design/build Construction Of The Following: perimeter Wall two Campus Access Control Buildings- Main (mcac Service (scac) temporary Facilities site Grading And Drainage underground Storage Tank (ust) Removal And Remediation remediation Of Wall Adjacent To The Police Commissariat approximate Construction Cost: $50 – 70 Million 2. Project Solicitation the Project Solicitation Will Be Available On The Department Of State Projnet System Around The Mid-may 2025. high Quality Firms With The Proven Capabilities And Past Performance That Wish To Participate In This Solicitation Shall Submit A Letter Of Interest In Writing To Alla Weinstein At Weinsteinal@state.gov And Isaac Karto At Kartoig@state.gov By Email No Later Than April 7, 2025. All Submissions Must Be In English Language. The Letter Of Interest Shall Include All The Following Information Below: project Name: 19aqmm25r0017, Design Build Of An Early Site Package (esp) For The New Embassy Compound In Bangui, Central African Republic (car) company Name: company Address: company Uei (unique Entity Identifier) Number From Sam.gov: company Telephone Number: contact Person: Name, E-mail Address, And Telephone Number full Name, Nationality, Date And Place Of Birth, Citizenship, And Position/title Of The Following Individuals: all Individuals Having Ownership Of The Firm all Key Officers Of The Firm all Key Officers Who Will Work On This Project a Listing Of All Major Projects In Which The Firm Was Involved During The Past 3 Years a Listing Of All Projects Involving The Firm Outside Of The Country In Which The Firm Is Based, For The Past 5 Years. contractor's Base Country And Base Country Identification Number, If Any. eligible Firms Will Be Provided Key Codes And A Link To The Projnet (www.projnet.net) Plan Room And Bidder Inquiry Be Used To Access The Respective Unclassified And Sensitive But Unclassified (sbu) Solicitation Information. the Solicitation Will Include A Statement Of Work, Standards, And Criteria For The Project That Set Out The Project Scope, Design Requirements, Design Process, Design Documentation, Design Expertise, Construction Process, Post-construction Activities, Reference Drawings And Specifications, Codes And Standards, And Security Requirements. the Selected D/b Contractor’s Architect/engineer Will Be The “designer Of Record” And Responsible For Completing The Construction Drawings And Specifications In Accordance With The Solicitation Documentation Provided. The Contract Will Be “firm Fixed-price.” Construction Services Will Include Providing Construction Labor And Materials To Execute The Obo-accepted Design; On-site Organization With Management To Ensure Overall Project Coordination; And Overall Control Throughout The Life Of The Project. Required Services Include Preparation Of Construction Documents, Quality Control Plans, Safety Plans, Project Schedules, Cost Estimates, And Project Close-out Activities. the Types Of Design Services To Be Provided May Include: Architecture; Civil, Structural, Geotechnical, Blast, Mechanical, Electrical, Telecommunication, And Fire Protection Engineering; Physical And Technical Security; Vertical Transportation; Lighting Design; Landscape Design; Design And Construction Scheduling; Cost Estimating; Value Engineering; And Administrative Coordination Of The Various Disciplines Involved. Additionally, The Successful Offeror May Be Required To Have An Approved Local Design Consultant. the Rfp Will Require The D/b Contractor To Complete All Design And Engineering Documents Based On The Project Specific Design Direction That Will Be Provided In The Rfp Design Requirements. The Government Will Provide Bridging Level Design Documents That Will Include, At A Minimum, A Site Utilization Plan; Building Massing And Exterior Elevations; Space And Requirements Standards, Organizational Relationships, Space Requirements Program; Building Utilities And Infrastructure Design; And Supporting Narratives, Where Applicable. the Rfp Will Require Offerors To Address The Following Criteria In The Proposal To Provide Design And Construction Services: Management Of A Large Complex Project; Schedule Management; Logistics Management To Include Site And Transportation Security; Safety; And Adherence To Integrated Design And Design Quality. section 11 Of The Foreign Service Buildings Act Of 1926, As Amended, (22 U.s.c. 302), Known As The “percy Amendment,” Applies To The Projects Described In This Announcement. The Act Provides A 10% Price Preference To American-owned Firms As Defined In The Act On Any Department Of State Contract When The Project Is Estimated To Exceed $5,000,000.” The Percy Amendment Also Requires Exclusion Of Firms From Countries That Exclude U.s. Firms From Their Diplomatic Construction Projects. The Requirements Of The Act Will Be Applied To All Proposals Received. Offeror Will Be Required To Complete And Submit As Part Of Its Offer The “percy Amendment Certification Form." (the Form Is Attached To This Sam.gov Announcement And May Be Obtained From The Dos Contract Specialist Listed At The End Of This Notice.) If A Joint Venture Is Formed, The Company Having 51 Percent Or Greater Interest In The Jv Must Be The One Completing The Form. Sufficient Information Should Be Provided In The Certifications And Attachments Thereto To Determine Offeror Status Under The Percy Amendment, But The Department Reserves The Right To Consider Other Information In The Proposal Submission Or To Obtain Clarifications Or Additional Information From The Offeror. to Demonstrate Performance Of Similar Construction Work For Percy Amendment Purposes, Offerors Will Need To Provide Information Demonstrating That It Has Successfully Completed In The United States Or At A U.s. Diplomatic Or Consular Mission A Construction Contract Or Subcontract Involving Work Of The Same General Type And Complexity As The Solicited Project And Having A Contract Or Subcontract Value Of At Least 35% Of The Low-end Estimated Value Of The Solicited Project ($19,500,000.00). The Value Of The Work Provided To Demonstrate Successful Completion Of Work Of The Same General Type And Complexity As The Subject Project Will Not Be Adjusted For Inflation Or Any Other Market Forces. a Site Visit Is Planned For June 2025.
