Architect Tenders

City Of Valenzuela Tender

Others...+1Electrical and Electronics
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 858.9 K (USD 14.7 K)
Details: Description Item No. Quantity Unit Of Issue Item Description/specification 1 2 Pcs "digital Electronics (hb) Kumar, V. 2024" 2 2 Pcs "introduction To Electrochemistry Ritu Tomar 2024" 3 2 Pcs "basic Electrical Engineering Mathew West & Sara Miles 2025" 4 2 Pcs "core Concepts In Engineering: Electronics Engineering 2nd Edition Weinert, E. 2024" 5 2 Pcs "electronics Engineering: Principles And Applications Clark, H. 2021" 6 2 Pcs Statics And Analytical Geometry (2nd Edition) 3g Editorial Board 2022 7 2 Pcs "electrical Installation And Maintenance Basic And Intermediate Laxman Singh 2024" 8 2 Pcs "theory Of Machines (hb) Clark, Z. 2024" 9 2 Pcs "optimization Techniques In Power Distribution System Donchin Parasuraman 2024" 10 2 Pcs "core Concepts In Physics: Electricity (2nd Edition) (with Access Code) Carlos Suarez 2024" 11 2 Pcs "environment, Urbanisation And Development (hb) Jain, A.k. 2021" 12 2 Pcs "question Bank In Electrical Engineering 5th Ed Gupta 2017" 13 2 Pcs "industrial Instrumentation Engineering Richard Brawn 2024" 14 2 Pcs "handbook Of Maintenance Management And Engineering Principles And Practices Tomar R.p. 2021" 15 2 Pcs "advances In Classical Mechanics (hb) Kumar, A. 2023" 16 2 Pcs "intelligent Control And Automation (hb) Pehcevski, J. 2023" 17 2 Pcs "vector Analysis Pal, M. 2021" 18 2 Pcs "control Engineering Handbook Modeling, Analysis And Applications (hb) Set Vol. 1&2 Singer, C. 2024" 19 2 Pcs "handbook Of Linear And Partial Differential Equations Haque, M.n. 2021" 20 2 Pcs "textbook Of Mechanics (hb) Yadav, B.s. 2024" 21 2 Pcs "geotechnical Engineering (hb) Kulkarni, R.s. 2023" 22 2 Pcs "structural Mechanics Kashyap, D. 2023" 23 2 Pcs "fluid Mechanics, Fluid Dynamics And Pipe Flow Turbulence, Simulation And Dynamics Brown, W." 24 2 Pcs "indeterminate Structural Analysis Sahoo, D.r. 2021" 25 2 Pcs "earthquake Engineering For Structural Design Mckenzie, L. 2023" 26 2 Pcs "foundation Course For Civil Drafter (book With Dvd) 3g Editorial 2021" 27 2 Pcs "discrete Mathematics Panwar, R. 2024" 28 2 Pcs "computer Organization Anju Gautam 2023" 29 2 Pcs "robotics And Artificial Intelligence (hb) Peeri, R. 2023" 30 2 Pcs "digital Logic Design Murray, L. 2024" 31 2 Pcs "high Performance Computer Architecture Prasad, V. 2022" 32 2 Pcs "engineering Physics Ayouch, N. 2020" 33 2 Pcs "theory, Practice And Techniques In Graphics And Multimedia 3g E-learning 2018" 34 2 Pcs "theory, Practice And Techniques In Object Oriented Programming 3g E-learning 2018" 35 2 Pcs "database Management System Uzair Bashair 2024" 36 2 Pcs "web Technologies Avadhesh Kumar Gupta 2023" 37 2 Pcs Fundamentals Of Software Engineering Mason, H. 2022 38 2 Pcs "methods Of Research And Statistics J. Vidya Sagar 2021" 39 2 Pcs "foundation Course For Computer Network Architect (book With Dvd) 3g Editorial 2021" 40 3 Pcs "events Management Second Edition Dela Cruz, M. Et. Al. 2024" 41 3 Pcs "professional Salesmanship Serrano 2023" 42 3 Pcs Strategic Business Analysis With Management Palma, N. Et.al. 2023 43 2 Pcs Financial Markets Bairan 2024 44 2 Pcs "personal Finance Cabrera, E.et. Al. 2022" 45 2 Pcs Financial Accounting And Reporting Fundamentals Cabrera, E. Et Al. 2022 46 3 Pcs Credit And Collection Flores 2023 47 3 Pcs "thesis And Dissertation Writing Made Easy Mendoza, E. C. Et. Al. 2023" 48 3 Pcs "risk Management As Applied To Safety, Security, & Sanitation Somoray 2023" 49 4 Pcs Practical Research 1 Maranan, M.h. Et. Al. 2023 50 3 Pcs Training And Development 2nd Edition Flores, M. Et. Al. 2023 51 3 Pcs Organization Development 2nd Edition Flores, M. 2023 52 2 Pcs Advance Management Information System Abante, M.v. 2023 53 2 Pcs Data Analytics & Business Intelligence Abante, Et, Al. 2023 54 2 Pcs "income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024" 55 3 Pcs "labor Relations Management And Negotiations (second Edition) Camilar-serrano, A. & Ducut, R. 2023" 56 3 Pcs Advanced Human Resource Management For Private Abante, Et, Al. 2024 57 3 Pcs "strategic Marketing Management Serrano 2024" 58 2 Pcs "advanced Financial Accounting & Reporting Punzalan, Angelito 2022" 59 2 Pcs "government Accounting (ngas) Punzalan & Cardona 2022" 60 2 Pcs "auditing Practice, Cpa Reviewer Roque, Gerardo 2023" 61 2 Pcs "conceptual Framework And Accounting Standards Cabrera, E. Et Al. 2022" 62 2 Pcs Conceptual Framework And Accounting Standards Valix, C. 2024 63 2 Pcs Intermediate Accounting Volume 3 Valix & Peralta 2023 64 2 Pcs "practical Financial Accounting Volume 1 Valix, C. 2023" 65 2 Pcs "practical Financial Accounting Volume 2 Valix, C. 2023" 66 2 Pcs Theory Financial Accounting Valix, C. 2022 67 2 Pcs Notes In Business Law Soriano, F. 2023 68 3 Pcs "obligations And Contracts (law And Application) Soriano, F. 2022" 69 2 Pcs "cost Accounting And Control De Leon, N. 2022" 70 2 Pcs Managerial Accounting - An Integrated Approach Cabrera, E.et. Al. 2022 71 2 Pcs Cpa Reviewer In Taxation 2024 Edition Tabag, E. 2024 72 2 Pcs Income Taxation 2024 Edition Tabag, E. & Garcia, E. 2024 73 2 Pcs Income Taxation Laws, Principles And Application 2023-2024 Edition Banggawan, R. B. 2023 74 2 Pcs Philippine Income Tax Volume 1 -part 1 & 2 Set Llamado, C. & De Vera, J. 2023 75 2 Pcs Transfer And Business Taxation 2023 Edition Tabag, E. & Garcia, E. 2023 76 2 Pcs Nirc + Train + Create: National Internal Revenue Code Of The Philippines, As Amended Aguirre, U.m. 2022 77 2 Pcs Gender And Society With Peace Education Towards An Inclusive Higher Education Perspective Espinol, Et Al 2023 78 2 Pcs Statistics And Probability Revised Edition (shs) Carpio, J. 2023 79 3 Pcs Strategic Management Essentials (tools, Techniques And Best Practices) Pasahol Et Al 2024 80 3 Pcs Advanced Human Behavior Organization With Ethics Abante, Et, Al. 2024 81 3 Pcs "introduction To Qualitative Research Writing: Handbook-worktext For Practical Research 1 Casinto, C.d. 2023" 82 3 Pcs Understanding Society And Culture: A Sociological And Anthropological Approach Riodique Iii, F.c. Et Al. 2024 83 2 Pcs "current Issues: Child And Youth Safety Online (hb) Maria-dolores 2024" 84 3 Pcs Midnight Monologues: Poems And Short Stories Ong, C. 2016 85 3 Pcs Applied English For Academic And Professional Purposes For Senior Highschool (shs) Tandoc, S. 2016 86 2 Pcs Teaching And Assessment Of Grammar Atkinson, I. 2024 87 2 Pcs "social Linguistics And Literacies Basa, R. 2021" 88 3 Pcs "the Teaching And Assessment