Architect Tenders

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work troy Lock Automatic Transfer Switch Replacement albany Field Office (afo), Troy, Ny sw-1 Location: Albany Field Office, Troy, Ny. Arrangements For Entrance Onto Afo Must Be Made By Contacting Afo At (518) 273-0870 Between The Hours Of 7:00 A.m. And 3:00 P.m., Monday Through Friday. Access Is Restricted, Escorts Shall Be Provided By Albany Field Office Personnel. sw-2 Scope Of Work: The Work Covered In This Contract Consists Of Furnishing All Labor, Expertise, Equipment, Materials, Facilities, Transportation, And Appliances Necessary To Perform Operations In Connection With The Work Described In Paragraph Sw-3. It Is The Intent Of The Government For The Contractor To Provide A Complete And Useable System. Any Relevant Details Required For A Complete System That Are Omitted In The Contract Plans And Specifications Will Be Provided By The Contractor At No Cost To The Government. sw-3 Summary Of Work: Work Shall Consist Of But Is Not Limited To The Following: remove Existing Automatic Transfer Switch (ats) And Furnish And Install A With New Ats Of An Appropriate Type, Rating, And Size For The System (see Characteristics Below). Contractor Will Dispose Of The Removed Ats. Functionally Test The Ats After Installation Per The Troy Lock Ats Specifications. See Attached Drawing And Specifications For More Details. Continuous Temporary Power To The Lockhouse Will Be Required During The Ats Replacement. The Lock And Lockhouse Shall Not Be Without Power For More Than 30 Minutes. The Ats And Connected Switchgear Are All Outside. ats Requirements– 208v 600a, 3 Phase, 4 Wire, 35,000 A.i.c., Nema 3r With Maintenance Bypass. The New Ats Will Have A Manual Actuation Handle In Addition To The Automatic Function. The New Ats Must Be Service Rated. current Ats (for Information Only): Asco 300 Series. See Attached O+m Manual the Contractor Shall Conduct A Load Test Of The Existing Generator Up To 80% Of Its Maximum Load For Three Hours And Prepare A Report Documenting The Load Test And Its Results. as Part Of Functional Testing Of The Ats, The Contractor Shall Troubleshoot And Document Issues Encountered In A Report. sw-4 Timing Of Work: Workdays For Which The Lock Shall Be Without Power For Any Length Of Time Shall Be Scheduled No Less Than Two Weeks In Advance To Allow For Posting Of Notice To Mariners. The Period Of Performance Is 30 Days After 15 April, 2025. The Contractor Shall Notify The Government Of Any Material Delays They Encounter. sw-5 Codes & Standards: All Work Performed Under This Contract Shall Be In Accordance With Federal, State And Local Codes & Standards, As Well As Widely Accepted Industry Standards, Including But Not Limited To: American Institute Of Architects, American Institute Of Electrical Engineers, American National Standards Institute, American Society Of Mechanical Engineers, American Society Of Testing Materials, National Bureau Of Standards, National Electric Code, National Fire Protection Association, National Electric Code, Occupational Safety & Health Administration, Rubber Manufacturers Association, Underwriters Laboratories, And The New York Dot Standard Specification. Additionally, All Requirements Of The New York Department Of Health Must Be Satisfied In Their Entirety For Any Work Performed Or Materials Bought Under This Contract. Failure To Comply With Any Of The Aforementioned Codes And Standards Shall Be Considered As A Failure To Comply To Contract Specifications. sw-6 Utilities: Contractors Shall Coordinate With All Local Utilities Having Jurisdiction. The Local Power Utility Company Is National Grid. sw-7 Materials: The Materials Shall Conform To Specifications, Applicable Industry Codes And Standards And The Manufacturer's Recommendations, Whichever Is More Stringent. Certificates Of Compliance And Technical Data Sheets Are Required For All Materials Supplied. sw-8 Site Inspection: The Contractor Shall Have The Opportunity To Visit The Site Before The Bid Opening. The Contractor Is Required To Acknowledge At Time Of Bid Opening That Said Contractor Has Inspected And Is Fully Cognizant Of Conditions At The Site. No Allowance Or Consideration Will Be Given After Award For Any Condition Which Existed At The Time Of The Site Visit. sw-9 Security And Facility Access: The Contractor Shall Be Granted Access To The Afo Site. Contractor Personnel Must Sign In At The Administration Building When They Arrive On Site And Sign Out Before They Leave The Site. The Government Reserves The Right To Deny Access To Any Person, With No Consequence To The Contract. 1. General Security Requirements And Guidance: The Security Requirements Described Below Apply To All Contract Personnel (including Employees Of The Prime Contractor ("contractor") And All Subcontractor Employees) Supporting The Performance Requirements Of This Contract. The Contractor Is Responsible For Compliance With These Security Requirements. Questions Regarding Security Matters Shall Be Addressed To The Designated Government Representative (e.g., Contracting Officer Representative (cor), Requiring Activity (ra) Representative, Or Contracting Officer (if A Cor Or Other Ra Representative Is Not Appointed)). Contract Personnel Are Critical To The Overall Security And Safety Of Us Army Corps Of Engineers (usace) Installations, Facilities And Activities, And Security Awareness Training Contributes To Those Efforts. The Department Of Defense (dod) And Army Security Training Requirements Specified Below, If Applicable, Are Performance Requirements; All Applicable Contract Personnel Shall Complete Initial Training Within 30 Days Of Contract Award Or The Date New Contract Personnel Begin Performance On The Contract. Within Five Business Days From The Completion Of Training, The Contractor Shall Provide Written Documentation (e.g., Email Or Memorandum) To The Government Representative. The Documentation Shall Include The Names Of Contract Personnel Trained And Which Training They Completed; The Contractor Shall Maintain Training Records As Part Of Their Contract Files And Be Prepared To Provide Copies Of Training Certificates To The Government Representative. Contractor Personnel And Vehicles Are Subject To Search When Entering Federal Installations. Additionally, All Contract Personnel Shall Comply With Force Protection Condition (fpcon) Measures, Random Antiterrorism Measures (commonly Referred To As "rams"), And Health Protection Condition (hpcon) Measures. The Contractor Is Responsible For Meeting Performance Requirements During Elevated Fpcon And/or Hpcon Levels In Accordance With Applicable Ra Plans And Procedures --this Includes Identifying Mission Essential And Non-mission Essential Personnel. In Addition To The Changes Otherwise Authorized By The Changes Clause Of This Contract, Should The Fpcon Or Hpcon Levels At Any Individual Facility Or Installation Change, The Government May Implement Security Changes That Affect Contract Personnel. The Contractor Shall Ensure All Contract Personnel Are Aware Of Their Security Responsibilities, Including Any Site-specific Requirements Identified In Local Policies Or Procedures. 