Closing Date15 Apr 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii. general Statement Of Work Summary: the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300 ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public and Created A Strong Sense Of Entry For Pjkk. on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January 24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also include Solutions For The Following Known Building Maintenance Issues: 1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created issues For Regular Maintenance And Care. 2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult to Replace. in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol. the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden courthouses. initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s. courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The countermeasures For The Pjkk Courthouse In Honolulu, Hi: 1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala moana Boulevard, Excluding Ground Level Windows Along The United States marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard: ● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced entry Resistance Per Astm F3038 Or Dept Of State (dos) sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The standard That Shall Apply. ● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing system ● Contractor Is Responsible To Field Verify And Measure Each Opening. 2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design drawings For Specific Locations): ● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule doors Shall Be Equipped With Hardware And Controls To Engage electro-magnetic And/or Electro-mechanical Remote Locks. ● Remote Locks Shall Give The Ability For The Court Security Officers And The usms To Lock All Doors Immediately In Case Of An Emergency. ● Remote Lock Override Control Shall Run To The Main Usms / Cso Control room the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler designed Pjkk Entry Pavilion. the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration, however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension) of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered acceptable. Support Documentation Shall Be Provided Prior To Installation. the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure, build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points, the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical, electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure. the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00 am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m. weekdays. the Project Delivery Method Is Design-build (db). the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening project. design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design development, Construction Documents, Basis Of Design Documents, Site Investigation, Site measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination, contract Administration, Contract Close-out, Record Drawings And As-builts. construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall, mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples, submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure, protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes, file And Record Management, And All Other Work To Meet The Contract Requirements.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
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 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania. project Description: the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items. the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space. construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm. 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 March, 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 540 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 January 15, 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 Date15 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: ****sources Sought For Market Research Purposes Only**** sources Sought Announcement For Design-bid-build Construction For Site 20117 Ammo Storage Site In Israel For Usace Middle East District w912er25r2004 (subject To Change At Time Of Synopsis Issuance) foreign Military Financing (fmf) Program Only Firms That Are United States Firms (either Prime Or Joint Venture) Are Eligible For Award. 1.agency: United States Army Corps Of Engineers (usace) Middle East District 2.naics: 236220, Commercial And Institutional Building Construction; psc: Y1ga, Construction Of Ammunition Storage Buildings 3.place Of Performance: Israel 4.acquisition Information: Usace Middle East District Anticipates Soliciting And Awarding One Construction Contract To Be Procured In Accordance With Federal Acquisition Regulation (far) Part 15 Contracting By Negotiation And Far Part 36, Construction And Architect Engineer Contracts. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information Requests. 5.project Description: Usace Middle East District Anticipates A Potential Requirement To Construct Site 20117 Bunkers And Arms Kit Assembly, Combat Support Facilities On An Israeli Air Force (iaf) Base. Work For This Contract Includes All Works To Be Executed As Detailed Within The Specifications, Drawings, And Host Nation Technical Requirements (hntrs). The Facilities Included In The Compound Are As Follows (refer To Cs100 For Site Overall): -model A - Large Storage Facility [x 2] -model D - “shed” / Canopy Covered Asphalt Pad [x 3] -model P - Equipment Integration Plant [x 1] -model S - Small Storage Facility [x 7+3] -transformer Building -road System - 7m Wide, 2 Lanes -supporting Utilities -no Parking Is Directly Associated With This Compound - Other Than Tractors And Forklifts In The Model P Area. construction Measures In Accordance With The Host Nation Technical Requirements (hntrs), The Standards Institution Of Israel, Usace Specifications, Project Specifications And Drawings Will Be Provided Through The Solicitation Process. according To Dfar 236.204 - Disclosure Of The Magnitude Of Construction Projects The Estimated Magnitude Of Construction For This Acquisition Is $25,000,000.00 To $100,000,000.00 With An Anticipated Period Of Performance Of 730 Calendar Days From Project Award. 