Of Literature Studies Bacus, Terogo, Bustos, Dapat 2022" 89 3 Pcs "teaching Beginning Literacy Pado, F. 2020" 90 2 Pcs "an Introduction To Linguistics Ortega, S. 2019" 91 2 Pcs Meaning In Language (hb) Wilson, E. 2021 92 3 Pcs Guidebook For Writers And Editiors Lantican, A. 2021 93 2 Pcs Stories From The Other Side And Other Narratives De Viana, A. 2022 94 3 Pcs "technical Writing Mananay, Sumalinog 2022" 95 2 Pcs Laut Stories The Philippine Writers Series 2022 Gayangos, S. 2022 96 3 Pcs Mathematics In The Modern World Reyes 2023 97 3 Pcs Mathematics Of Investment 4th Ed. Sirug 2023 98 3 Pcs Advance Mathematics Adao & Chavez 2023 99 3 Pcs Pre-calculus Senior High School (shs) Chavez, S. 2023 100 3 Pcs Arts: Beyond Borders (contemporary Arts From The Regions) (shs) Constantion Jr., & Marquez 2023 101 3 Pcs Purposive Communication Atkinson, I. 2024 102 3 Pcs Essentials Of Purposive Communication Caudilla 2023 103 2 Pcs Purposive Communication (revised Edition) Zoleta 2023 104 3 Pcs English For Purposive Communication (a Modular Approach) Gutierrez-ang, J. 2023 105 3 Pcs Understanding The Self Developing Life Skills (revised Edition) Magalona, E. 2023 106 3 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook Villanueva; Egargo 2023 107 3 Pcs Understanding The Self:new Normal Edition Palean Et Al 2024 108 3 Pcs Teaching Science In The Elementary Grades Vol. 2 Physics, Earth & Space Bilbao, Larroder, Liaugo 2024 109 3 Pcs "assessment In Learning 1 A Modular Approach 2nd Ed. Helen Boholano,joje Mar,sanchez 2023" 110 3 Unit "action Research For Beginners In Classroom-based Context (a Guide For Pre-service And In- Service Teachers) By De Leon, E.""" 111 3 Pcs Field Study 1 2nd Edition Observation Of Teaching-learning In Actual School Environment Marcela J. 2023 112 2 Pcs Learning Disabilities And Remediation Alice Mathew 2022 113 2 Pcs Childhood And Growing Up (hb) Bhalerao, T. / Damle, S.v. 2023 114 3 Pcs "inclusive Education In Early Childhood Settings Boholano,menorianavarro,jamon,corte S 2024" 115 3 Pcs Exploring Children's Literature To Enhance Literacy In The Elementary Grade Conjusta, G. 2022 116 3 Pcs Children And Adolescent Literature Bacus, Terogo, Bustos, Dapat 2022 117 3 Pcs Field Study 2 Participation And Teaching Assistantship Brawner, D. Et. Al. 2019 118 3 Pcs The Teaching Profession Fernando, Et Al 2024 119 3 Pcs The Teaching Profession In The 21st Century Sarandi & Babao 2024 120 3 Pcs The Teacher And The School Curriculum Fernando, M. & Oamil, E. 2022 121 3 Pcs Teaching And Assessment Of The Macroskills Alda, R.c.et Al. 2022 122 3 Pcs The Teaching Profession Fernando, Et Al 2024 123 3 Pcs Assessment Learning 1 Boholano, H. 2023 124 3 Pcs Let Rev. Professional Education Corpuz Et. Al. 2023 125 3 Pcs Research Writing Made Easy Basilan 2022 126 3 Pcs "let Rev. Prof Ed Assessment In Learning Corpuz, B. And Cuartel, I. 2023" 127 3 Pcs Linya At Galaw (mga Dula Sa Filipino At Ingles) Torres, Jose Victor Z. 2023 128 2 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 129 3 Pcs Borador Isang Pagkilala Sa Layunin Ng Komunikasyon Sa Kolehiyo Alvin B Yapan 2022 130 3 Pcs Global Culture And Tourism Geography Donesa, L. 2020 131 3 Pcs Principles Of Total Quality Management Pasahol Et Al 2024 132 3 Pcs Strategic Management Austria Et Al 2024 133 3 Pcs Strategic Operations Management, 2e Serrano 2024 134 3 Pcs Information Management Cortez 2023 135 2 Pcs E-governance For Development Administration Abante, Et, Al. 2024 136 3 Pcs Philippine Politics And Governance With 1987 Philippine Constitution Sanchez, R. Et. Al. 2023 137 3 Pcs Advanced Public Fiscal Management, Finance And Accountability Abante, Et, Al. 2024 138 3 Pcs Advanced Local Government And Regional Administration Development Abante, Et, At. 2024 139 3 Pcs "transcendence Understanding Contemporary Global Dynamics Issues And Challenges Dc Coronacion; Fc Calilung 2024" 140 2 Pcs "introduction To Sociology (hb) Ralhan, S.s./ Lambat, S.r. 2023" 141 2 Pcs "political Social And Economic Sociology Chandrama Singh 2024" 142 2 Pcs Essentials Of Environmental Science (hb) Palani, V. 2024 143 2 Pcs Heat, Light And Optics (hb) Singh, A.p. 2023 144 2 Pcs Advances In Plant Cell Physiology (theory And Practice) (hb) Joshi, D. 2023 145 2 Pcs Basics Of Magnetism (pb) 3g Elearning 2024 146 2 Pcs Fundamentals Of Physics 3g Editorial Board 2022 147 2 Pcs The Life, Works, Writings And Travels Of Dr. Jose P. Rizal Ayson 2022 148 3 Pcs The Contemporary World Mananay,sanchez,sumalinog,argate,cadosales 2024 149 3 Pcs A History Of The Philippines Student Edition (reprint) Tan, Samuel K. 2023 150 2 Pcs Readings In Philippine History 2nd Edition Outcome-based Module Asuncion. N. 2022 151 2 Pcs The Life And Works Of Rizal Balili Et Al 2023 152 3 Pcs Unravelling The Absolute Moral Principle:ethics For College Students. Rev. Ed. L.e. Buenaflor, Et Al 2024 153 3 Pcs Guidebook For Writers And Editors Lantican, A. 2021 154 2 Pcs Introduction To Broadcasting James, B. 2024 155 3 Pcs Events Management (revised Edition) Rodolfa, B. 2022 156 2 Pcs Disaster Readiness And Risk Reduction For Senior High School (shs) Serapio, M. 2016 157 3 Pcs The Advertiser's Blueprint Sygaco, S.b. 2024 158 2 Pcs Introduction To Journalism Warner, A. 2024 159 2 Pcs Communication Research Methods Warner, A. 2024 160 3 Pcs Sinesosyedad (panunuri Ng Piling Pelikulang Panlipunan) Elmer B. De Leon 2023 161 3 Pcs Disaster And Risk Reduction Management With Covid19 Modules Mogol 2022 162 2 Pcs Understanding Media, Culture And Technology Stewart, F. 2021 163 2 Pcs "public Administration In The Developing World: Operating In A Poorly Funded Context (hb) Buama, C. A. 2021" 164 3 Pcs "promoting Community Change Through Civic Welfare Training Service 2 Briones, M. Et.al. 2024" 165 5 Pcs (path ? Fit 2) Physical Activity Towards Health And Fitness Combative Sports And Outdoor Recreational Activities Bulatao Et. Al. 2023 166 5 Pcs "physical Activity Towards Health & Fitness 1 (path-fit 1) Health & Wellness, Movement Education And Exercise Program Punzalan, M.d, Et. Al. 2023" 167 5 Pcs Physical Activity Towards Health And Fitness (path-fit 4 Sports) Individual/dual And Team Sports Medina-bulatao, M. G. Et. Al. 2023 168 5 Pcs Physical Education 4 Path Fit 2 Sports College Textbook Punzalan, M.d. Et. Al. 2019 169 5 Pcs Physical Activity Towards Health & Fitness 3 (path-fit 3) Menu Of Dance Punzalan, M. D. Et. Al. 2023 170 5 Pcs Physical Education And Health: Aquatic (basic Swimming) And Mountaineering Revised Edition Latorre 2023 171 5 Pcs Physical Activities Towards Health And Fitness Pathfit 2: Exercise-based Fitness Activities Ballecer, M. 2023

