Architect Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The H.h. Mcguire Va Medical Center In Richmond, Va. project Description: this Project Will Construct Approximately 16,000 Square Feet Of Space In Building 500 To Provide Modernized, State Of The Art Operating Rooms. New Space Is Needed To Provide Operating Suites That Are Sufficiently Sized To Meet The Modern Day Complex Cases Which Include Robotic Surgery. The A/e Design Documents Or This Expansion Project Improve The Surgical Operating Access And Correct Facility Deficiencies By Expanding Out Onto A Second-floor Roof From The Existing Structure. The Addition Shall Include An Interstitial Space, 2 Or Rooms, Hybrid Or, Pcaci With 8 Bays, It Closet, Hvac System As Well As Supporting Spaces. The Work Will Include Modifications To The Existing Hvac Rooftop Systems To Support The New Expansion. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late April 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 425 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Five (5) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 14, 2024 At 2:00pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: amy Graham contract Specialist amy.graham@va.gov
Closing Date14 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The G.v. (sonny) Montgomery Va Medical Center Located In Jackson, Ms. project Description: the G.v. (sonny) Montgomery Va Medical Center Located At 1500 East Woodrow Wilson Drive, Jackson, Ms, Has A Requirement To Completely Upgrade Our Electronic Health Records Management Infrastructure. The Contractor Shall Provide All Labor, Materials, Tools, Equipment, Expertise, Administration, Supervision, And Transportation As Necessary To Perform All Work In Accordance With Provided Construction Specifications, Drawings, All Documents. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid-may 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $50,000,000.00 And $100,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 802 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 18 February, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: amy Graham contract Specialist amy.graham@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov
Closing Date30 Apr 2025
Tender AmountRefer Documents 

Municipality Of Pototan, Iloilo Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Mobile No. 0909-011-5999 Email Address: Bacsecpototan20@gmail.com Invitation To Bid For The One (1) Job Labor And Materials For Structural Design Analysis And Consultancy For The Proposed Regional Warehouse For Dswd Field Office Vi Disaster Response Management Division With Loading Dock And Office In Connection With Your Invitation To Pb2025-cw-020 Scheduled On March 24,2025; 2:00p.m., I/we Proposed To Furnish And Deliver In Conformity With The Terms And Conditions, And Specifications Of The Items Of Which I/we Quoted As Specified Below, And To Bind Ourselves To Accept The Awards Of All Articles Subject To The Condition Of These Proposal. The Unit Prices That We Quoted For The Items Are Inclusive Of Cost Of Labor, Transportation To Deliver The Materials At The Required Place Of Delivery, Taxes And Other Incidentals. To Guarantee Our Faithful Compliance Of The Herein Offer With The Terms And Condition In The Invitation To Bid, I/we Enclosed A Bidder’s Bond In Our Technical Documents; __________________________________________ I Hereby Certify That I Am Joining The Bidding. (please Check Appropriate Box) Wholly Partially Item No. Specifications Unit Qty Brand Cost Amount Structural Design Analysis And Consultancy For The Proposed Regional Warehouse For Dswd Field Office Vi Disaster Response Management Division With Loading Dock And Office Scope Of Work A. Standard Sub-surface Soil Investigation & Laboratory Tests 1. Standard Penetration Test(spt) At Every 1.50 Meter Interval Of Non-rock Formations To A Maximum Depth 10.67 Meters Depth Or Point Of Consistent Refusal Whichever Comes First. 2. Soil Classification Tests And Stratification. 3. Soil Bearing Capacity Calculation. 4. Recommendation On Allowable Soil Bearing Capacity, Type Of Foundation System, Factors And Other Considerations Related To Foundation Design And Seismic Load Calculations. 5. Theoretical Pile Design Capacity Calculation. 6. Grain Size Sieve Analysis Dr422-63 Laboratory Tests. 7. Specific Gravity D854-14 Laboratory Tests. 8. Moisture Content Laboratory Test. 9. Plastic Limit & Liquid Limit D4318 Atterberg's Limits Laboratory Tests. Note: Lot Plan, Site Development Plan, And Or Ground Floor Layout Plan Of The Proposed Project Shall Be Provided By The Owner Before The Conduct Of The Test. The Owner Ensures That The Test Site Is Accessible, Clear Or A Space 6mx6m Wide With 6m High Headroom At Each Borehole Location Is Free From Obstructions, Are Not Overlain By Escombros Filling Material And Not Under Water. B. Structural Design Analysis & Detailing 1. Meet And Discuss With Design Team, Engineers, Architect, And Construction Managers Regarding Requirements, Design Concepts, Project Parameters, And Requirements, Etc. 2. Perform Structural Design Analysis Of The Proposed Building Project. 