2. Physical Security And Access Control Requirements: All Contract Personnel Requiring Physical Access To A Federal Installation Or Facility Shall Comply With The Access Control Procedures Of That Location. Contract Personnel Requiring Unescorted Access To Meet Contract Performance Requirements On A Dod Installation In The Us Shall Be Vetted By The Installation/facility Provost Marshal/directorate Of Emergency Services/security Office Using The National Crime Information Center-interstate Identification Index (commonly Referred To As "ncic-111") And Terrorist Screening Database (commonly Referred To As "tsdb"). Contract Personnel Shall Comply With All Personal Identity Verification Requirements Specified In Installation/facility Policies And Procedures. Contract Personnel Who Do Not Meet Requirements For Unescorted Access To Usace Facilities Shall Coordinate Escorted Access With The Government Representative, As Needed. Contract Personnel Who Receive Keys, Access Cards, Or Lock Combinations That Provide Access To Government-owned Property Shall Comply With Key And Lock Control Procedures Of The Ra. sw-10 Safety: Compliance With Osha And Other Applicable Laws And Regulations For The Protection Of Employees Is Exclusively The Obligation Of The Commercial Contractor. Government And Contractor Employees Must Comply With The Corps Of Engineers Safety Manual Em 385-1-1. All Contractors And Employees Will Attend A Pre-construction Meeting Prior To Project Work Beginning. sw-11 Clean-up: Clean-up And Remove Debris Generated By This Contract To An Approved Off-site Location. Two (2) Copies Of The Receiving (tipping Or Dumping) Tickets, With A Cover Letter From The Prime Contractor Stating The Full Name And Address Of The Location To Which Debris Was Taken. sw-12 Government Resources: No Government Resources Shall Be Made Available To The Contractor, Unless Otherwise Stated In This Statement Of Work. The Contractor Shall Provide For All Necessary Resources To Provide A Complete And Usable Facility Or Systems As Described In The Contract Documents. The Contractor Shall Not Obligate Government Resources In Any Manner. The Government Shall Seek Remedy For Any Obligation Or Encumbrance Imposed By The Contractors Actions. Government Resources Include, But Are Not Limited To, Government Owned Materials, Equipment, Tools, Vehicles, Personnel, And Facilities. sw-13 Supplemental Attachments: troy Lock Electrical One Line Riser Diagram troy Lock Ats Specifications asco 300 Series Operation And Maintenance Manual generator Data Plate power System Analysis
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration. 2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center. 3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal. a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: (1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning. (2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act. (3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods. (4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc). (5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage. (6) Design Of Building Stabilization And Structural Shoring And Bracing Systems. (7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together. b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources. d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines. e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation. f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort. g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. 4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025. point Of Contact: Jordan Moran, (917) 908-8121 email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Security and Emergency Services
United States
Details: This Is A Sources Sought Notice For Market Research Purposes, Only. This Notice Does Not Constitute A Request For Proposal, Request For Quotation, Or Invitation For Bids. This Notice Does Not Commit The Government To Issue Any Type Of Solicitation Or Award An Ultimate Contract. This Notice Does Not Restrict The Government From A Particular Acquisition Approach. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Fire Protection Engineering Design Services Under A Contemplated Indefinite Delivery Indefinite Quantity Contract To Support Projects Throughout The Naval Facilities Engineering Systems Command, Mid-atlantic's Area Of Responsibility (aor). Work Under The Contract Is Anticipated To Occur Primarily At Navfac Midlant Area Of Responsibility (aor), Which Includes Connecticut, Delaware, Illinois, Indiana, Massachusetts, Maine, Michigan, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Virginia, West Virginia, And Wisconsin. The Mid-atlantic Region Offices Are Located In Norfolk, Virginia, However, Work Can Be Awarded For Any Location Within The Mid-atlantic Region. Work May Also Be Ordered Throughout The Entire Naval Facilities Engineering Systems Command, If Deemed Necessary And Approved By The Navfac Mid-atlantic Chief Of The Contracting Office. Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Appropriate North American Industry Classification System (naics) Code For This Procurement Is 541330 – Engineering Services. The Small Business Size Classification For This Procurement Is $25,500,000.00. fire Protection Design And Engineering Services Provided Under The Contract Shall Be In Accordance With Unified Facilities Criteria (ufc) 1-200-01 And Ufc 3-600-01, As Well As All Other Applicable National Fire Protection Association (nfpa) Codes/standards Not Covered By The Ufc And Extensive Knowledge And Experience With The International Building Code (ibc), And All Navy/navfac Guides, Specifications, And Instructions. Specifically, Navfac Midlant Requires All Fire Protection Engineers To Be Registered In That Particular Discipline. The Fire Protection Work May Include, But Is Not Limited To Building Code Analysis; Life-safety Code Analysis; Water Flow Tests Of Existing Water Supply And Hydraulic Supply Analysis; Fire-protection