Municipality Of San Miguel, Bulacan Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date23 Apr 2025
Tender AmountPHP 350 Million (USD 6.1 Million)
Details: Description Terms Of Reference Design And Build Of San Miguel, Bulacan Municipal Hall 1. Introduction The Municipality Of San Miguel, Bulacan Intends To Undertake A Design And Build Project For The Construction Of Its New Municipal Hall. This Initiative Is Driven By The Municipality’s Growing Population, Which Has Rendered The Existing Municipal Hall Inadequate In Accommodating The Increasing Number Of Constituents. The Current Facility Has Limited Space, Causing Congestion And Inefficiencies In Service Delivery, While Also Lacking Sufficient Parking Areas. The New Municipal Hall Aims To Provide A Modern, Sustainable, And Functional Government Facility Incorporating Green Technology While Ensuring Efficiency And Resilience. The Project Will Have A Building Footprint Of Approximately 2,500 Square Meters And Will Feature Clear Reflective Glass Elements For Aesthetic Appeal And Energy Efficiency While Incorporating A Heritage Look Using Red Bricks To Preserve The Municipality’s Historical Culture. Beyond Addressing Space Constraints, The Project Is Also Expected To Boost The Local Economy By Generating Jobs During Its Construction And Attracting More Businesses And Investors Due To Improved Government Services And Infrastructure. A Well-designed Municipal Hall Can Serve As A Catalyst For Economic Growth, Fostering A More Business-friendly Environment And Encouraging Further Development In The Area. 2. Project Objectives • To Develop A Modern, Environmentally Sustainable, And Energy-efficient Municipal Hall. • To Integrate Green Building Technologies To Reduce Energy Consumption And Environmental Impact. • To Preserve The Historical Culture Of San Miguel, Bulacan By Incorporating Heritage Architectural Elements Such As Red Bricks. • To Provide A Functional And Well-planned Space For Government Operations And Public Services. • To Ensure Compliance With National And Local Building Regulations And Standards. 3. Scope Of Work A. Design Phase 1. Conduct Feasibility Studies And Site Assessments. 2. Prepare Conceptual And Detailed Architectural And Engineering Designs. 3. Ensure Integration Of Green Technology Features, Including Energy-efficient Lighting, Solar Panels, Water Recycling Systems, And Passive Cooling Techniques. 4. Incorporate Heritage Elements Such As Red Bricks In The Façade And Structural Features To Maintain The Municipality's Historical Identity. 5. Secure Necessary Permits And Approvals From Relevant Government Agencies. 6. Conduct Value Engineering And Cost Analysis To Optimize Resources While Maintaining Quality And Sustainability. B. Construction Phase 1. Execute Civil, Structural, Architectural, Electrical, Plumbing, And Mechanical Works In Accordance With The Approved Plans. 2. Use High-quality, Sustainable, And Locally Sourced Materials Where Possible. 3. Implement Safety And Environmental Management Measures. 4. Install Clear Reflective Glass Elements To Enhance Natural Lighting While Minimizing Heat Gain. 5. Ensure The Integration Of Red Bricks And Other Heritage Elements To Reflect The Municipality’s Rich History. 6. Conduct Regular Progress Monitoring And Quality Control Inspections. 7. Ensure The Project Is Completed Within The Specified Timeline And Budget. 8. Conduct Testing And Commissioning Of All Building Systems. 9. Provide As-built Plans, Warranties, And Operational Manuals Upon Project Completion. 4. Design Requirements • Architectural Concept: A Modern Municipal Hall Design That Blends Functionality With Aesthetics, Featuring Clear Reflective Glass And An Open, Well-lit Environment While Maintaining A Heritage-inspired Façade With Red Bricks. • Structural Integrity: The Building Shall Be Designed To Withstand Seismic Activities, Following The National Structural Code Of The Philippines (nscp). • Energy Efficiency: Use Of Renewable Energy Sources Such As Solar Power And Energy-efficient Building Materials. • Sustainability Features: Implementation Of Rainwater Harvesting, Natural Ventilation, And Green Spaces Within The Building Premises. • Accessibility: Compliance With Batas Pambansa Blg. 344 (accessibility Law) To Ensure Inclusivity For Persons With Disabilities. 5. Project Implementation Schedule The Project Is Expected To Be Completed Within 550 Days From The Issuance Of The Notice To Proceed (ntp). A Detailed Timeline Shall Be Submitted By The Contractor Upon Award Of The Contract. 6. Eligibility Requirements The Design And Build Contractor Must Meet The Following Qualifications: • Must Be A Duly Licensed Construction Firm With A Valid Pcab (philippine Contractors Accreditation Board) License. • Must Have Completed At Least Two (2) Similar Projects In The Last Five (5) Years. • Must Have An Experienced Team Of Architects, Engineers, And Project Managers. • Must Have Expertise In Sustainable Building Design And Green Technology. 7. Budget And Payment Terms • The Approved Budget For The Contract (abc) Is Php 350,000,000.00, Inclusive Of All Taxes And Other Charges. • Payment Shall Be Made In Tranches Based On Project Milestones, Subject To The Approval Of The Municipality Of San Miguel, Bulacan. 8. Contractor’s Responsibilities • Ensure Compliance With All Applicable Laws, Regulations, And Standards. • Maintain Proper Documentation And Reporting Throughout The Project. • Implement Quality Control Measures And Safety Protocols. • Provide Training And Orientation For Municipal Personnel On Building Maintenance And Operations. 9. Acceptance And Turnover • The Project Shall Be Turned Over Upon Completion And Final Inspection By The Municipality Of San Miguel, Bulacan. • A Defects Liability Period (dlp) Of 12 Months Shall Be Observed, During Which The Contractor Is Responsible For Any Defects Or Deficiencies Identified. 10. General Conditions • The Municipality Of San Miguel, Bulacan Reserves The Right To Reject Non-compliant Proposals. • Any Disputes Arising From The Contract Shall Be Resolved In Accordance With Philippine Laws And Regulations. • The Contractor Shall Ensure Environmental Protection And Social Responsibility During Project Execution. 11. Procurement Schedule • Pre-bid Conference: April 11, 2025 • Availability Of Bid Documents: April 11 - April 23, 2025 • Deadline For Submission Of Bids: April 23, 2025, At 10:00 Am • Opening Of Bids: April 23, 2025, At 1:00 Pm, Bac Conference Room

Commission On Higher Education - CHED Tender