3. Prepare Detailed Design Drawings Of The Structural System And Member Components. 4. Prepare Design Analysis And Specifications 5. Certify And Structural Plans, Details, And Specifications As Structural Engineers On Record. Job 1 Total Amount Of Bids In Figures: Php_____________________ Abc: Php 540,000.00 Amount Of Bid Bond: Php_______________ I/we Hereby Certify That I/we Have Carefully Read, Understand And Agree To All Terms And Conditions And Specification In The Invitation (itb) Under Pb2025-cw-020 Scheduled On March 24,2025; 2:00p.m. 1. The Municipality Of Pototan, Through The Mooe Fund Intends To Apply The Sum Of Five Hundred Forty Thousand Pesos (php 540,000.00) Being The Abc To Payments Under The Contract For Pb2025-cw-020. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pototan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Forty (40) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pototan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8 O’clock In The Morning Up To 5 O’clock In The Afternoon, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 17,2025 Up To March 24,2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php1,000.00 The Following Documentary Requirements Are Needed Upon Buying The Bidding Documents: 1. Letter Of Intent 2. Spa If Represented By An Authorized Representative 3. Notarized Certificate Of Employment If Represented By An Authorized Representative 4. Photocopy Of Company I.d. 6. The Municipality Of Pototan Will Hold A Pre-bid Conference On Na At Two O’clock In The Afternoon At Lgc Bldg., Mb Peñaflorida St. Pototan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On March 24,2025 Before Two O’clock In The Afternoon At The Lgc Bldg. Mb Peñaflorida St. Pototan, Iloilo. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 24,2025, At Two O’clock In The Afternoon At Lgc Bldg. Mb Peñaflorida St. Pototan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pototan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. A. For Further Information, Please Refer To: Riza M. Holland Bac - Secretariat M.b. Peñaflorida St., Pototan, Iloilo Bacsecpototan20@gmail.com March 24,2025 ______________________________________ Reina B. Perez Bac Chairman
Closing Date24 Mar 2025
Tender AmountPHP 540 K (USD 9.4 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice For Naval Surface Warfare Center Philadelphia Division (nswcpd) subject: Naval Surface Warfare Center, Philadelphia Division (nswcpd) Code 102 Multiple Award Construction Contract (macc). this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Firms Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition. sources Sought Date: 12 March 2025 contracting Office: N64498 naics Code: 236220 / $45m Size Standard classification Code (psc/fsc): Y1jz incubment: N/a, New Requirement previous Strategy: N/a technical Code: Code 1022 anticipated Award Date: Q3 Fy26 response Date: 26 March 2025 contact Points: David Rhoads contract Type – An Indefinite-delivery Indefinite-quantity (idiq) Multiple Award Construction Contract(s) (macc(s)) Firm-fixed-price Contract Type Is Anticipated. period Of Performance – The Base Contract Performance Period Will Span Five Years From The Date Of Award. Each Task Order Will Identify Specific Completion Date. work Location Requirements – Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Philadelphia, Pa. estimated Ceiling - The Cumulative Total Of All Task Orders Issued Under The Idiq Macc Among All Macc Holders Will Not Exceed The Total, Maximum Contract Ceiling Amount Of $50,000,000. Projects For The Macc Have An Estimated Total Cost Between $250,000 And $2,500,000; However, Smaller And Larger Dollar-value Projects May Be Considered By The Government. scope – The Naval Surface Warfare Center, Philadelphia Division (nswc-pd) Division 102 Is Seeking Sources To Provide All Management, Labor, Material, Equipment, Transportation, Supervision, Environmental, Quality, And Security Controls To Accomplish Simultaneous Sustainment, Repair, Maintenance (srm) And Minor Construction Projects At Its Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Locations. in General, Construction Projects Performed Under This Macc Will Require The Ability To Manage Multiple Task Orders Concurrently At Both Nswcpd Locations. This Macc Will Encompass A Range Of Design-build (db) And Design-bid-build (dbb) Projects That Include, But Are Not Limited To, New Minor Construction; Demolition, Repair, Alteration, And Renovation Of Existing Buildings, Systems And Infrastructure; And, May Include Civil, Structural, Mechanical, Electrical, Fire Protection, And Communication Systems. Types Of Facilities Include Administrative, Industrial, Maintenance, Warehouses, Light Laboratories, Full-scale Test Sites, Communications, Personnel Support, Recreation, Parking Lots, Roads, Etc. In Support Of Nswcpd. more Specifically, Projects Carried Out Under The Nswcpd Macc May Include, But Are Not Limited To, The Following Facility Types, Equipment, And Systems: a) Roofing b) Interior/exterior Renovations c) Heating, Ventilation, And Air Conditioning (hvac) d) Painting e) Paving