6.key Requirements: a. Interested Contractors Must Be United States Prime Contractors And Have Experience With Construction Of The Similar Requirements Addressed Above. b. Performance Surety. The Contractor That Is Eventually Awarded The Contract For This Project Will Be Required To Furnish A Performance Surety To The U.s. Government. Specifically, The Awardee Will Be Required To Furnish A Performance Surety In The Amount Of 100 Percent Of The Contract Price. The Interested Contractor Should Address Its Ability To Furnish A Performance Surety, And The Method And Financial Institution By Which It Plans To Do So. To Satisfy This Surety Requirement, Contractors May Use One Of The Following Two Options: (i)submit A Performance Bond On Standard Form 25 In Accordance With Far 52.228-15 Performance And Payment Bonds-construction And Shall Be In The Form Of Firm Commitment, Supported By Corporate Sureties Whose Names Appear On The List Contained In Treasury Department Circular 570, Individual Sureties, Or By Other Acceptable Security Such As Postal Money Order, Certified Check, Cashier's Check, Irrevocable Letter Of Credit, Or, In Accordance With Treasury Department Regulations, Or Certain Bonds Or Notes Of The United States; Or (ii)submit An Irrevocable Letter Of Credit In Accordance With Far 52.228-14 Irrevocable Letter Of Credit Issued By A Federally Insured Financial Institution Rated Investment Grade By A Commercial Rating Service. c. Payment Surety. The Contractor That Is Eventually Awarded The Contract For This Project Will Be Required To Furnish A Payment Surety To The U.s. Government. Specifically, The Awardee Will Be Required To Furnish A Payment Surety In The Amount Of 100 Percent Of The Contract Price. The Interested Contractor Should Address Its Ability To Furnish A Payment Surety, And The Method And Financial Institution By Which It Plans To Do So. To Satisfy This Surety Requirement, Contractors May Use One Of The Following Two Options: (i)submit A Payment Bond On Standard Form 25a In Accordance With Far 52.228-15 Performance And Payment Bonds-construction And Shall Be In The Form Of Firm Commitment, Supported By Corporate Sureties Whose Names Appear On The List Contained In Treasury Department Circular 570, Individual Sureties, Or By Other Acceptable Security Such As Postal Money Order, Certified Check, Cashier's Check, Irrevocable Letter Of Credit, Or, In Accordance With Treasury Department Regulations, Or Certain Bonds Or Notes Of The United States; Or (ii)submit An Irrevocable Letter Of Credit In Accordance With Far 52.228-14 Irrevocable Letter Of Credit Issued By A Federally Insured Financial Institution Rated Investment Grade By A Commercial Rating Service. 7.foreign Military Financing: The Majority Of Work Will Be Administered Under Foreign Military Financing (fmf), And United States Procurement Laws And Regulations Will Apply. The Contract Will Be Awarded And Paid In U.s. Dollars. This Procurement Will Be Restricted To United States Construction Firms Only, In Accordance With 41 U.s.c 421, 48 C.f.r. Chapter 1, Far 6.302-4, And Dfars Part 225.contractors Participating In The Anticipated Solicitation Must Be U.s. Firms. Any Joint-venture Shall Require Each Joint-venture Participant To Be A U.s. Firm. 8.sources Sought: The Purpose Of This Sources Sought Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Firms Who Have The Capabilities To Complete And Perform Contracts Of This Magnitude, And To Address Any Questions, Recommendations Or Concerns From Industry. The Government Must Ensure There Is Adequate Competition Among Potential Pool Of Responsible Contractors. Prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Announcement. 9.responses: The Capabilities Statement For This Sources Sought Is Not Intended To Be A Request For Proposal Nor Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. Itis To Request Statements Regarding The Company's Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. Submission Of Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Us Army Corps Of Engineers In Tailoring Requirements To Be Consistent With Industry Capabilities. This Synopsis 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. Respondents Will Not Be Notified Of The Results Of The Evaluation. 10.submissions: Offerors Response To This Sources Sought Shall Be Limited To 20 Pages With A Minimum Font Size Of Arial Point 10 Or Equivalent, And Shall Include The Following Information (clarifications And Or Questions Shall Be Submitted In A Separate Word Document And Will Not Count Towards The 20-pagelimitation): please Complete The Attached Questionnaire. please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As Well As The Attached Questionnaire As One (1) .pdf Document, Limited To The Page Maximum Above. 11.anticipated Public Announcement & Award: Should The Acquisition Proceed, Usace Middle East District Anticipates Issuing The Solicitation To Contractors That Respond To This Notice In Or Around April 2025 And Award Of The Contract In Or Around November 2025. 12.responses Due: All Interested Contractors Should Submit Responses Via Email By 5:00 Pm (edt) On March 20, 2025. Submit Responses And Information To Zachary.l.reinitz@usace.army.mil And Jonathan.m.space@usace.army.mil. No Hard Copies Will Be Accepted. please Include The Sources Sought Notice Number, ‘w912er25r2004’ In The E-mail Subject Line. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. 13.questions: Questions Regarding This Sources Sought Announcement May Be Directed To Contract Specialist Zachary Reinitz At Zachary.l.reinitz@usace.army.mil And Contracting Officer Maj Jonathan Space At Jonathan.m.space@usace.army.mil. *****this Announcement Seeks Information From Industry Which Will Be Used For Preliminary Planning Purposes. No Proposals Are Being Requested Or Accepted With This Announcement. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. No Solicitation, Specifications Or Drawings Are Available At This Time. The Government Reserves The Right To Cancel The Solicitation, Either Before Or After Proposal Opening With No Obligation To The Offeror By The Government ******