Design Analysis Of Automatic Detection And Suppression Systems; And Verification Of The Adequacy Of Water Supply (i.e., Preliminary Sprinkler Layout With Supporting Hydraulic Calculations); Fire Protection Engineering Survey, Assessment Or Studies; Construction Support Services; Performance-based Designs; Special Systems/ Hazards Analysis; In-house Design Services (ae Collaborating With Government Design Team); Rfp Development; And Fire Modeling. fire Protection Engineering Staff Shall Meet The Following Requirements: An Individual Who Is A Registered Professional Engineer (p.e.) Who Has Passed The Fire Protection Engineering Written Examination Administered By The National Council Of Examiners For Engineering And Surveying (ncees) And Has Relevant Fire Protection Engineering Experience. In Addition, Firms Are Required To Have A Minimum Of Three (3) Registered Fire Protection Engineers On Staff To Perform The Work. the Contemplated Contract Will Be For A Duration Not To Exceed Five (5) Years. The Total Fee For The Contract Term Shall Not Exceed $15,000,000.00 For The Life Of The Contract. It Is Anticipated That Projects With An Estimated Construction Cost Of No More Than $2,000,000 Will Be Performed Under The Resultant Contract, However, Larger Projects May Be Performed At The Discretion Of The Contracting Officer. typical Task Orders Issued Under This Contract Are Expected To Range Between $50,000 And $1,000,000. Project Programs Typically Supporting This Contract Are Special Projects And Military Construction Programs. Firms Must Comply With Far 52.219-14, Limitations On Subcontracting. the Sources Sought Notice Is Not A Request For Proposal. It Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought Notice. All Small Businesses, Small Disadvantaged Businesses, Service-disabled Veteran-owed Small Businesses, Certified Hub-zone Small Businesses, Economically Disadvantaged Women-owned Small Businesses/women-owned Small Businesses, And Certified 8(a) Small Businesses Are Encouraged To Respond. Upon Review Of Industry Response To The Sources Sought Notice, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is In The Government's Best Interest. it Is Requested That Interested Small Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 25 Pages In Length, Single-spaced, 12-point Font Minimum Including Document Searchable Bookmarks) Demonstrating The Ability To Perform The Requested Services. Please Use The Attached Sources Sought Project Information Form For Each Project Submitted Demonstrating The Requisite Experience To Document A Minimum Of Five (5) And Up To A Maximum Of Ten (10) Fire Protection Engineering Design And/or Consulting Projects Completed In The Past Seven (7) Years That Best Demonstrate Your Relevant Experience In Providing Professional Fire Protection Engineering Services Similar In Size, Scope And Complexity To What Will Be Required Under This Idiq. Project Experience Will Be Evaluated In Accordance With The Following Characteristics: relevant Professional Design Services: investigative Services, Facility Analysis & Deliverables: on-site Surveys Of Existing Facilities And Documentation Of Existing Conditions. life Safety Code And Building Code Analysis Of Existing Facilities And Adjacent Facilities. assessment Of Existing Fire Protection Systems, And Hydraulic Water Supply Analysis. documentation Of On-site Surveys, Life Safety Code And Building Code Analysis And Assessment Of Existing Fire Protection Systems, Along With Professional Recommendations, In A Report To The Government. design Services & Deliverables: development Of Design-build Rfp Packages For New Fire Protection Systems Or Upgrade Of Existing Fire Protection Systems. development Of Comprehensive Design-bid-build Packages That Include Full Plans And Specifications For New Fire Protection Systems Or Upgrade Of Existing Fire Protection Systems. Indicate Projects Utilizing Building Information Modeling (bim). fire Protection Design Calculations. performance- Based Fire Protection Design fire Modeling construction Cost Estimates construction Services: review Of Construction Shop Drawing Submittals. field Consultation And Special Inspections. as-built And Record Document Preparation. relevant Projects: project Size: design And Engineering Services For A Project With A Final Construction Cost Of $500,000 Or Greater. design And Engineering Services For At Least One (1) Project With A Final Construction Cost Of $2,000,000 Or Greater. engineering Services/studies/assessment/fire Modeling With A Contract Value Of $50,000 Or Greater. project Type (submit Projects That Fall Within Any Of The Below Project Types. A Prospective Offeror Is Not Required To Submit One Of Each Project Type To Be Considered, But A Greater Breadth Of Project Experience Will Be Considered More Favorably): new Construction Or Renovation Of Fire Protection System Water Supply And Distribution Systems. new Construction Or Renovation Of Base - Wide Fire-reporting Systems. new Construction Or Renovation Of Administrative Facilities. new Construction Or Renovation Of Industrial Facilities. new Construction Or Renovation Of Transportation Centers. new Construction Or Renovation Of Commercial Facilities. engineering Services/studies/assessment/fire Modeling. submitter’s Experience Performing As A Subcontractor Will Be Considered, However, Experience Of Companies Proposed To Work As Subcontractors On The Resulting Solicitation/contract Will Not. Ensure That The Project Description Clearly Identifies Whether The Project Is New Construction Or Renovation, Provides The Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements And Whether The Project Was Completed Or Not. a Company Profile Shall Also Be Included Utilizing The Attached Sources Sought Contractor Information Form. This Will Include The Number Of Employees, Office Locations(s), Uei, Cage Code, And Statement Regarding Small Business Designation And Status. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. 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 The Purpose Of Verifying Performance. this Office Anticipates Award Of A Contract For These Services No Later Than March 2026. responses Are Due No Later Than 16 May 2025 By 2:00 Pm Local Time. Late Submissions May Not Be Accepted. the Package Shall Be Emailed To Leslie Mcgehee At Leslie.m.mcgehee.civ@us.navy.mil With The Subject Referencing The Solicitation Number N4008525r2578. Attachments Are Limited To A Total Of 5mb. questions Or Comments Regarding This Notice May Be Addressed By Email To Leslie Mcgehee At Leslie.m.mcgehee.civ@us.navy.mil.