Software and IT Solutions
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 880.6 K (USD 15.8 K)
Details: Description 1. Specifications • Operating Systems Supported • Clients - Workstation Operating System • Windows: Windows 10 - 11 (workstation) [all 32-bit And 64-bit Editions] • Server– Server Class Os • Windows: 2019 / 2016 / 2012 / Sbs 2011 / Essential / 2008 R2 / 2008 / 2003 R2 / 2003 / 2000 [all 32-bit And 64-bit Editions] • Linux: Rhel 4 And Above / Centos 5.10 And Above / Sles 10 Sp3 And Above / Debian 4.0 And Above / Opensuse 10.1 And Above / Fedora 5.0 And Above /ubuntu 6.06 And Above [all 32-bit And 64-bit Editions] • Macos: Os X Snow Leopard (10.6 Or Later) And Macos High Sierra (10.13 Or Later) Management • Must Have A Unified Console For Managing Multiple Products Such As Advanced Endpoint Protection, Email Gateway, Server Security, Mobile Control Etc. • All Settings For These Products Must Be Configured From A Central Dashboard Without The Need To Access Additional Consoles. Multi-factor Authentication • Mfa Must Be Enabled By Default Upon Creation Of Central Management Account. • Must Have The Option To Set Mfa: All Admins Need Mfa, Select Admins Who Will Need Mfa, Or No Mfa Needed. • Must Have An Option To Have Mfa Using Email, Sms, Google Authenticator, And Native Authenticator (by Proposed Solution) Deployment Options • Deploying The Endpoint Agent Must Support The Following Methodology: 1) Email Setup Link 2) Via Ad Startup/shutdown Script 3) Ad Login Script 4) Sccm 5) Include The Endpoint Agent Installation To A Gold Image General Requirements • The Solutions Must Have The Following Features : • Anti-rootkit Detection • Scanning • Advanced Deep Learning Mechanism • Exploit Prevention/mitigation Must Detect And Stop • Malicious Traffic Detection (mtd) • Intrusion Prevention System (ips) • Anti-ransomware Protection • Data Loss Prevention (dlp) • Peripheral Control • Application Control • Web Control • Root Cause Analysis • Advance System Clean • Threat Hunting • On-demand Threat Intelligence • Endpoint Isolation • Must Have The Cability To Communicate With The Firewall • The Proposed Solution Must Be A 'leader' In The 2024 Gartner® Magic Quadrant™ For Endpoint Protection Platforms (epp). • Vendor Must Be A 'leader' In Gartner’s Magic Quadrant For Endpoint Protection Platforms (epp) Report For 15 Consecutive Times. Role Management • Must Have The Capability To Allow The Separation Of Estate Management To Different Administrator Login. • Must Have The Capability To Create Sub-estates With Its Own Admin Account And Administrators. • "must Provide Admins The Capability To Assign Predefined Administrative Roles To Users Who Need Access To The Admin Console. • Super Admin • Admin • Help Desk • Read-only" Policies • Selected Policies Should Be Able To Be Applied To Either Users Or Devices. • Policies Must Have The Capability To Be Disabled Automatically Or Expire Based On A Scheduled Time And Date. Tamper Protection • Must Have The Capability To Prevent Local Administrative Users Or Malicious Processes From Disabling The Endpoint Protection. • Must Be Able To Export Tamper Protection Passwords In Csv Or Pdf Formats. • Must Have The Capability To Prevent The Following Actions On The Endpoint Protection Solution: Threat Protection • Must Protect Against Multiple Threats, Both Known And Unknown, And Provide A Trusted And Integrated Approach To Threat Management At The Endpoint. • Must Protect Endpoint Systems Against Viruses, Spyware, Trojans, Rootkits, And Worms On Workstations And Laptops Regardless Of Their Nature Or The Concealment Mechanisms Used. • Must Have The Capability To 'lookup' Files In Real-time To Verify If They Are Malicious. This Feature Checks Suspicious Files Against The Latest Malware In The Vendor's Threat Intelligence Database In The Cloud. • Must Have The Capability To Detect Low Reputation Files And Have An Action To Prompt User Or Log Only. Must Be Able To Configure Reputation Level To Either Recommended Or Strict. • Must Have The Capability To Do Real-time Scanning Of Local Files And Network Shares The Moment The User Tries To Access Them. The Feature Must Include Real Time Scanning For Remote Files. Access Must Be Denied Unless The File Is Healthy. • Must Have The Capability To Do Real-time Scanning Of End-users Internet Access. It Must Monitor And Classify The Internet Websites According To Their Level Of Risk, And Make This Technology Available To Endpoint Systems. • Must Protect Managed Systems From Malicious Websites In Real-time, Whether End-users Work Within The Company Or Outside The Company's Secure Network - At Home Or Through Public Wi-fi. All Browsers On The Market Must Be Supported (internet Explorer, Firefox, Safari, Opera, Chrome, Etc.) Warranty And Support • Hardware Warranty • Free Security Updates & Patches • Free Software Features Updates & Upgrades • The Prospective Bidder Must Have The Highest Partnership Level With The Principal For The Product • The Prospective Bidder At Least (3) Certified Engineers For The Product • The Prospective Bidder At Least (2) Certified Architects For The Product • The Prospective Bidder Must Be An Authorized Managed Service Provider (msp) Partner For The Product • The Prospective Bidder Must Be Able To Provide A Comprehensive After-sales Support And Maintenance Agreement With Options Of 8x5 And 8x7 Service Level Agreement (sla) • The Prospective Bidder Must Be Able To Provide Support 24x7 Through Phone, Email, Web-remote Assistance And On-site/on-call Support • The Prospective Bidder Must Be Able To Provide Quarterly Systems Check-up For Health Monitoring • Free Remote Consultation From Oem's Senior Technical Support Engineer (minimum 3 Hrs) During Installation & Configuration (for Enhanced Plus Support) • The Prospective Bidder Must Provide Onsite Comprehensive Training For At Least 4 Ched Central Office With Certificate Of Completion • The Prospective Bidder Must Provide Online Comprehensive Training For 17 Chedro It Staff With Certificate Of Completion • The Prospective Bidder Must Provide A Non Disclosure Agreement (nda) Delivery Period: 30 Calendar Days Installation And Configuration Period: 15 Calendar Days Mode Of Payment: One-time Payment 2. No Advance Deposit Required 3. Prices Inclusive Of Vat And Other Government Taxes Please Download The Attached Associated Component (request For Quotation Form)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date7 May 2025
Tender AmountRefer Documents 