Closing Date20 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Details: Page 18 Of 18 page 1 Of subject* 689-25-112, Ae Replace Underground Storage Tanks general Information contracting Office S Zip Code* 02908 solicitation Number* 36c24125r0025 base Notice Type response Date/time/zone 02-20-2025 11:00am Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* c1da naics Code* 541330 contracting Office Address department Of Veterans Affairs va Boston Healthcare System contracting Officer (90c) 940 Belmont Street brockton Ma 02301 point Of Contact* cecilia.antwi@va.gov tamye.molinaro@va.gov place Of Performance address postal Code country additional Information agency S Url url Description agency Contact S Email Address email Description description subject* 689-25-112, Ae Replace Underground Storage Tanks general Information contracting Office S Zip Code* 02301 solicitation Number* 36c24125r0025 response Date/time/zone 02-20-2025 11am Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n product Service Code* c1da naics Code* 541330 contracting Office Address department Of Veterans Affairs va Boston Healthcare System contracting Officer (90c) 940 Belmont Street brockton Ma 02301 point Of Contact* contract Specialist cecilia Antwi cecilia.antwi@va.gov 774-826-3970 additional Information agency S Url url Description agency Contact S Email Address cecilia.antwi@va.gov email Description description special Notice For Qualifications To Standard Form 330 north American Industry Classification System (naics) Code: 541330 Engineering Services small Business Size Standard: $25.5 Million introduction: the Va Connecticut Healthcare System In West Haven And Newington Campuses, Ct Has A Requirement To Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses Located At 950 Campbell Ave, West Haven, Ct And 555 Willard Ave, Newington, Ct. These Improvements Are Required To Correct The Negative Environmental Conditions Being Caused By Failure Of The Existing Sumps In A Recent Inspection. These Projects Are To Be Contracted Architect/engineer (a-e) Design Service And Shall Include Electrical, Mechanical, Structural, Plumbing, Construction Period Services, Inspections, Testing And All Such Systems And Components Necessary To Achieve The Project Goals. All Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Vamc Operation Throughout The Project. Develop Complete Drawings, Specifications, Cost Estimates, Site Visits, System Commissioning And Construction Period Administration Associated With The Replace Underground Storage Tanks, West Haven, And Newington. ensure Compliance With The Va Design Manuals As Well As All Other Design Requirements. all Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Va Medical Center Operation Throughout The Project. see Attached Statement Of Work For Complete Details. b. General Project Information: the West Haven Veterans Affairs Medical Center (vamc) Located At 950 Campbell Avenue, West Haven, Connecticut Has A Requirement For A Firm Fixed Price Contract To Provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated Project 689-25-112-ae Replace Underground Storage Tanks, West Haven And Newington. This Project Will Ultimately Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses. magnitude Of Construction the Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00. this Is Not A Request For Proposal: this Is A Request For Sf330s Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued. set-aside Information: pursuant To Vaar 852.219-73, This Acquisition Is A Total Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs) Under The Naics Code Of 541330 (engineering Services). any Subsequent Award Will Require The A-e Firm To Be Registered In The System For Award Management (sam) Site That Can Be Accessed At Https://sam.gov/content/home And Verified In The Veteran Small Business Certification (vetcert) Administered By The Small Business Administration (sba) Site That Can Be Accessed At Https://veterans.certify.sba.gov/. The Va Will Utilize Vetcert To Determine And Verify Each Interested A-e Firm S Status As A Sdvosb. Therefore, Each Interested A-e Firm Must Be Registered In Sam And Verified In Vetcert With The Applicable Naics Code Of 541330 At The Time Of The Sf 330 Submission To The Va. project Information: provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated With The 689-25-112 A-e Replace Underground Storage Tanks Project At The Vamc Jamaica Plain In Boston, Ma. subcontracting Limitations: in Accordance With Far 52.219-14: Limitations On Subcontracting, Prospective A-e Firms Must Comply With The At-issue Regulation That At Least Fifty Percent (50%) Of The Cost Of Personnel For Contract Performance Shall Be Spent For Employees Of The Concern. All Sf 330 Submissions Will Be Evaluated In Accordance With The Limitations On Subcontracting Criteria. Prospective A-e Firms Must Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. each A-e Firm Shall Address How The Limitations On Subcontracting Criteria Will Be Upheld Within The Sf 330 Submission. By Providing The Limitations On Subcontracting Criteria Within The Sf 330 Submission, Each A-e Firm Will Satisfy The Requirement That Is In Accordance With The Selection Of Architects And Engineers As Implemented In Far Subpart 36.6, Vaar Subpart 836.6, And Veterans Affairs Acquisition Manual (vaam) Subpart M836.6. selection Process: a "short List" Of The Three (3) Most Highly Rated, Qualified A-e Firms After Initial Source Selection Will Be Chosen For Negotiations Of A Contract Award. The