Architect Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date25 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only solicitation: 36c25225r0033 project: 578-25-003 Renovate Elevators In B200 place Of Performance: Edward Hines, Jr. Va Hospital 5000 South 5th Avenue, Building200 Hines, Il 60141-5000 part 1 General Scope Of Work: edward Hines Jr. Veterans Affairs Hospital (ehvah) Provides Primary, Extended, And Specialty Care Services And Is Reliant Upon Supporting Infrastructure, Programmed Spaces, And Functioning Environments To Keep Up With Demand. building 200 Construction Was Completed In 1971 And Serves As The Primary Healthcare Facility On Campus. The Building Contains Eight (8) Traction Elevators In Varying Conditions. Some Of The Equipment Has Been Modernized In The 1980 S And 1990 S But Overall, The Equipment Is In Average To Poor Condition And Operating At Its Useful Life Expectancy. The Building Also Contains Seven (7) Hydraulic Elevators But Those Are Not Included In This Contract. iaw Vaar 836.204, The Magnitude Of Construction For This Work Is Between $10,000,000 - $20,000,000 Part 836 - Construction And Architect-engineer Contracts - Office Of Acquisition And Logistics (oal) (va.gov). existing Conditions: the Eight (8) Traction Elevators Include Five (5) Passenger Elevators And Three (3) Service Elevators. All 8 Elevators Are Beyond Their Useful Life; They Are Failing Faster Than They Can Be Repaired, Resulting In Excessive Wait Times For Patients And Staff. Repairs Are Becoming Increasingly More Difficult To Perform Due To A Diminishing Inventory Of Available Parts, Further Extending Their Downtime. new Construction this Contract Will Include Furnishing All Labor, Materials, Equipment, Tools, And Qualified Supervision Necessary To Complete The Following: renovate Five Passenger Elevators (p1, P2, P3, P4 And P5). renovate Three Service Elevators (s6, S7 And S8). upgrade Elevator Penthouse, Room 1700. the Medical Center Maintains Operations 24 Hours A Day, 7 Days A Week. Therefore, Any Interruption In Service Must Be Scheduled And Coordinated With The Contracting Officer S Representative (cor) To Ensure That No Lapses In Operation Occur. Elevators Are To Remain Fully Operational Until All Equipment And Materials Are On-site And Ready For Installation. the Project Work Will Be Performed In Eight (8) Phases: phase 1 - Elevator P1, Penthouse Upgrades, Ats Installation, And Fire Control Panel phase 2 - Elevator P3 phase 3 - Elevator P4 phase 4 - Elevator P5 phase 5 - Elevator S1 phase 6 - Elevator S2 phase 7 - Elevator S3 phase 8 - Elevator P2 contract Ntp Is Tentatively Planned For Fall 2025. part 2 Sources Sought General Description: the Purpose Of This Sources Sought Notice Is To Obtain Information On The Interests, Capabilities, And Qualifications Of Business Firms Of All Sizes And Specialized Certified Small Business Firms To Determine If A Set-aside Is Appropriate. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. Proposals Are Not Being Requested Or Accepted At This Time. work Is Assigned To Naics 236220 Commerical And Instituational Building Construction. This Industry Comprises Establishments Primarily Responsible For The Construction (including New Work, Additions, Alterations, Maintenance, And Repairs) Of Commercial And Institutional Buildings And Related Structures . North American Industry Classification System (naics) U.s. Census Bureau the Small Business Size-standard For Naics 236220 Is $45 Million. should The Solicitation Be Set-aside For An Sba Verified Sbvosb , In Accordance With Vaar 852.219-73 Https://www.va.gov/oal/library/vaar/vaar852.asp#85221973: (d) (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database. (d)(4) Not Applicable. (d)(5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: Xxx - By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or ___ - By The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfr 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. part 3 Interested Sources Shall Submit The Following: company Name, Address, Point Of Contact, Phone Number, Sam Oid Number, And Business Status. indicate The Primary Nature Of Your Business, Any Teaming Agreements Or Arrangements, Planned Self- Performance And Subcontracting