Details: This Pre-solicitation Notice Is Not A Request For Proposal. all Information Needed To Submit Sf330 Documents Are Contained Herein. the Ralph H. Johnson Va Medical Center (dorn Vamc) Located In Charleston, Sc Is Seeking A Qualified Architectural Engineering Firm To Provide Professional Architectural And Engineering (a/e) And Healthcare Planning Services. project No./title: 534-25-103 / Correct Air Handling Unit Deficiencies project Location: Ralph H. Johnson Va Medical Center, Charleston, Sc estimated/target Completion Period: 365 Calendar Days the Estimated Magnitude Of Services For This Project Is Between $250,000 And $500,000. naics: 541310 Architectural Services. size Standard Is $12.5 Million. project Overview: the A/e Firm Shall Provide All Necessary Professional Architectural And Engineering Services As Required To Prepare Complete Contract Drawings, Specifications, Technical Reports And Cost Estimates, Including Services Throughout Construction To Correct Air Handling Unit Deficiencies. this Project Involves The Replacement Of The Air Handling Unit (rtu-14) Serving The Emergency Room Department. The Project Aims To Rectify Deficiencies In Hvac And Mechanical Systems While Ensuring Compliance With Temperature Control And Air Change Requirements For The Areas Serviced By Rtu-14. Additionally, The Project Will Incorporate Temporary Hvac Solutions And A Phased Approach To Facilitate Uninterrupted Operations. the Awarded A/e Firm Will Prepare Drawings And Specifications In Sufficient Detail That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Work. The Awarded A/e Firm Is Responsible For Ensuring That The Specifications And Drawings Supplied Fully Represent All Of The Work Described In The Request For Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The A/e Firm To Minimize Impact Of The Construction. this Is A 100% Service-disabled, Veteran Owned, Small Business (sdvosb) Set-aside. Interested Parties Are Cautioned That Proposals Submitted In Response To This Notice Must Meet The Criteria Identified By 38cfr, Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. The Sdvosb Concern Agrees That In The Performance Of The Contract, The Concern Will Comply With The Limitation On Subcontracting Requirements In 13 Cfr §125.6. Proposals Will Only Be Considered From Sdvosb Concerns That Are Verified In Vetcert At The Time Of Submission Of Proposal And Prior To Date Of Award. 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. for An Sdvosb To Be Considered As A Prospective Contractor, The Firm Must Be Registered And Current In The Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.gov, Reporting To Vets 4212 Program At Http://www.dol.gov/vets/vets4212.htm, And In The System For Award Management (sam) Database Https://www.sam.gov At The Time Of Proposal Submission And Maintain Active Registration Until Contract Award, Completion Of Performance, And Final Payment. 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 852.219-73, Va Notice Of Total Set-aside For Veteran Service-disabled Veteran Owned Small Businesses (nov 2022), 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. federal Acquisition Regulation (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 Federal Acquisition Regulation (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 South Carolina. selection Criteria 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. submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior; at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete; projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,000,000 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. b) 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. 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 The Solicitation. specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automatic System Design, And Mechanical/electrical System Design. 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 A Summary Sheet 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 The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). cpar And Ppq Reports Will Not Count Towards Page Limitations. b) 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. 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. adjectival Rating: 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. failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award. if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory . 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. the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us 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 South Carolina 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, Hazardous Material Abatement, 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, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. 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 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. adjectival Scoring: offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award. implementation Of A Design Quality Assurance/quality Control (qa/qc) Plan (other). submission Requirements: provide A Preliminary Design Qa/qc Plan And Any Associated Procedures To Be Utilized For This Solicitation. provide A Summary Sheet Depicting The Successful Implementation Of The Design Qa/qc Plan. The Summary Sheet Shall Not Be More Than One (1) Page In Length. b) Basis Of Evaluation: provide A Preliminary Design Qa/qc Plan And Associated Procedures To Be Utilized On This Solicitation That Demonstrates That The Design Submissions, Drawings, Plans, Specifications, Submittal Logs And Other Relevant Information Will Go Through A Rigorous Review Process And Coordination Effort Within The A/e Firm And With Subcontracted Firms. Denote Industry Standards, Best Practices, And Performance Improvements Taken To Increase Efficiency And Quality, identify The Roles And Responsibilities Of The Major Personnel Of The Offeror. It Is Expected That A Principal Of The Offeror, Knowledgeable And Engaged With The Project, Reviews And Approves Submissions Prior To Their Submission. Identify The Key Personnel That Are Expected To Be Accountable For The Implementation Of The Qa/qc Plan And Responsible For Completion Of Contract Requirements. depict The Successful Implementation Of The Qa/qc Plan/procedures In The Submitted Relevant Projects. Failure To Provide Qa/qc Plan/procedures For Each Project May Negatively Impact An Offeror S Rating. describe The Process For Finding And Mitigating Design Errors/omissions During Design. 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. Narrative Shall Be Not More Than One (1) Page In Length. b) Basis Of Evaluation: b) 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. capacity < 25% Shall Be Rated Not Greater Than Satisfactory. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc 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 Charleston, Sc And The Low Country Geographical Area. if Prior Experience In Charleston, Sc 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 Charleston, Sc Geographical Area Or Areas Of Similar Nature. adjectival Scoring: offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory . 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. offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. selection Process: firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. the Following Format Shall Be Used: cover Page With Solicitation Number, Project Title table Of Contents sf 330 S copy Of Current A/e License copy Of Current Vetbiz.gov Sdvosb Certification uei Number cage Code tax Id Number the E Mail Address And Phone Number Of The Primary Point Of Contact. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 3:00 Pm (est) May 7, 2025. Email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Latoya Glover, Contract Specialist At Latoya.glover2@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Proposal Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330. it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. site Visits Will Not Be Arranged During This Phase. this 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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02, Effective 01/03/2025. this Solicitation Is Set-aside For 100% Service-disabled Veteran-owned Small Business (sdvosb). This Is A Firm Fixed Price Contract. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541330 Engineering Services With A Small Business Size Standard Of $25.5 Million. the Fsc/psc Is C219 Architect And Engineering General: Other the Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation . statement Of Work (sow) contract Title: Engineering Drawings For Monochloramine Injection Systems background: The Department Of Veterans Affairs Greater Los Angeles Healthcare System (vaglahs) Has A Requirement To Provide Engineering Drawings For Already Installed Monochloramine Injection Systems Located In Building #501 Central Plant For The Purpose Of Guidance Document 1061-6.0 Design And Startup Compliance (attachment 5). scope Of Work: The Contractor Shall Provide Required Supplies, Equipment, Travel, Labor, And Personnel Needed To Complete The Engineering Drawing Of The Monochloramine Injection Systems Located At The West Los Angeles Va Medical Center. Contractor Shall Provide All Required Items For The Requirement Described In This Statement Of Work. Contractor Shall Provide Equipment, Supplies, And Perform Work In Strict Accordance With The Specifications, Statement Of Work, Schedule, All Va Local, State, Federal Policies, Regulations, And All Other Supporting Documents Required For This Contract. period Of Performance: The Period Of Performance Shall Be For 90 Days From The Date Of Award. place Of Performance: department Of Veterans Affairs greater Los Angeles Va Healthcare System west Los Angeles Va Medical Center 11301 Wilshire Blvd. Building 501 los Angeles, Ca 90073 hours Of Operation: work Shall Be Performed During Normal Working Hours; 8am-4pm, M-f. work Hours: contractor Shall Perform The Following Work At The Va Los Angeles Healthcare System During Normal Working Hours (i.e., 8:00 A.m. 4:00 P.m.) During Normal Workday (one Day, M-f). before Commencement Of Work, The Contractor Shall Confer With The Poc Or Designee By Phone To Obtain Access To Building 501. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Poc Or His/her Designee. all Time Shall Be Approved In Advance By The Program Point Of Contact (poc). Allow 1-day For Approval Of Any Alternate Working Hours Needed. federal Holidays new Year S Day january 01 martin Luther King S Birthday third Monday In January president S Day third Monday In February memorial Day last Monday In May juneteenth june 19 independence Day july 04 labor Day first Monday In September columbus Day second Monday In October veterans Day november 11 thanksgiving Day fourth Thursday In November christmas Day december 25 if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. tasks: engineer Must Be Licensed And Have Experience In Water Treatment System Design. drawings Must Include Structural Engineering Calculations For Wall Mounted Units. drawings Must Include Plumbing Diagrams To And From Units. drawings Must Include All Components Of System. drawings To Be Provided As One Hard Copy In Binder And One Pdf. Hard Copy Will Be Delivered By Hand Or Mail To The Poc Within 72 Hours Of Completion. Pdf Will Be Emailed To The Poc Within 24 Hours Of Completion. equipment Identification: cold Sanikill Tec Lt 1005 s/n 3599/24/stlt1005 hot Sanikill One 060 (pvdf) s/n 3530/23/sk060s contractor Qualifications & Other Responsibilities: licensed Engineer With Experience In This Field. license Requirements: contractor Shall Obtain All Necessary Licenses Required To Perform This Work. Contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Poc With The Final Decision Being Made By The Contracting Officer. security Requirements: the C&a Requirements Do Not Apply, And Security Accreditation Package Is Not Required. this Service Does Not Involve Contractor Connection Of One Or More Contractor-owned It Devices (such As Laptop Computer Or Remote Connection From A Contractor System) To A Va Internal Trusted (i.e., Non-public Network) Therefore Information Technology (it) Security Certification And Accreditation (authorization) (c&a) Requirements Do Not Apply Per Va Handbook 6500.6. identification, Check-in, Parking, And Smoking Regulations: identification the Vendor's Employees Shall Wear Visible Identification At All Times While On Vaglahcs Premises. Contractor Employees Shall Report To Va Police Upon Entry To The Vaglahcs Facility To Get A Visitor Badge. Contractor Employees Are Required To Be Escorted By The Cor Or Designee S Office Once On Campus Prior To Commencement Of Work. During Emergencies Contractor Personnel Shall Check In With Vaglahcs Police If The Vaglahcs Cor Or Designee Is Not Available. parking it Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. smoking veterans Health Administration (vha) Directive 1085, Dated March 5, 2019, Provides A Comprehensive Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors, At The Department Of Veterans Affairs (va), Veterans Health Administration (vha) Health Care Facilities. This Updated Vha Directive Implements A Smoke-free Policy For Patients, Visitors, Contractors, Volunteers, And Vendors At Va Health Care Facilities, As Defined In This Directive, Based On Scientific Evidence Regarding The Adverse Health Effects Of Secondhand And Thirdhand Smoke Exposures. the Assistant Deputy Under Secretary For Health For Administrative Operations (10na) And The Assistant Deputy Under Secretary For Health For Clinical Operations (10nc) Are Responsible For The Contents Of This Directive. Questions May Be Referred To Vha Smoke Free: Vhasmokefree@va.gov. this Vha Directive Is Scheduled For Recertification On Or Before The Last Working Day Of March 2024. This Vha Directive Will Continue To Serve As National Vha Policy Until It Is Recertified Or Rescinded. weapons And Contraband possession Of Weapons Or Contraband Is Prohibited And Shall Be Subject To Arrest And Termination From Future Performance Under This Contract. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Vaglahcs Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. safety all Personnel Employed By The Contractor In The Performance Of This Contract, Or Any Representative Of The Contractor Entering On Vaglahcs Shall Comply With Applicable Federal, State, And Va Safety And Fire Regulations And Codes, Which Are In Effect During The Performance Period Of The Contract. contractor Shall Perform Work In Strict Accordance With Existing Relevant, Accredited Standards And Codes To Minimize The Possibility Of Injury To Personnel, Or Damage To Government Equipment. Every Effort Shall Be Made To Safeguard Human Life And Property. contractor Shall Comply With All Applicable Federal, State, And Local Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulations, Such As Applicable Provisions Of Title 29, Code Of Federal Regulations (cfr), Parts 1910 And 1926, Nfpa 70e, Article 130.7 29 Cfr 1910.132(d)(1)(iii), 29cfr1910.137. contractor Shall Provide All Necessary Tools, And Personal Protective Equipment (ppe) To Perform The Work Safely, Effectively, And Timely. insurance Coverage: the Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers compensation And Employee S Public Liability Insurance In Accordance With Federal And State of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. the Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In the Performance Of This Contract. before Commencing Work Under This Contract, The Contracting Officer Shall Require The contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting officer. contractor Is Required To Provide Copies Of Proof Of Workers Compensation And Employee public Liability Insurance Within Fifteen (15) Calendar Days After Notification Of Contract Award. invoicing: invoices payment Of Services Rendered Under This Contract Shall Be Made In Arrears Upon Satisfactory completion Of Each Service And Receipt Of A Properly Prepared Invoice And Submitted By The contractor To The Payment Address Specified By Contracting. Invoices Shall Reference The contract Number And Purchase Order Number, Manifest Number(s), Provide A Complete And accurate Description Of Services/ Supplies Delivered/ Rendered, Including Dates Of Performance, Amounts, Unit Prices, Extended Totals And Any Other Data Relevant For Payment Purposes. the Government Shall Not Authorize Payment Until Such Time That The Vaglahcs Poc All properly Executed And Signed Documentation. no Advance Payments Shall Be Authorized. Payment Shall Be Made On A Monthly Arrears For services Provided During The Billing Month In Arrears In Accordance With Far 52.212-4, Para. (i). Upon Submission Of A Properly Prepared Invoice For Prices Stipulated In This Contract For services Delivered And Accepted In Accordance With The Terms And Conditions Of The Contract, less Any Deductions Stipulated In This Contract. Payment Of Invoices May Be Delayed If The appropriate Invoices As Specified In The Contract Are Not Completed And Submitted As Required. all Interested Companies Shall Provide Quotations For The Following: **price/cost Schedule base line Item description quantity unit Of Measure unit Price total Price 0001 engineering Drawings Of Monochloramine Injection Systems Located At The Greater Los Angeles Va Healthcare System- Building 501 1 jb **please Use The Format Above For Pricing** the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.htm. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) far 52.212-3, Offerors Representations And Certifications- Commercial Products And Commercial Services addendum To 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-1, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror (aug 2020) far 52.217-5, Evaluation Of Options (jul 1990) (end Of Addendum To 52.212-1) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4, Contract Terms And Conditions- Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.252-2, Clauses Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-8, Option To Extend Services (nov 1999) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (9), 18(i), (23), (25), (26)(i), (33), (39)(i), (51), (55), (59), (c)(1), (2), (7), (8) all Quoters Shall Submit The Following In Accordance With Far 52.212-1, Attachment 1, Instructions To Offerors- Commercial Products And Commercial Services (sep 2023). all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist, Loan Dho At Loan.dho@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Decision Factors To Be Considered Are Technical Capability, Past Performance, And Cost Schedule (see Attachment 2), Addendum To Far 52.212-2, Evaluation- Commercial Products And Commercial Services . Quote Evaluations For Technical Capability Will Be Based On The Following: Capabilities Statement: Interested Offeror Can Perform The Tasks Listed In The Statement Of Work; Past Performance: Prior Experience In Maintaining Equipment Listed In Statement Of Work; Qualifications: Personnel Performing Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Statement Of Work. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. this Contract/ Purchase Order Will Consist Of An Estimated Base Period Of Performance: 03/10/2025 06/09/2025. the Award Will Be Made To The Response Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. site Visit Will Be Scheduled For February 12th From 11:00 Am To 12:00 Pm Pacific Standard Time (pst). Please Reach Out To Loan Dho At Loan.dho@va.gov No Later Than February 10th At 14:00 Pacific Standard Time To Make A Reservation For Site Visit. Instructions Will Be Provided Via Email After Reservation Interest Of Site Visit. questions Should Be Submitted No Later Than February 14th, 2025, 14:00 Pacific Standard Time To Loan Dho At Loan.dho@va.gov. All Responses To Questions Will Be Posted Via Amendment On Sam.gov On Or About February 17th, 2025. submission Of Your Response Shall Be Received No Later Than February 21st , 2025 At 14:00 Pacific Standard Time At Loan.dho@va.gov. Subject Line Shall Include: Response To Rfq 36c26225q0401 For Consideration. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact contract Specialist loan Dho loan.dho@va.gov