Government Will Not Pay Or Reimburse Any Costs Associated With Responding To This Special Notice For Qualifications Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Special Notice For Qualifications Announcement. respondents Are Put On Notice That Three (3) Most Highly Rated, Qualified A-e Firms Chosen By The Evaluation Board Will Be Required To Submit A Fixed Price Rate Proposal. The Fixed Price Rate Proposal Will Include Labor, Overhead, Profit, And Other Costs Pertaining To This Project For Negotiation By The Contracting Officer Prior To Contract Award. The Subsequent Negotiated Agreement By Both Parties Will Be Incorporated Into The Resulting Contract. selection Evaluation Criteria: pursuant To Far 36.602, Each A-e Firm Will Be Evaluated On The Following Seven (7) Selection Evaluation Criteria: â â â â â â â â â â â (1)â professional Qualifications Necessary For The Satisfactory Performance Of Required A-e Services; â â â â â â â â â â â (2)â specialized Experience And Technical Competence In The Type Of A-e Work Required; â â â â â â â â â â â (3)â past Performance On Contracts With Government Agencies And Private Industry;  â (4)â geographic Location Area Of The Project And Locality Knowledge Of The Project; â â â â â â â â â â â (5)â capacity To Accomplish The A-e Work In The Required And Allotted Amount Of Time; (6) Construction Period Services Experience; And (7) Subcontractor Commitment To Use Sdvosbs, Veteran-owned Small Businesses (vosbs), And Other Small Businesses (sbs). the Seven (7) Selection Evaluation Criteria Are Further Discussed In Section H Of This Special Notice For Qualifications. Description Of Selection Evaluation Criteria: the Seven (7) Selection Evaluation Criteria Are Discussed Further In This Section And Are Set Forth Below. professional Qualifications each A-e Firm Must Submit Professional Qualifications Necessary For The Satisfactory Performance Of required A-e Services In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) through (e) In This Section. identify The Proposed Team That Will Address The A-e Firm Along With Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project. provide An Organizational Chart That Displays The Proposed Team Of The A-e Firm, Any Other Firms, And Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project. provide Brief Resumes For Each Supervisor(s), Project Manager(s), And Designer(s) Of Record From The A-e Firm That Describes The Professional Qualifications Associated With This Project. All Proposed Team Members/personnel Must Possess The Minimum Education, Training, Experience, Registrations, And Certifications As Detailed In Paragraph (b) Of This Section. Each Brief Resume Should Also Feature At Least Three (3) Projects That Each Team Member/personnel Performed A Significant Role That Will Be Comparable To The At-issue Replace Underground Storage Tanks, West Haven And Newington Campuses. Brief Resumes Must Also Be Submitted For Any Frequent Subcontractor(s) That Will Perform Technical Tasks For The At-issue Project. The Three (3) Projects Used For This Professional Qualifications Section May Be The Same Three (3) Projects Requested Below In The Specialized Experience And Technical Competence Section. proposed Team Members/personnel Shall Also Be Team Members/personnel Of The Award Team. A Substitution Of Any Team Member/personnel Must Receive Prior Written Consent Of The Contracting Officer. provide Proof Of Jurisdictional Licensure With Either A License Or License Number For Each Designer Of Record From The A-e Firm That Will Represent The Project And/or Sign/stamp Drawings. Each Designer Of Record Must Be Licensed, Certified, Or Registered In A State Of The United States, The District Of Columbia, Or A United States Territory For A Minimum Of Three (3) Years. The Proof Of Jurisdictional Licensure With A License Or License Number May Be Included Within The Brief Resumes As Discussed In The Preceding Paragraph Of This Section. describe The Professional Qualifications For Satisfactory Performance Of The Required A-e Services Including, But Not Limited To, The Following Areas Of Discipline: electrical Engineering: Electrical Designers Needed To Identify Any Work Required To Be Performed By The Electrical Trade In Division 26 And 27 Of The Specifications. Work Involved Is Running Conduit And Cables For Fuel Tank Monitoring, Powering The New Fuel Tank Remote Monitor, Designing The Pathway To The Closest Telecommunications Room, Ensuring There Is A Light Near The Fuel Tank Fill Pads For Illumination, Conduit For The Alarm System Controls, And Signal Wiring. mechanical Engineering: Mechanical Designers To Identify Any Work To Be Performed To Remove The Fuel Tanks And Install The Fuel Tanks Under Divisions231000 And Other Sections Of Division 23of The Specifications. Work Involved Is Selection Of The New Tanks, New Tank Monitoring Systems, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Tank Manhole Enclosures With Effects Of Traffic In Consideration. plumbing Engineering: Plumbing Designers Needed To Identify Any Work Required By Division 23 Which Deals With Piping And Valves. civil Engineering: Civil Engineer Needed To Help Guide The Team Organizing Removals And Modifications To The Sites And Also Consider Drainage And Control Of The Site. structural Engineering: Structural Designer Needed To Select The Ballast To Hold Down The Tanks, Consider The Design Of The Concrete Fuel Tank Pad Over The Tanks In Case They Are Driven On, Consult With The Design Of The Placement Of The Tanks From Roadways, Consider Whether Permanent Shoring System Should Be Installed To Protect The Tanks And Allow For Future Replacement Of The Tanks. fire Protection Engineering; architecture: Architect Designer Needed To Consider The Selection Of Materials To For The Building To Be Patched And Also Organize All Drawings And Trades. specialty Work: Environmental Team Will Approve That There Is Either No Asbestos Or Lead Hazards Or If Found, Create A Mitigation Plan. This Same Process Goes For Removal Concerns Over Any Other Contaminants At The