Program. provide Detailed Construction Background Related To Extensive Experience In Complex Elevators For Two Project Examples. This Information Should Include A Description Of The Overall Project, And Specifically What Work Your Company Performed On The Contract. Include Overall Project Cost As Well As The Cost Assigned To Your Portion Of The Project. provide Details On The Size Of Your Business From The Following Types Of Specialized Construction Small Businesses: service-disabled Veteran Owned Small Businesses (sdvosb), veteran Owned Small Businesses (vosb), women Owned Small Businesses (wosb), 8(a) Businesses, hubzone Businesses, small Businesses (sb), And large Businesses. if Your Intent Is To Complete This Potential Contract As One Of The Small Business-types Listed Above, Include Specific Details As To How Your Company Will Fulfill The 15% Small Business-type Requirement. if Your Company Will Not Be Self-performing The Elevator Installation, Provide Qualifications Listed Above For The Elevator Subcontractor. letter From The Surety Regarding The Maximum Bonding Capability For A Single Contract Action, Total Value Of Active Bonds And Total Aggregate Bonding Capacity. total Submittal Shall Be No Longer Than (8) Eight Pages In One .pdf File Or Word Document. responses Are Required To Be Sent Via Email To Kristi.kluck3@va.gov No Later Than Monday, January 27, 2025, 23:59 P.m., Cst. this Is Not A Request For Proposals. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. -- End Of Document --

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date9 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Synopsis. This Is Not A Solicitation announcement For Proposal And No Contract Will Be Awarded From This Announcement. this Is A Market Research Tool Being Used To Determine The Availability And Adequacy Of Potential Business Sources Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal Including The Use Of Any Appropriate Small Business Programs. the Us Army Corps Of Engineers Wilmington District Intends To Utilize This Sources Sought Synopsis To Identify Potential Qualified 8(a), Historically Underutilized Business Zone (hubzone) Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Women Owned Small Business (edwosb), And Small Business Firms For An Indefinite Delivery/indefinite Quantity (idiq) Contract For Architect And Engineering Services To Perform Surveys, Gis And The Associated Production Of Maps As Well As Cadd And Gis Products. the Primary Geographic Area Covered By This Contract Encompasses The Us Army Corps Of Engineers – Wilmington District, Which Includes The States Of North Carolina And Virginia. However, Could Also Be Used Within Any Location In The United States That Falls Under Wilmington District’s Area Of Responsibility. Upon Review Of Industry Response To This Sources Sought Synopsis, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is In The Governments Best Interest. this Is Not A Solicitation But Sources Sought Only. should A Future Requirement(s) Evolve From This Preliminary Planning Purpose, The Government Intends To Issue A Solicitation Notice And Award A Minimum Of Three (3) Firm Fixed Price (ffp), Indefinite Delivery/indefinite Quantity (idiq) Contracts That Cover All The Required Elements Of This Notice With A Total Estimated Value Of $6 Million. The Contract Term Will Be A Base Year And Four One-year Option Periods. the Primary Tasks Anticipated Under This Contract Include Work Consisting Of Multiple Types Of Surveys And The Associated Production Of Maps As Well As Cadd And Gis Products. These Surveys Consist Of Topographic, Hydrographic, Boundary, Precise Alignment/deformation Surveys, Uas Surveys (photogrammetric And Lidar) And Construction Staking As Well As Gis Services Including Mapping, Analysis, Geodatabase Development, And Application Development. A Variety Of Software May Be Utilized, Design Services And Deliverable Requirements Will Be Developed Using Erdc/itl Sr-24-3 A/e/c Cadd Standard, Release 6.2. the Successful Contractor To Any Forthcoming Solicitation Shall Provide All Labor, Management, Supervision, Tools, Materials, And All Equipment Necessary To Perform The Services Listed Above. the Task Order Projects Will Vary In Magnitude. The Naics