Closing Date16 May 2025
Tender AmountRefer Documents 

Services Of The Prime Minister Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
France
Details: MOE Market Composed of: - An architect who is a national of a Member State of the European Union or a party to the Agreement on the European Economic Area, established in one of these States and who meets the conditions required to sit the tests of the competition established by the 2nd of I of Article 2 of Decree No. 2007-1405 of September 28, 2007 on the Special Status of the Corps of Chief Architects of Historic Monuments and Adaptation to Community Law of the Rules Applicable to the Restoration of Listed Buildings as well as those required to be registered on a Regional Table of the Order of Architects under the provisions of Article 10 of Law No. 77-2 of January 3, 1977 on Architecture, - A Technical Design Office Any State Corps Having a Specialization In Roof Renovation (zinc, slate, bituminous coating) and a thermal engineer, - A Structural Design Office specializing in frames and flat roofs, - An Economist specializing in old buildings. The market includes a firm tranche and two optional tranches (see Market Parts).
Closing Date5 May 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice sources Sought Notice page 12 Of 12 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 12 this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. exsisting Conditions: the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes. scope Of Service Required 1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments. 2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions. 3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads. 4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities. 5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available. 6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary. 7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.) 8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1). 9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications. 10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound. 11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created. 12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e. a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access. b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including: i. Full Name ii. Company Name iii. Email Address iv. Role/position On The Project c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days. d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor. e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc. 13. Provide Design, Construction, And Post-construction Services As Listed Below. a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s. Location canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424 cost Range estimated Construction Cost Range: Between $5,000,000 And $10,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. (2) Specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To: experience With Design Of Inpatient Medical Care Facilities. experience With Design Of Multifunctional Offices. experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities; experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals). experience With Government Designs And Construction. experience With Extensive Site Survey Skills submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1. (3) Capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates (4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. (5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424. v. This Distance Is Determined According To Http://maps.google.com/ vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government. (6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. (7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, 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 Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. (8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. (9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm. (10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years. submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. evaluation Scoring evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows: outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low. good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate. marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High. unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement. the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract. unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract. no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1. Cover Page With Solicitation Number, Project Number And Title 2. Table Of Contents 3. Copy Of Valid State Registration For Each Lead Designer 4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification 5. Duns Number 6. Cage Code 7. Tax Id Number 8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Drainage Work
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 557-24-102 Correct Critical Fca Sanitary And Storm Water Deficiencies work Location: Carl Vinson Va Medical Center, Dublin, Ga 31021 estimated/target Completion Period: 240 Calendar Days After Award. construction Magnitude: Between $5,000,000 And $10,000,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Purpose Of This Design Project Is To Provide For The Design To Repair The Campus Storm Sewage System From Roof Gutters, Downspouts, And Ground Connections Through Terracotta Pipe To Original Brick Manholes. Initial Smoke Study Shall Inform A Phased Construction Approach.storm System From Ground Connection To First Manhole Is Original Terracotta Pipe In Most Areas And Manholes Are Original Brick. This Original System Is In Need Of Replacement To Include Mainlines, Laterals, And Manholes. Newer Concrete Piping Through To Outfalls At Lake Leisure Should Be Tested/analyzed, But May Remain In System If Deemed Acceptable Condition. sanitary Lift Station On Site Consistently Reads A Higher Utilization Number Than Incoming Water Usage, Likely Indicating An Interconnection With The Storm System. An Inflow And Infiltration Study Shall Be Conducted To Determine Where The Storm System Is Interconnected With Sanitary System. Smoke Test Shall Include Camera Routing Through Mains Where Required To Identify Leaks, Defects, And Improper Connections. Utilize Nassco Specifications For Testing Procedures. An Analysis To Determine Anticipated Load And Outflow Sizing Shall Be Completed Prior To Design To Review Pipe Sizes. Updated Storm Water System Shall Rely Upon Main Pond, Lake Leisure, To The Greatest Extent Possible, Minimizing The Need For Additional Retention/detention Ponds, Swales, Etc. After Smoke Study Is Completed, The Results Shall Be Used To Inform And Recommend System Repairs And Replacements. A Phased Construction Will Be Designed, With The First Phase Correcting Any Infiltration Of Storm Water Into The Sanitary System, As Described In Below Fca Deficiencies. Additional Critical Repairs And Replacements Shall Be Designed To Fit Within Approved Construction Budget. Work Not Completed In This Project Will Be Moderately Scoped Out Into Phases For Further Future Design And Construction Efforts. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf 330 Selection Criteria: The Va Will Utilize The Following Selection Criteria In relative Order Of Importance. specialized Experience And Technical Competence In The Type Of Work Required. submission Requirements: sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length, And No More Than Ten (10) Pages Total. submit A Minimum Of Three (3) But No More Than Four (4) Projects Similar To Work In The Solicitation. projects Submitted Must Be Recent. Recent Is Defined As Services Provided Within The Last Five (5) Years. at Minimum, Two (2) Projects Must Have Construction Completed Or Construction Substantially (75%+) Complete. projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,500,000 Dollars And Greater. projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. basis Of Evaluation: specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation, Such As Large Campus Sanitary And Storm Water Repairs And Replacement. specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively. higher Ratings May Be Given For Projects Completed On Va Campuses. failure To Provide Requested Data May Negatively Impact An Offeror's Rating. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. provide A Contractor Performance Assessment Reporting System (cpars) Report For Each Submitted Project Under Specialized Experience Criteria, Above. Cpars Must Be Incorporated Into The Submission; Cpars Will Not Count Towards Page Limitations. If The Project Does Not Have Cpars, Then A Past Performance Questionnaire (ppq) May Be Used. basis Of Evaluation: past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; timely Delivery Of Quality Work; the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws And Regulations; successful Implementation Of A Quality Control Plan And Quality Control Procedures; addressing Design Errors/omissions Timely; adherence To Approved Schedules; And, history Of Timely And Professional Communication And Cooperative Behavior. include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating. failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award. professional Qualifications Necessary For Satisfactory Performance Of Required Services. submission Requirements: complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual, And Not More Than Fifteen (15) Total Pages. basis Of Evaluation: evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. the Offeror Shall Have A Professional Engineer, Currently Registered In Any State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Stormwater, Etc.). key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, And Other Individuals That Are Responsible Or Accountable For Design Submissions. the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive . failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating. location In The General Geographical Area Of Dublin, Ga And Knowledge Of The Locality Of The Carl Vinson Va Medical Center Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Dublin, Ga Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Dublin, Ga And The Middle Georgia Area. if Prior Experience In Dublin, Ga Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Dublin, Ga Geographical Area Or Areas Of Similar Nature. offerors That Submit Relevant Projects Outside Of The Dublin, Ga Geographical Area May Be Given A Lower Rating Than Projects Within The Dublin, Ga Geographical Area. capacity To Accomplish The Work In The Required Time. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. basis Of Evaluation: identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. data Is Acceptable In Tables Or Charts. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offeror S Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. .
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Software and IT Solutions
Germany
Description: Contract notice - general guideline, standard regulation Open procedure (services) IT standard seminars in 5 lots Procurement of IT standard seminar services for the state of Hesse in five lots Office communication and graphics seminars on the subject area "MS Office" Seminars on the an ... MoreIT standard seminars in 5 lots Procurement of IT standard seminar services for the state of Hesse in five lots Office communication and graphics seminars on the subject area "MS Office" Seminars on the application programs Windows, Word, Excel, Powerpoint, Access, Onenote and Outlook in the version used in the state of Hesse. Teaching content: The learning objectives and individual content modules are based on the internationally standardized ICDL curriculum (International Certification of Digital Legacy). Orientation means that the "categories" and "areas of knowledge" named in the curriculum are to be taught in the seminars. It is also necessary that awareness of the topic of "accessibility" is raised in the Office seminars. In concrete terms, this means that Office's own tools on this topic are part of all Office seminars. The following topics must be covered: - Basics of document structuring O Using headings and lists for a clear hierarchy O Using format templates for consistent structuring - Creating meaningful hyperlinks - Adding alternative text for images and graphics - Setting metadata for the document - Using the internal accessibility tool Seminars on the subject of "graphics and design" The state of Hesse uses products from the manufacturer Adobe. Training courses on the subject of "graphics and design" are to be offered on the following products: - Adobe Illustrator - Adobe Indesign - Adobe Photoshop Course content: Seminars must be offered for this subject area that enable