Sites During Tank Removals. specialty Work, For Purposes Of This Professional Qualifications Section, Is Defined As Identifying And Documenting Asbestos-containing Materials (acm), Polychlorinated Biphenyls (pcbs), And Lead. specialized Experience And Technical Competence each A-e Firm Must Submit Specialized Experience And Technical Competence In The Type Of A-e Work Required In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section. provide A Detailed Narrative That Contains No More Than Three (3) Relevant A-e Design Services Projects Performed And Completed Within The Last Five (5) Years. The Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity. These Three (3) Most Relevant Projects Selected By The A-e Firm For This Detailed Narrative Must Entail The A-e Firm S Ability To Successfully Execute The Requirements Identified In The Attached Statement Of Work. include Within This Specialized Experience And Technical Competence Section Similar A-e Design Services Projects To The Replace Underground Storage Project, Which Have Been Previously Performed And Completed By The A-e Firm. Similar A-e Design Services Projects Would Constitute Any Project With The Following Performance Components: demolishing Aging Underground Storage Tanks; replacing Aging Underground Storage Tanks demolishing Any Aging Underground Storage Tanks And Replace With Updated ones modifying Current Electrical And Mechanical Spaces In A Hospital Setting; And/or identifying, Testing, And Removing/abating Any Hazardous Substances Within Any Area Impacted By This Project. the Same Three (3) Projects Should Be Addressed For The Information Requested In Paragraphs (a) And (b). Therefore, No More Than Three (3) Total Projects Are Being Requested To Complete Paragraphs (a) And (b) Of This Specialized Experience And Technical Competence Section. respondents Must Provide At Least Three (3) Similar Recent And Relevant Projects; Any Project Provided In Addition To The Three Will Not Be Evaluated As Part Of This Criteria. The Following Information Is Required For All Projects Provided Under These Criteria: contract/task Order Number project Title prime Firm start And Completion Dates description Of The Project And How It Is Relevant To The Scope Of This Project include Within This Specialized Experience And Technical Competence Section Any Knowledge Of Similar Projects Previously Performed And Completed By The A-e Firm In A Hospital Setting That Required The Following Components: electrical; mechanical plumbing; construction; civil; fire Protection; And identification, Documentation, And Monitoring Of Acm, Pcbs, And Lead. past Performance each A-e Firm Must Submit Past Performance On Contracts With Government Agencies And Private Industry In The Sf 330 Submission. The A-e Firm Shall Provide And Demonstrate The Past Performance Requirements Set Forth In Paragraphs (b) And (c) Of This Section. The A-e Firm Shall Also Review The Past Performance Descriptions And Definitions In Paragraph (a) Of This Section As Well As The Factors Considered In Paragraphs (d) Through (f) Of This Section. past Performance, Under Far 36.602, Is Described As Contracts With Government Agencies And Private Industry For Recent And Relevant Projects In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. recent, For Purposes Of This Special Notice For Qualifications, Is Defined As Any Contract Performance Occurring Within Five (5) Years Of The Date Of This Special Notice. Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Special Notice. relevant, For Purposes Of This Special Notice For Qualifications, Is Defined As Past Performance Of Work On Projects That Are Similar In Scope And Complexity To The Type Of Project Anticipated Under The Resultant Contract. provide Recent And Relevant Contractor Performance Assessment Reporting System (cpars) Data. Government Past Performance Information Systems May Be Accessed. if No Cpars Data Is Available, Provide The Past Performance Questionnaire (ppq) That Is Attached To This Special Notice For Qualifications. The Ppq Will Be Accepted Upon Determination By The a-e Firm That No Cpars Data Is Available Or Accessible To Provide To The Government. cpars Data And Ppqs Do Not Count Toward The Page Limitation Of The Sf 330 Submission. failure To Provide Requested Cpars Data Or The Completed Ppqs, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In The A-e Firm Being Considered Less Qualified By The Source Selection Evaluation Board (sseb). provide The Following Information For Each Recent And Relevant Past Performance Contract: contract Number And/or Task Order Number; obligation Number/purchase Order (po) Number; project Title; prime Firm Name; start Date; completion Date; And construction Dollar Amount. past Performance Criterion May Also Include (i) Additional Performance Related From The A-e Firm, (ii) Customer Inquiries, (iii) Government Databases, (iv) Publicly Available Sources, And (v) Additional Projects In Cpars Other Than In Paragraph (b) Of This Section. it Is Recommended That Each Past Performance Reference Provided To The Government Be Notified By The A-e Firm That A Contracting Officer From Network Contracting Office 1 (nco 1) Will Contact Each Past Performance Reference. past Performance Information May Be Obtained By The Contract Specialist From Any Other Sources Available To The Government Including, But Not Limited To, The Past Performance Information Retrieval System (ppirs) Or Other Databases As Well As Interviews With Program Managers, Contracting Officers, And/or Contracting Officers Representatives. geographic Location And Locality Knowledge each A-e Firm Must Submit Information Relating To The General Geographical Location Area Of The Project And Locality Knowledge Of The Project In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section. provide The Name And Address Of The A-e Firm S Nearest Branch Office In Geographic Proximity To The West Haven Vamc Located In West Haven, Connecticut. The Branch Office Must Be The Location Of The Proposed Team. provide Familiarity With The West Haven