Code For This Proposed Procurement Is 541370 Engineering Services Small Business Size Standard Is $19,000,000.00. a Small Business Prime Will Be Required To Comply With Far 52.219-14 Which States That At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended By Employees Of The Concern Or Similarly Situated Entities. Provide Evidence That On Past Contracts Of A Similar Nature That Your Firm (as The Prime Contractor) Was Able To Comply With The Requirement Of Far 52.219-14 And Will Be Able To Comply With This Requirement Under The Proposed Contract. after Review Of The Responses Submitted, A Solicitation Announcement Will Be On Www.sam.gov If The Government Intends To Continue With The Procurement. submission Requirements: it Is Requested That Interested Firms Submit To The Contracting Office A Brief Statement Of Capabilities Demonstrating Their Ability To Meet And Execute The Requirements As Set Forth Above And Address The Following Questions: has Your Firm, As A Prime Contractor, Whether Individually Or Through A Formal Joint Venture, Teaming Agreement, Or Under Subcontract To A Federal Prime Contractor, Provided Similar Services As Described In The Brief Description Of Project Above? If Yes, Please Provide The Following Information On Your Three Most Recent Projects: contracting Agency Address contract Number, Date And Amount Of Award, Date Of Completion. was Your Company The Prime Or A Subcontractor? description Of Items/services Provided Under The Contract. state Whether Or Not There Were Any Performance Issues Under The Contract Which Resulted In The Issuance Of A Cure Notice Or Show Cause Notice By The Contracting Officer. if Your Firm Has Never Contracted With The Federal Government As A Prime Contractor, Or As A Subcontractor To A Prime Contractor On A Federal Contract, Have You Provided Similar Services To Commercial Sources? If So, Please Provide The Specifics In Terms Of The Largest Customers Of These Services. (e.g. Department Of National Resources, U.s. Forest Services) Please Include Any Information Relevant To Any Potential Difficulties You Note With Complying Fully With The Description Of Work. has Your Firm Ever Been Terminated For Cause Or Default From A Contractual Arrangement, Whether Federal Or Private Sector, As A Result Of Failure To Perform, Poor Quality And Workmanship Provided, Etc.? If So, Please Provide The Specifics. has Your Firm, Or Any Firm That You Would Potentially Joint Venture Or Team With Ever Bid On A Federal Acquisition And Been Determined Non-responsible By The Contracting Officer And/or The U.s. Small Business Administration (sba) Failed To Issue A Certificate Of Competency To Your Firm Or Teaming Partners When The Matter Was Referred To Sba For Review And Consideration? although This Is A Sources Sought Synopsis, Are You Interested In Submitting A Proposal For This Requirement Should A Solicitation Be Issued At A Later Date? a Statement Of Capabilities (soc) Submittal Is Required. The Soc Will Determine The Feasibility And/or Basis For The Government’s Decision To Proceed With Acquisition. Interested Firms Must Submit A Soc, Which Describes In Details The Firm’s Capability Of Providing The Described Services. provide Your Ability To Meet The Qualifications Described Above Relative To Your Firm/team. Provide Business Name, Address, Point Of Contact, Telephone Number, Email Address; Uei Number, Cage Code Number, And Socioeconomic Category For Naics Code 541370, Indicating Whether You Are A Small business, Small Disadvantage Business, Woman-owned Business, Etc. And Business Site, Average Number Of Employees Of The Concern, And Average Annual Receipts Based On The Last 3 Fiscal Years. firms Submitting Responses Shall Present Their Information In A Matrix Format Showing Contracts They Have Performed. The Matrix Shall Show The Most Recent Projects (minimum Of Three And Maximum Of Five), Which Demonstrate An Ability To Meet The Qualification Criteria Listed Above. provide The Contract Number, Contract Type (i.e. Fixed Price, Indefinite Quantity/indefinite Delivery, Cost Reimbursement, Etc.), Project Value, Contract Value And Point Of Contact With Phone Number. Indicate Whether The Work Was Performed As A Prime Or A Subcontractor, As Well As What Percentage