f) Low Impact Development (lid) g) Environmental/hazardous Material Abatement h) Concrete/foundation Work i) Electrical Systems Maintenance / Renovations j) Fire Protection And Life Safety k) Telecommunication l) Plumbing m) Facility And Personnel Security Systems n) Furniture, Fixtures, And Equipment o) Elevators p) Cooling Towers work Performed Under This Contract Will Be Complex In Nature And Require Multiple Technical And Professional Disciplines Working Simultaneously To Include Coordination With Architect-engineer (a-e) Contractors As Necessary. All Such Work Shall Be Accomplished In Strict Accordance With Applicable Or Relevant And Appropriate Navy And Local Instructions, Processes, And Procedures And Applicable Building And Life Safety Code Requirements. capability Statements: interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following: section 1: Introduction. Identify The Sources Sought Number And Title section 2: Corporate Description. name Of Company And Address ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb) points Of Contact, Including: Name, Title, Phone, And E-mail Address cage Code And Unique Entity Identifier (uei) (1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Safety, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Identified Scope Of Work. (2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort. section 2. Past/current Performance. Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Above Identified Scope Of Work. section 3. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Above Scope. Information Should Include: the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Identified Scope. the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Above Identified Scope. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified. contractor’s Ability To Begin Performance Upon Contract Award. note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence. note: No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Responses Must Be Received No Later Than 12:00pm Est On 26 March 2025 By E-mail To David.a.rhoads8.civ@us.navy.mil. milestones – It Is Anticipated That Procurement Milestones Will Occur On Or Around The Following Dates: set Aside Determination/synopsis Issued: June 2025 solicitation Issued: September 2025 solicitation Closed: November 2025 award Date: June 2026 performance Start: July 2026
Closing Date26 Mar 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Civil And Construction...+1Civil Works Others
Canada
Details: Division02-existing Conditions Division07-thermal And Moisture Protection ***documents Are Available Through The Construction Association*** Roof Recap & Partial Roof Replacement - Roof 61 Nbcc Moncton Moncton, Nb 153-nbc Bw5c17 Address All Inquiries To Charlotte Cossette Architect Ltd. 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Contact Ryan Trenholm 506-377-2309 Ryan.trenholm@nbcc.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date8 Jul 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description: the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. procurement Information: the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd., Suite 490 independence, Oh 44131 primary Point Of Contact: thomas Council contract Specialist thomas.council@va.gov
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Government Of New Brunswick Tender

Civil And Construction...+1Civil Works Others
Canada
Details: Division02-existing Conditions Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division31-earthwork Division32-exterior Improvements ***documents Are Available Through The Construction Association*** Door Replacement New Brunswick Community College Moncton, Nb 153-nbc Bw5c16 Address All Inquiries To Alain Malenfant Architect Inc. 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time July 7, 2025 At 10:30 Am Contact Ryan Trenholm 506-377-2309 Ryan.trenholm@nbcc.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date15 Jul 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description: this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors. this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: amanda Webster contract Specialist amanda.webster@va.gov secondary Point Of Contact: bridget May contracting Officer bridget.may@va.gov
Closing Date3 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Oklahoma City Va Medical Center Located In Oklahoma City, Ok. project Description: upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With Va Oehrm Site Infrastructure Requirements (provided By Vha). This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal And Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. Project Buildings Locations Include Buildings 1,5,19,21, Site, Lawton And Friendship House. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 20, 2025, At 3:00 Pm Ct. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: aline Cruthers contract Specialist aline.cruthers@va.gov secondary Point Of Contact: jessica Hicks contracting Officer jessica.hicks1@va.gov
Closing Date20 Feb 2025
Tender AmountRefer Documents 
2031-2040 of 2213 archived Tenders