Vamc. Familiarity With The West Haven Vamc May Constitute The Following Components: travel To And From The Location Of The West Haven Vamc; travel Through The Surrounding Areas Of The New England Region; climate Of The New England Region; major Roadways Surrounding The Metropolitan Area Of West Haven, Connecticut; And other Sufficient Transportation Methods Through West Haven, Connecticut. The Locality Knowledge Element Of This Project Is Essential, Which May Be Affected By The Climate, Roadway Conditions, And Unforeseen Circumstances In The New England Region. c. Provide Any A-e Design Services Projects Previously Completed By The A-e Firm For The Government Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1 Covering Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, And Vermont. For Each A-e Design Services Project Previously Completed Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1, Provide The Following Project Details: contract Number And/or Task Order Number; obligation Number/po Number; project Title; start Date; And completion Date. capacity each A-e Firm Must Submit The Capacity To Accomplish The Work In The Required And Allotted Amount Of Time In The Sf 330 Submission By Demonstrating The Requirement In Paragraph (a) Of This Section. The A-e Firm Shall Also Review The Capacity Factors Considered In Paragraph (b) Of This Section. provide The Available Capacity In The Eight (8) Required Areas Of Discipline For This Project, As Previously Denoted In Paragraph (e) Of The Professional Qualifications Section, By Furnishing Current Project Workload That Includes All Projects Awarded During The Previous Twelve (12) Months And The Full Potential Value Of Said Projects. the Sseb Will Consider The A-e Firm S Plan And Ability To Fulfill The Schedule And Timelines Of The Overall Project. The Sseb Will Also Consider The Available Capacity Of The A-e Firm To Provide Adequate Personnel That Properly Execute The Eight (8) Key Disciplines Of The At-issue Project. construction Period Services Experience each A-e Firm Must Submit Information Relating To Construction Period Services Experience In The Sf 330 Submission By Demonstrating The Requirement Set Forth Below In This Section. describe Construction Period Services Experience For Projects Similar In Scope And Complexity, which May Include, But Is Not Limited To, The Following Aspects: professional Field Inspections During The Construction Period; review Of Construction Submittals And/or Requests For Information; support In Answering Requests For Information During The Construction Period; And support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. subcontractor Commitment each A-e Firm Must Provide A Narrative With Supporting Details As To The Commitment In Utilizing Sdvosbs, Vosbs, And Other Types Of Sbs For Subcontracting Opportunities Pursuant To Vaam M836.602-1. as Already Indicted In Section E Of This Special Notice For Qualifications, Prospective A-e Firms Are Reminded To Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. Said Certification Shall Be Included In Any Resultant Contract. questions And Comments: all Questions And Comments In Response To This Special Notice For Qualifications Must Be Submitted In Writing Only. oral Questions And/or Questions By Telephone Will Not Be Accepted Or Answered. all Written Questions To This Special Notice For Qualifications Must Be Submitted To Cecilia Antwi Who Can Be Contacted At Cecilia.antwi@va.gov. all Written Questions To This Special Notice For Qualifications Must Be Submitted By February 7, 2024. submission Instructions: all Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. The Sf 330 Submission Shall Include The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. incomplete Sf 330 Submissions Will Not Be Considered Or Evaluated. Acceptable And Fully Completed Sf 330 Submissions Will Contain The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. the Most-recent Version The Sf 330 Form Is Available At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. any Interested And Qualified A-e Firms Must Submit One (1) Electronic Copy Of The Completed Sf 330 Submission By E-mail To Cecilia.antwi@va.gov By The Deadline Designated In Paragraph (a) Of This Section (february 20, 2025). please Indicate In The Subject Line Of The Sf 330 Submission E-mail The Following Information: Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington. if The File Size Exceeds 7 Megabytes (mbs), Then The A-e Firm Is Required To Send Multiple E-mails. If Multiple E-mails Are Required, Then The A-e Firm Must Indicate The Number Of E-mails That Will Be Submitted On Behalf Of The Sf 330 Submission. Examples: Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 1 Of 2 Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 2 Of 2 please Be Specific In Providing Information As Well As Responding To All Inquiries On Both (i) The Sf 330 Form And (ii) The A-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. Do Not State Information Incorporated By Reference As This Statement Or Similar Statements Will Be Deemed Incomplete And Unacceptable By The Evaluation Board. no Photographs Will Be Provided In The Sf 330 Submission. Photographs In The Sf 330 Submission Will Not Be Accepted. Any Photographs Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board. the Entire Sf 330 Submission Is Limited To Fifty (50) Total Pages, Which Will Consist Of The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. any Pages That Exceed The Fifty (50) Page Limitation Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board. the Following Four (4) Items Are Exempt From The Fifty (50) Page Limitation: cover Page; table Of Contents; past Performance Questionnaire; And drawings To Support Any Portion Of The Sf 330 Submission. sf 330 Submission Contents: within The Response By Each Interested A-e Firm, An Acceptable And Fully Completed Sf 330 Submission Must Include All Of The Following Six (6) Items That Are Identified As Paragraphs (a) Through (f) In This Section. cover Letter That Will Address, At A Minimum, The Following