Of Work Your Firm Performed. Provide By Listing Key Personnel That Participated In The Projects And Their Responsibilities. submissions Shall Be Submitted Electronically And Must Be Received At The Office Cited No Later Than 3:00p.m. Eastern Daylight Time On 9 April 2025. the Submissions Shall Be Formatted In A Single Spaced, 12-point Font Minimum And Limited To 30 Single Sided Pages (including All Attachments). Responses Shall Be Submitted To The Contract Specialist For This Action Jenifer Garland At Jenifer.m.garland@usace.army.mil And The Contracting Officer, Ros Shoemaker At Rosalind.m.shoemaker@usace.army.mil. Any Correspondence Shall Be Directed To: us Army Corps Of Engineers – Wilmington District Contracting Division jenifer Garland 69 Darlington Ave wilmington, Nc 28403 phone: (910) 251-4134 email: Jenifer.m.garland@usace.army.mil late Responses Will Not Be Accepted. this Market Survey Is For Informational And Planning Purposes Only And Does Not Constitute A Solicitation For Bid Or Proposals And Is Not To Be Construed As A Commitment By The Government. The Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Competitive Contract. the Government Will Not Provide Any Briefing On The Results Of The Survey. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For Purpose Of Verifying Performance.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania. project Description: the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus. the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov

U S CUSTOMS AND BORDER PROTECTION USA Tender

Other Consultancy Services...+1Consultancy Services
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Background: the Advanced Trade Analytics Platform (atap) Provides Cbp With A Single, Organized Point Of Access For Cbp’s Internal And External Sources Of Trade Information, Using This Information To Develop From-scratch Data Analytic, Machine Learning, And Ai Products Meant To Enhance Cbp’s Execution Of The Trade Mission. Atap Is A Fully Operational, Internal Cbp System. cbp Intends To Obtain Contracted Data Scientists To Support The Development Of These Analytic Work Products In Collaboration With Atap’s Federal Personnel, Business Analysts, Data Architects, Engineers, And Visualization Experts To Support Mission Needs. Key Components Of The Job Will Include Data Analysis And Modeling, In Which The Data Scientist Will Build And Maintain Models To Support Business Use Cases. Atap Utilizes A Service Delivery Model That Allows Cbp To Direct Resources To The Areas Of Highest Risk Or Opportunity Within Cbp, With Work Prioritized By The Atap Director Or Their Designee. Deliverables For This Team May Include, But Are Not Limited To, Data Analytic Models Utilizing A Wide Range Of Analytics (e.g., Diagnostic, Predictive), Data Extracts, And Data Visualizations. cbp Projects A Need Of One (1) Chief Data Officer / On-site Project Lead, Once (1) Senior Data Scientist, Nine (9) Data Scientists, Five (5) Data Analysts, And One (1) User Interface Designer. Cbp Requires The Data Scientists And Project Lead To Have Advanced Degrees (ms/ph.d) In Addition To Substantial Experience. A Draft Copy Of The Statement Of Work, Which Details The Level Of Experience For Each Labor Category, Is Attached To This Request. All Assigned Staff Would Need To Successfully Pass A Cbp Background Investigation. requested Information: provide A Capabilities Statement As It Relates To Cbp’s Draft Sow. provide Three (3) Examples Of Contracts With Ph.d. Level Work, Where Your Company Was The Prime Contractor, That Is Similar To The Requirements Outlined In The Sow? would Your Firm Be Able To Staff This Contract In-house Or Do You Foresee The Need To Subcontract Out Portions Of The Work? discuss Approaches For Transitioning In Contractor Personnel In Absence Of Incumbent Contractor Personnel. Please Include In Your Response Your Company’s Experience Using These Recommended Approaches And Lessons Learned. would Your Company Be Able To Provide Cbp Background Investigation Cleared Contractors At Award Date? what North American Industrial Classification System (naics) Does Your Firm Believe Most Applicable To The Requirement At Hand? response Format And Limits interested Parties Should Submit A Written