comprehensive training on Windows operating systems. The content and quality are based on the requirements of the manufacturer Adobe for certified training partners. Further information can be found in the file "performance description_it-standard seminar services_5_lose". Project and process management seminars on the topic of "project management methodology" The seminars cover at least the following applications: - (classic) project management - Agile project management including Scrum Framework and Kanban Framework - Each with certifications Prince 2 (foundation and practitioner) and Scrummaster (csm) Course content: The course content is based on the project management content of the German Society for Project Management Ev (gpm) as well as agile values and principles in the sense of the Agile Manifesto. Seminars on the subject of "project and knowledge management software applications" Software applications (in the version used in the state of Hesse) - MS Project - Jira (Atlassian) - Confluence (Atlassian Course content: The course content includes the basics, advanced functions and best practices for optimized application in real project scenarios. Seminars on the subject of "process management" Seminars on the subject of "ITIL" including certification (ITIL Foundation). Obtaining special certifications: The contractor is qualified to have participants take certification exams for the subject areas mentioned. Further information can be found in the file "performance description_IT standard seminar services_5_lots". Information technology and security Seminars on the subject of "operating systems" In addition to general seminars on "operating systems", it should also be possible to book seminar modules that build on one another in order to obtain corresponding certificates in this area. A) Server operating systems - MS Windows: Windows Server 2019 and 2022 - Linux: SUSE Linux Enterprise Server, SLES 15 B) Client operating system - MS Windows 10 - MS Windows 11 C) Obtaining Linux-specific certificates - The contractor is qualified to have participants take the Linux Essentials and LPIC-1 and LPIC-2 certification exams. Teaching content: The content of the seminars is based on the MOC courses (Microsoft Official Curriculum) from Microsoft as well as the Linux Essentials Linux certification and the certificates of the Linux Professional Institute (LPI). The contractor proves by submitting a copy that he has a valid certificate as a Linux Professional Institute Approved Training Partner (LATP). Seminars on the subject of "network technology" Seminars must be offered in this subject area that impart knowledge about network technology. This also includes training on IPv6. Course content: The learning objectives and content are based on the topics required for training administrators, on-site support staff, developers and network technicians. Seminars on the subject of "databases" The state of Hesse uses the database systems MS SQL Server and Oracle Database. The contractor's seminar program must enable basic SQL training and offer in-depth seminars for the preferred database systems. Course content: The target groups are application developers and administrators. The seminars are based on the content of the seminars offered by the manufacturers of these database systems, namely Microsoft and Oracle. Seminars on the subject of software development The following seminars are to be offered to the target group of software developers, architects and testers: - Java - C# - Python - Web development - Software design - Git and Gitlab Course content: The course content depends on the respective programming language and should be designed for beginners and advanced users. Seminars on the subject of "IT security" Seminars are required to inform and raise awareness among IT users about IT security. Teaching content: The learning objectives and content are based on the ICDL Module 6 "IT security" curriculum in the most recent version. Trainers for the subject of "IT security" must have at least the BSI basic protection certificate. Further information can be found in the file "performance description_IT standard seminar services_5_lots". Cloud technology The following seminars are to be offered to the target group of software developers and IT infrastructure experts: - Cloud computing basics - Docker - Kubernetes - Terraform - Ansible - Openshift - DevOps and DevSecops - CI/CD pipelines in the Linux and Microsoft environment Teaching content: The seminars are intended to impart the necessary technical knowledge and skills for the efficient and secure operation of a container platform in an organization. Participants are not only introduced to the basics of container technology, but also to the practical application and integration of modern tools and technologies. The aim is to enable participants to plan, implement and operate container platforms not only securely, but also scalably, efficiently and sustainably. In addition to security, aspects such as performance optimization, automation, risk management and compliance with compliance requirements are also taken into account. Certifications offered: Participants should have the opportunity to acquire the Certified Kubernetes Administrator (cka) and Certified Kubernetes Application Developer (ckad) certificates. Further information can be found in the file "leistungsbeschreibung_it-standardseminarleistungen_5_lose". Artificial Intelligence Seminars on the following topics are to be offered to all state employees: - AI basics for public service employees - Digital transformation through AI in public administration - Practical use of AI in administrative processes - Legal framework for AI in public service, including the current status of the EU-AI Act and the data protection principles according to the EU-GDPR, as well as any legal framework for action in the state of Hesse. Teaching content: The seminars convey basic knowledge about artificial intelligence (AI), how it works and possible uses in public administration, including the role of AI in digital transformation and the optimization of administrative processes. Practical application examples and strategies for integrating AI into workflows are covered. In addition, legal frameworks such as the EU-AI Act, the EU-GDPR and ethical aspects are addressed in order to ensure the safe and responsible use of AI. Further information can be found in the file "leistungsbeschreibung_it-standardseminarleistungen_5_lose".