Details: the Legal Name Of The A-e Firm With A Full Physical Address; -if The A-e Firm Is Operating Under A Doing Business As (dba) Entity, Then This Dba Information Shall Be Included In The Cover Letter. the Sam Unique Entity Identifier (uei) Number Of The A-e Firm; the Response Date Of The Sf 330 Submission, Which Will Be The Date That The A-e Firm Submits The Sf 330 To The Va; And the Notice Number, Project Name, And Project Number Of This Special Notice For Qualifications. -notice Number: 36c241250025 -project Name: Replace Underground Storage Tanks, West Haven And Newington -project Number: 689-25-112 sf 330 Form With Both Part I And Part Ii Of This Form Completed. for Any Information Within The Sf Form 330 That Is Not Applicable, Please Insert N/a Or Not Applicable . Do Not Leave Any Section Blank On The Sf 330 Form. limitations On Subcontracting Criteria As Described Under Section E Of This Special Notice For Qualifications. a-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. any Sf 330 Submission That Does Not Specifically Address Each Of The Seven (7) requested Selection Evaluation Criteria May Be Deemed Unacceptable And Removed From consideration. past Performance Questionnaire Under Section H, Subsection 3 [past Performance], Paragraph (b) Of This Special Notice For Qualifications. additional Information And Attachments, If Applicable, Must Be Supporting Documentation And Properly Labeled By The Firm Within The Sf 330 Submission. late Responses Will Be Any Sf 330 Submission Received From An A-e Firm After The Submittal Deadline (february 20, 2025, At 3 Pm Est), Which Is Also Outlined In Section J, Paragraph (a) Of This Special Notice For Qualifications. Any Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. additionally, Any Modification And/or Revision To The Sf 330 Submission Must Be Received By The Va Before The Submittal Deadline (february 20, 2025, Pm At 11:00am Est). Any Modification And/or Revision To The Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. However, The Original Sf 330 Submission Will Constitute An Acceptable Submittal And Will Be Considered For Evaluation By The Evaluation Board If A Modification And/or A Revision To The Sf 330 Submission Is Received By The Va After The Submittal Deadline. far And Vaar References: the Far And Vaar Citations Referenced In This Special Notice For Qualifications May Be Accessed At The following Websites: far: Https://www.acquisition.gov/far/index.html vaar: Https://www.va.gov/oal/library/vaar/ informational Purposes Only Attention All Sdvosb Concerns: this Section Is For Informational Purposes Only. As Previously Denoted In Section D Of This Special Notice for Qualifications, This Is A Total Set-aside For Sdvosbs Under Vaar 852.219-10. Pursuant To 38 United states Code (u.s.c.) 8127(k)(2), Prior To Award Of Any Contract Under This Special Notice For qualifications, The Sdvosb Concern Shall Certify Compliance With The Limitations On Subcontracting As set Forth In Section E Of This Special Notice For Qualifications And Regulated Under 13 Code Of Federal regulations (cfr) 125.6. for A-e Purposes, The Sdvosb Concerns Mean That Your A-e Firm Will Not Pay More Than Fifty Percent (50%) Of The Amount Paid By The Government To Other Firms That Are Not Vetcert-listed Sdvosbs As Set forth In Vaar 852.219-10. Any Work That A Similarly Situated Vetcert-listed Subcontractor (sdvosb concern) Further Subcontracts Will Count Towards And Contribute To The Fifty Percent (50%) Subcontract amount That Cannot Be Exceeded. Similarly Situated" Pertains To Other Firms That Are Contracted By Your a-e Firm. "similarly Situated" Is Identified As Other Firms That Are In The Same, Identical Socio-economic program As Your A-e Firm (namely, The Vetcert Sdvosb Program). Other Direct Costs May Be Excluded to The Extent That The Costs Are Not The Principal Purpose Of The Acquisition And To The Extent That Small business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. attachments: see Attached Document: P09_sow_689-25-112 Ust Replacements see Attachment Document: M4 Wh Site Ust Plan see Attachment Document: Site Ehrm Utility Boring Plan see Attachment: 08750 Newington W-1 Site see Attachment: Site West Haven-master -utility Plan see Attachment: S02 Va Notice Of Limitations On Subcontracting see Attachment: P09 Past Performance Questionnaire see Attached Document: P09_sow_689-25-112 Ust Replacements. see Attached Document: Site Ehrm Utility Boring Plan. see Attached Document: 08750 Newington W-1 Site. see Attached Document: Site West Haven-master-utility Plan. see Attached Document: S02 Va Notice Of Limitations On Subcontracting. see Attached Document: P09 Past Performance Questionnaire. modification To Previous Notice question 1: Evaluation Criterion 2 States That Offerors Must Demonstrate Relevant Experience In Laboratory Renovations, New Laboratory Design, And / Or Existing Electricalâ load Center Renovations. Is This Statement Correct, Given That The Subject Project Is For Replacement Of Underground Storage Tanks? the Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing Electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity.â  va Response: Please Show Evidence Of Experience In Replacement Of Underground Storage Tanks. question 2: On 36c24125r0025 What Size Tanks And Types Are You Looking For? va Response: newington By Nearby Building Number 2w, 4000-gallon, Double Wall Frp 2e, 6000-gallon, Double Wall Frp 3, 6000-gallon, Double Wall Frp west Haven By Nearby Building Number 38, 12000-gallon, Double Wall Frp submission Date For Sf330 Amended: All Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. see Attached Document: S06 Statement Of Work 689-25-112 Ust Replacements. see Attached Document: S06 08750 Newington W-1 Site. see Attached Document: S06 Site West Haven-master-utility Plan. see Attached Document: S06 Past Performance Questionnairre. see Attached Document: S06 Site Ehrm Utility Boring Plan. see Attached Document: S06 Wh M4site Ust Plan.
Closing Date20 Feb 2025
Tender AmountRefer Documents 
1861-1870 of 1984 archived Tenders