Response, No More Than Eight (8) Pages In Length, That: demonstrates The Respondent’s Ability To Meet Or Exceed The Attached Draft Sow Requirements; addresses Each Of The Requests For Information; provides The Company Name And Address, Point Of Contact With Phone Number And E-mail, Business Size, Uei Number, And Available Contracting Vehicles; cost/price Estimates And An Identification Of Potential Cost Drivers, Tradeoffs, And/or Savings; And, any Other Pertinent Information Such As Assumptions Made Relating To The Ability To Satisfy Specific Requirements Or Questions Regarding Ambiguous Or Poorly Defined Requirements. all Responses Shall Be Submitted Electronically (adobe Pdf Format). Responding To This Rfi Is Not A Prerequisite To Bid On A Subsequent Rfp, If One Is Issued. Responses May Include Links To Available Product Demonstration Websites Or Videos. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. responses Are Due No Later Than 12pm Et, January 24, 2025. Responses Shall Be Submitted Via E-mail To Contracting Officer Jared A. Tritle At: Jared.a.tritle@cbp.dhs.gov. questions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer, Email Address Listed Above. Verbal Questions Will Not Be Accepted. Questions, If Not Answered Directly To The Respondee, May Be Answered By Posting On Sam; Accordingly, Questions Shall Not Contain Proprietary, Sensitive, Or Classified Information. summary this Is Only A Request For Information (rfi). The Information Derived From This Rfi Will Assist Cbp In Identifying Sources That Can Satisfy The Requirements Of The Attached Draft Sow. The Information And Specifications Provided In The Rfi Are Subject To Change And Are Not Binding On The Government. Cbp Has Not Made A Commitment To Procure Any Of The Items Presented, And Release Of This Rfi Should Not Be Construed As A Commitment Or Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. All Submissions Become Government Property And Will Not Be Returned.

Ministry of Justice Tender

Civil And Construction...+1Building Construction
France
Closing Date11 Apr 2025
Tender AmountRefer Documents 
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.

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Details: Continuing A Legacy Of Outstanding Public Architecture, The General Services Administration (gsa) Seeks To Commission Our Nation’s Most Talented Architects, Landscape Architects, Interior Designers, Engineers And Construction Professionals To Design And Construct Federal Facilities Of Outstanding Quality And Value. These Projects Are To Demonstrate The Value Of True Integrated Design That Balances Aesthetics, Functionality, Cost, Constructability, Durability And Reliability; Create Environmentally Responsible And Superior Workplaces For Federal Employees And Give Contemporary Form And Meaning To Our Democratic Values. in This Context, Gsa Announces An Opportunity For Design And Construction Excellence In Public Architecture For Performance Of Architectural Engineering Design And Construction Services In Accordance With Gsa Quality Standards And Requirements. As Required By Law, Regulation Or Executive Order, All Facilities Will Meet Performance Targets And Security Requirements. gsa Intends To Award A Design-build (db) Contract For The Repair Or Replacement Of The Plaza And Structural Support System Of The Howard M. Metzenbaum U.s. Courthouse (metzenbaum) In Cleveland, Oh, Pursuant To The Federal Acquisition Regulation (far) Two-phase Design-build Selection Procedures (far 36.3). The Project Includes Design-build Services. this Project Will Take Place At The Howard M. Metzenbaum U.s. Courthouse In Cleveland, Oh. The Metzenbaum Courthouse, Built Between 1903 And 1910, Is A Five-story Structure Designed In The Neoclassical Style. It Is One Of The Most Significant Structures In Cleveland’s Downtown Cityscape And Is Listed In The National Register Of Historic Places. The Facade Is Clad With Granite And Remains Essentially The Same As When It Was Originally Constructed. Between 2002 And 2005, The Courthouse Was Modernized For The Primary Use Of The Bankruptcy Courts After The District Courts Relocated To The Newly Constructed Stokes Courthouse. the Metzenbaum U.s. Courthouse Is Located At The Center Of Cleveland