Closing Date28 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender

Others
Germany
Description: Restricted invitation to tender with public competition Vob/a electrical installation 01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. ... More01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. Other relevant guidelines and regulations, such as: - The requirements of the building inspectorate - The requirements of the building regulations office - The requirements of the trade inspectorate - The requirements of the local fire brigade - The building police and official regulations - Those of the fire protection office - The recommendation of the building trade association - The guidelines and regulations of Deutsche Post AG Fo and Ftz - The specific requirements of the building permit - The accident prevention regulations - Afa - The recommendation of the office for occupational safety - Avb - Electrical regulations - Lbo - State building regulations with all partial regulations - Vdew, Zvei, Zveh - Vds - The recommendation of the association of property insurers - Tab - Technical connection conditions for medium and low voltage systems of the responsible Evu. All regulations must be conscientiously observed and followed. 02.As a general rule, only overview plans with the system devices are provided. The cable dimensions must be selected according to the system functions and special features of the manufacturer. 03.The upstream overcurrent and short-circuit devices must be adapted to the actual conditions and corrected as appropriate. The person who created the system is liable for its accuracy. Particular attention must be paid to an even load distribution across the three external conductors. The evenness must be verified by measurements. 04.The products offered that have the addition "or equivalent" serve solely to determine the technical requirements to be met by these materials. It is up to the bidder to offer other products that meet these quality standards. 05.There are no lockable rooms available on site for the accommodation of workers, the storage of materials and tools, etc. 06.If the work coincides with that of other contractors, the closest possible contact must be maintained with these companies to ensure that the work is carried out smoothly. All routings must be precisely coordinated with the companies responsible for the building services systems. 07.Samples of all essential components, particularly switches, sockets, lights, ducts, platforms, etc. must be submitted to the construction management without being asked to do so before the order is placed. The final selection is made by the construction management. 08.Before the distribution boards are built, view and sectional drawings of the planned design must be submitted to the construction management for approval. 09.The bidder undertakes to appoint an assembly manager before work begins, who will accept instructions from the construction management and the client at construction meetings and ensure that they are carried out. This assembly manager must remain the same for the entire construction period. If this contact person changes, all costs for damage or inconvenience caused to the client as a result will be deducted from the final invoice. 10.All necessary daily wage work will be billed according to the hourly rates listed in the separate appendix. If the entry is not made, the wage rate will be set by the construction management. Daily wage work will only be approved if it has been agreed with the construction management beforehand. This work may only be carried out on the instructions of the construction management. Daily wage records must be presented to the construction management daily. 11.The measurements must be carried out in a time that ensures that the work can be clearly identified. The measurements must be drawn up in order by circuit. The measurement check must be requested in good time. 12.After completion of the system, the contractor must prepare valid inventory plans with the final status of the installation. The inventory plans must contain all the necessary details such as distribution boxes, circuit designations, etc. The completeness and accuracy must be confirmed from then on by means of a stamp, signature and the inscription "inventory plan". The contractor or his representative only checks the number of plans for completeness. The inventory plans are to be delivered as follows: 2 copies in paper form, folded, in folders, laid out in color 1 copy in digital form on a data carrier All audit documents are to be handed over correctly in a professional form. Handwritten sketches or entries are not accepted! Documentation documents Structure and content of the documentation documents: Cover sheet (in transparent cover) - Project name and address - Trade name - Name and address of the executing company - Name and address of the specialist planner Table of contents (in transparent cover) - Structure according to the following specification (to be separated by index sheets) 1. General 1.1 Protocol for instruction of operating personnel 1.2 List of participants in the inventory acceptance 1.3 List of participants in the functional acceptance 2. Certificates 2.1 Approval certificates 2.2 Certificates of compliance with VDE and DIN standards 2.3 Certificate according to BGV A3 2.4 TÜV acceptance 2.5 Proof of uniform phase loading 3. Functional descriptions 3.1 Functional description of complex systems 4. Measurement reports 4.1 All measurement reports according to DIN VDE 0100, Part 610 4.2 Measurement report for antenna system 4.3 Measurement report for IT cabling 5. Operation and maintenance 5.1 Operating instructions 5.2 Maintenance instructions 6. Manufacturer documents 6.1 Manufacturer brochures (labeling of all components used) 6.2 Equipment file (contains make list and spare parts list of all components used) 7. Diagrams 7.1 Installation diagrams 7.2 Block diagrams 8. Distribution/central documents 8.1 Functional description of the system 8.2 Marshalling plans 8.3 Terminal assignment plans for distributors 9. Revision plans 9.1 Installation plans, scale 1:50, specifying all operating resources with designations in accordance with the distribution documents. An operating manual and a circuit diagram must be attached to each technical center. The diagram must show the structure, function and performance data. 13.To specify the work carried out, the architect and the contractor carry out a joint acceptance of the electrical systems. This acceptance is not a test within the meaning of the VDE regulations, but a test for completeness of the service in accordance with Vob. For this purpose, it is necessary that proof of the implementation of the tests required by VDE is kept in the form of a test report. The personnel costs for participation in acceptance tests are to be included in the unit prices. 14. Partial commissioning, earlier use or final invoice do not replace a final acceptance. This can only take place after the entire work has been completed. Defects identified during acceptance must be remedied within a period to be specified more precisely, without further notice. 15. The contractor is liable for all damage caused by non-compliance with the aforementioned offer and order conditions. He is obliged to inform himself about the other tradesmen involved in the construction and their work and to report any defects that could have an impact on the execution of his services to the construction management in writing before the electrical systems are carried out. The contractor is liable for the completeness of a system component until the final acceptance. 16. References must be included with the offer or it must be stated in a list with amounts that the bidder has already installed systems of the same or larger size several times. 17. If this proof is not included, the offer will be automatically excluded. C. Additional preliminary remarks on the electrical systems 01. Within the suspended ceilings, the cables must be properly fastened with plastic clamps or plastic holders at least every 60 cm. Cable trays are only installed where the frequency of cables justifies this. 02. All cable feedthroughs through metal parts, webs, profile rails, etc. must be provided with PVC grommets. All costs for this must be included in the unit price, as must all necessary drilling. 03. All dimensions for the arrangement of the devices, such as switches, sockets, lights, etc. must be determined with the construction management before installation. 04.Multiple sockets must be designed as a combination with combination cover plates. 05.All built-in devices, such as switches and sockets, etc. must be fastened in the device boxes with screws. Claw fastening is not permitted. 06.Particular attention must be paid to the use of flame-retardant switch boxes, switch terminal boxes and junction boxes in hollow walls, etc. All of these boxes must be calculated accordingly in the Lv, even if this is not specifically mentioned, including the creation of the installation openings. 07.The cables for the building services trades, RWA systems, etc. must be laid according to the instructions of the specialist companies. A cable dimension and position plan must be requested from the specialist companies at an early stage so that these cables can be laid as part of the overall installation. 08.Socket holes in exposed brickwork must be milled cleanly in coordination with the construction management. Damage is the responsibility of the person responsible. 09.All electrical cables must be flame-retardantly coated or sheathed. Only cables from certain brands that have a test certificate for these properties may be used. The bidder must provide proof and present it without being asked to do so before installation begins. If this is neglected or if cables are not laid accordingly, the bidder must bear all costs for replacing the cables. 10.As required by the local fire protection officer, the fire brigade, the city or the relevant authority, appropriate fire barriers must be installed for breakthroughs and cable routes as a fire protection measure. Acceptance must be arranged with the fire protection officer in good time before the ceilings are closed. An acceptance certificate must be presented to the construction management without being asked to do so. All costs for this must be included in the unit prices. 11.The current MLAR must be taken into account. 12. All cable trays, risers and cable ducts must be designed with appropriate dividers to accommodate both high and low voltage systems. 13. In schools, all switches and sockets must be fitted with screwed covers in accordance with school building guidelines. 14. E30 and E90 cables may only be laid using type-approved, tested fastening material for individual installation and with appropriately approved cable tray systems for collective installation. 15. All sockets must be clearly and permanently marked with circuit numbers on the support frame. For surface-mounted sockets, the marking must be attached to the housing using a labelling device. 16. All requirements for the electrical installation listed in the preliminary remarks must be included in the EPs. There is no separate remuneration for this service. Since there are dependencies between the trades, instructions for the completion of services which are, for example, mandatory requirements for the start of a subsequent trade, must be implemented immediately. Any short-term changes to the construction process must be followed immediately. Flexible action with fast reaction times and short arrival and departure times is essential for this construction project. In view of the short execution time, this also applies to instructions from the construction management to carry out work at short notice in order not to hinder or delay subsequent trades and the overall construction process. Any additional work resulting from this must be included in the unit prices. D. General information on the service description Each item shown is to be understood as a finished job and as a service that complies with the regulations, is properly crafted and is ready for use and operation, including all ancillary services. - Additional technical contract conditions - Electrical installation DIN 18 382 The general technical regulations (ATV) for construction work of the Vob, Part C, become part of the contract. Measurements and quantity compilations as the basis for calculation are only to be prepared on forms from the engineering office. The forms are provided free of charge and must be requested in good time. The presence of a contractor employee with technical and local knowledge during the acceptance of the high and low current technical systems, in accordance with the construction certificate and the applicable building inspection regulations, by a building inspector-approved expert, is covered by the unit prices. The contractor must coordinate the provision of his services with - previous and subsequent - trades that technically affect his own services, so that his own services and his own execution dates are carried out correctly in terms of the detailed execution steps and functional accuracy. The usual work sequences, technical dependencies and individual steps of partial services that are separated in time are taken into account in the offer calculation. - General description of the measure - 1. The construction measure is the extension of the fire station with 4 vehicle parking spaces and the required social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be rebuilt using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the depot (the fire service's location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see attachment. Everything else, especially exceptions, must be agreed with the construction management. 2. During the project, some work may be carried out by municipal yard employees and firefighters themselves. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be carried out. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost components requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if various items are omitted, the order may also be for the delivery of the material alone. 4. The construction site toilet and the break rooms must be provided by each contractor. Energy, water and electricity are provided free of charge. 5. A construction meeting is held weekly with all contractors in the community center/construction site. The company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and working days. 7. The contractually binding partial deadlines are set out in the construction schedule. 8.The work advertised must be carried out in parts in accordance with the progress of the construction. This does not give the contractor any right to make additional claims. 9.The disposal of rubbish and debris must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10.All further details can be found in the list of services. 11.Contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12.Services that exceed the contract amount require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13.Daily construction reports must be kept. The forms from "Zweckform - Daily Construction Reports No. 177" or equivalent must be used as a template. These must be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked must be entered here. 14. Depending on the trade, all inventory and inspection documents must be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data storage device): Final payment will only be approved after the documents have been submitted. 15. By signing the list of services, the bidder acknowledges these preliminary remarks.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 620a4-25-201 Project Repair Brick And Tuckpointing At Building 13 With Stair Replacement At The Hudson Valley Va Health Care System Castle Point Campus 41 Castle Point Road, Wappingers Falls, Ny 12590. This Project Will Include The Renovation Of Various Exterior Elevations Of The Existing Building Façade With Structural Integrity Repairs Including Tuckpointing And Sealcoat, Repairs Due To Intrusion Of Inclement Weather And Deficiency Impacts, Utilities Support And Hanger Design, And Lintels For Building 13 Façade As Well As The Reconstruction Of The South Facing Double Stairway. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541310 And Small Business Size Standard Of $8 Million. Magnitude Of Construction Is Between $250,000.00 And $500,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before July 31, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting – Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm’s Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required 620a4-25-201 – Replace Brick And Tuckpointing At Building 13 With Stair Replacement x. Location castle Point Va Medical Center. cost Range estimated Construction Cost Range: Between $250,000.00 And $500,000.00 type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 180 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms’ Office. indicate The Firms’ Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated “acceptable” For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor’s Main Office Or Official Satellite Office To The Castle Point Va Medical Center, Wappingers Falls, Ny 12590. this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, 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 Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Daniel.barone@va.gov No Later Than 2:00pm, Eastern Standard Time (est) On Monday, May 5th, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer visible In Dynamic Small Business Search As A Sdvosb (https://dsbs.sba.gov/search/dsp_dsbs.cfm) duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date5 May 2025
Tender AmountRefer Documents 
1891-1900 of 1964 archived Tenders