Ohio’s Public Square. This Prominent Location Adds To The Building’s Status As A Cleveland Landmark. The Building Is Surrounded On Three Sides By A Plaza That Addresses The Public Square. The Plaza Is Heavily Trafficked By Pedestrians And Supports Two Priceless Daniel Chester French Statues That Are Part Of The Gsa’s Public Art Collection. the Plaza’s Concrete, Waterproofing Membrane, And Most Of Its Supporting Steel Framing Was Last Replaced In 1972, And The Top Slab Was Replaced In 1987. Shoring Was Installed Over A Decade Ago To Support The Sidewalk Vault Structurally And To Prevent The Public Sidewalk From Collapsing. Maintenance And Repairs Are No Longer Sufficient For Preventing Water Leaks Through The Plaza. the Plaza’s Concrete Structural Slab Is Failing. Widespread Deterioration Under The Plaza’s Structural Slab Ranges From Small Spalls To Large Areas Of Complete Delamination. The Damage Has Gone Beyond Concrete And Reinforcing Deterioration To Significant Loss Of Structural Steel Sections. The Steel Can Be Restored In Some Areas But Will Have To Be Replaced In Others. The Elevator Lift That Serves The Mail Screening Room In The Basement Must Remain Operational During The Project And Will Be Used By The Construction Contractor For Vertical Conveyance. Refurbishment Of The Lift Will Be Required After The Plaza Work Is Completed. the Foundation Wall’s Lack Of Waterproofing Allows Moisture And Water To Infiltrate Through Several Cracks. Waterproofing That Was Applied In Previous Slab Replacement Projects Only Goes Down A Few Feet Below Grade And Has Worn Away. The Remainder Of The Foundation Wall Has No Waterproofing. The Wall Moisture Has Corroded The Full Height Of The Vertical Steel Channels At The Inside Face Of The Wall That Are Likely A Key Part Of The Wall’s Strength. the Two Significant Daniel Chester French Statues Are Located On The South Elevation Of The Building. The Statues Are Supported By Both The Building Exterior Wall And The Sidewalk Slab. Movement And Deterioration Of The Sidewalk Slab Create A Risk Of Cracking In The Statues. The Original Clay Tile Floor Slab Supporting The Base Of The Statues Has Fallen Away, Leaving Only Unreinforced Cement Topping Between The Steel Beams And The Statue Base. A New Support System Needs To Be Installed To Isolate The Statues From The Sidewalk Slab. this Project Seeks Design Build Services For The Improvements Necessary To Repair Or Replace The Plaza And Its Structural Support System For The Safety Of Tenants And Visitors And Long Term Stabilization Of The Property. this Project Will Utilize The Design-build (db) Delivery Method, With The Db Contract Procured By Competitive Negotiation Using A Two-phase Design-build Selection Procedure (far 36.3). A Single Db Contract Will Be Issued For A Design Concept Submission, Design Development Phase And Construction Documents Phase Services, As Well As All Construction Work. For This Contract Award Process, Gsa Will Issue A Solicitation Consisting Of Phase I And Phase Ii, Respectively. the Purpose Of Phase I (the Request For Qualifications) Is To Select The Most Highly Qualified Offerors From Phase I To Participate In Phase Ii (the Request For Proposals). At The Conclusion Of Phase I, Gsa Will Invite The Short-listed Offerors To Submit Phase Ii Proposals. Phase Ii Proposals Will Require Submission Of Technical And Price Proposals, Which Are Evaluated Separately In Accordance With Far Part 15. Potential Offerors Are Hereby Placed On Notice That Gsa Will Publicly Announce The Names Of The Phase I “short-list” On Sam.gov. the Technical Evaluation Factors For Phase I Are As Follows: technical Qualifications a. Subfactor 1.a: Experience Of The General Contractor And A/e 40 Points b. Subfactor 1.b: Past Performance Of The General Contractor And A/e 15 Points approach To Design Build 20 Points lead Designer 25 Points total Points = 100 the Maximum Number Of Shortlisted Offers Advancing To Phase Ii Will Be Three (3). the Technical Evaluation Factors For Phase Ii Are As Follows: 1. Quality Of Design Concept 40 Points 2. Qualifications, Experience And Past Performance Of Key Personnel 20 Points 3. Management And Technical Approach 20 Points 4. Sustainability 15 Points 5. Small Business Utilization 5 Points Total Points = 100 in Consideration Of The Preparation Of A Phase Ii Technical Proposal, Gsa Will Pay A Stipend Of $52,500.00 To Each Of The Phase Ii Offerors Who Satisfy The Terms Of The Request For Proposals, But Are Not Selected For Award Of The Resulting Contract. at The Conclusion Of Phase Ii, Gsa Intends To Award A Contract To A Single Offeror For All Design And Construction Services. this Contract Will Be A Full And Open Procurement, Available To Both Large And Small Business Firms. As Part Of The Phase Ii Proposal, Large Business Offerors Will Be Required To Submit An Acceptable Small Business Subcontracting Plan In Accordance With Far Part 19.7. the Request For Qualifications Will Be Issued Electronically On Or About January 29, 2025. A Pre-proposal Meeting Will Be Held On Or About February 12, 2025 In Cleveland, Oh At 1:00pm Est. Prospective Attendees Are To Register Their Company With The Gsa Contracting Officer, Anna Vanko, Via Email At Anna.vanko@gsa.gov For All Individuals Planning To Attend. A. Call In Reservations Will Not Be Accepted. This Meeting Is Intended To Review The Scope Of The Project And The Submittal Requirements For Phase I. Please Note, Contractors Will Be Required To Wear A Hardhat For A Portion Of The Walk-through. Hardhats Must Be Provided By The Offeror; Gsa Is Unable To Provide Hardhats For Those Participating. An Additional Site Visit And Pre-proposal Conference Will Be Scheduled During The Phase Ii Portion As Well. award Is Anticipated In March Of 2026 With Substantial Completion Anticipated In Winter 2029/2030. the Estimated Cost Range Is Between $18,000,000 And $28,000,000. this Is A Negotiated, Best Value Procurement. The Contractor Is To Provide All Management, Supervision, Manpower, Equipment And Supplies Necessary For This Project. The Proposed Contract Is Being Solicited As Full And Open Competition. The Request For Proposal Is Planned To Be Issued In January 2025. In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Materials For The Project. Suppliers And Manufacturers Of Materials Meeting Gsa’s Inflation Reduction Act Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Requirements May Submit An Expression Of Interest To The Contact Below No Later Than March 4, 2025. expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On Gsa Construction Requirements. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa And, Potentially, In Other Fora. by Participating In The Competition, Offerors Consent To Unrestricted Gsa Use Of Supplier Names And The Gwp Values Associated With Supplier Materials. Such Information May Be Disclosed Publicly Or Used To Inform Other Low Embodied Carbon Procurement Activities. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared. Any Objection Shall Be Transmitted To The Contracting Officer By The Due Date For Offers And Shall Adhere To 41 C.f.r. § 105-60.601. market Research Resources For Identifying Qualifying Materials May Include, But Are Not Limited To, Astm International’s Epd Page, Building Transparency’s Embodied Carbon In Construction Calculator (ec3), Icc Evaluation Service’s Epd Directory, Epd International Ab’s Epd Library, The National Asphalt Paving Association’s Emerald Eco-label Epd Tool, The National Ready Mixed Concrete Association’s Concrete Epds Page, Nsf's Search For Epds Tool, And Ul’s Spot Product Catalog. note: The Information Provided Herein Is For Informational Purposes Only And Does Not Indicate Or Imply Federal Endorsement Of Any Organization, Business, Material Or Product. The Government Makes No Representation Or Warranty Concerning The Quality, Performance, Availability Or Suitability Of Any Organization, Business, Material Or Product

City Of Baton Rouge Parish Of East Baton Rouge Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date16 Apr 2025
Tender AmountRefer Documents 
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

St Tammany Parish Fire District 1 Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date20 Mar 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents 
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 ---

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
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.
1861-1870 of 1989 archived Tenders