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date17 Jan 2025
Tender AmountUSD 266.5 K 
This is an estimated amount, exact amount may vary.
Details: Synopsis: project Title: pre-solicitation Notice For Project 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, Saint Louis Va Medical Center John Cochran Division, Saint Louis, Mo. contract Information a. This A/e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6. c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements. d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. 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. e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds. f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available At This Time. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Abby.monroe2@va.gov And Arnold.payne@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed. g. The Naics Codes For This Procurement Is 541310 Architectural Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 199 Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $1,000,000 And $5,000,000. h. Database Registration Information: verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered. system For Award Management (sam): federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package. j. The Excluded Parties List System (epls): to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. k. E-verify System: companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54) l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically. m. Completed Package Shall Be Delivered Electronically On Or Before 1/17/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Arnold Payne, Contracting Officer @ Arnold.payne@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov. project Information the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An A/e Firm On A Project To 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, John Cochran Division, St. Louis, Mo 63106. Project Will Renovate An Ambassador Entrance, Entrance Corridor, And The Ambassador Suite To Improve Patient And Ada Access To The Building, Fix Moisture And Leaking Issues With The Existing Skylight, Update Finishes, Improve Patient Circulation, And Optimize Space For The Existing Functions Operating In The Area As Well As Correct Hvac And Electrical Deficiencies, And Other Facilities Conditions Assessment Deficiencies Located Within The Area. The Main Entrance Of Bldg. 1 Will Be Updated To Facilitate Visitor Traffic Flow And Experience. The Existing Revolving Door Will Be Replaced With An Airlock Of Sliding And Swinging Doors With Automatic Controls. supplement B scope Of Work: a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1. This Delivery Order Shall Cover The Following Tasks. a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment. the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project. the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project. general Statement a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Renovate Ambassador Suite & Main Lobby, Building 1 2. Design Development: the A/e Firm Shall: a. Meet With Facilities, And Other Personnel Prior To Start Of Design To Determine Detailed Requirements Of Work Involved. b. Work From Existing Building And Site Drawings Furnished By The Va To Develop Project Design. (these Are To Be Used Only As Guidelines); c. Perform Any Necessary On-site Field Investigations To Accomplish Work And To Verify Drawings Provided By The Va; d. Prepare Rough Sketches, If Necessary, To Solve Possible Problems In Design Throughout The Contract; And e. Follow Va Program Guide Pg-08-15 Volume C, And Other Applicable Guidelines To Design The Project. 3. Evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â  Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â  Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size. qualifications (sf330) Submitted By Each Firm For Project Number: 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1 Va Medical Center Saint Louis John Cochran Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance: 1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer. 2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. The A/e Shall Also Describe If They Have Any Experience Completing A Design That Was Started By Another A/e Firm. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design. 3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. 4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years. 5. Location Of Design Firm: The Geographic Proximity Of Each Firm To The Location Of The Va Medical Center Will Be Evaluated. The Firm Must Be Capable Of Issuing Stamp Drawings In The State Where The Work Is Performed.â  The Medical Center Is Located At Saint Louis, Va Medical Center, Saint Louis Missouri 63106. 6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations. They Will Be Examined.

Department Of Energy Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Details: Purpose Of Rfp princeton Plasma Physics Laboratory (pppl) Invites The Submittal Of Responses To This Request For Proposals (rfp) From Qualified Firms In Providing Combination Of Landscaping Design-build & Maintenance Services As Herein Outlined. project Background pppl Is Seeking To Create A Landscape Beautification Plan To Enhance And Modernize The Landscaping Of The Laboratory Grounds In Princeton, Nj, Pppl Sits Upon 90.7 Acres In Princeton, Nj, Located On New Jersey Route 1. objectives pppl Proposes To Retain A Highly Qualified, Capable Firm To Provide And Deliver Landscape Design/build And Landscape Maintenance Projects. Pppl Requests Qualifications From Architects, Engineers, Or Combination Thereof In Providing Design-build Landscape Projects. pppl Will Give Prime Consideration To Firm(s) With Significant, Current Experience In The Development Of Landscape Design, Landscape Installation And Landscape Maintenance. Pppl Reserves The Right To Negotiate With One Or More Parties And Is Not Obligated To Enter Into A Contract With More Than One Respondent. scope Of Work the Selected Firm(s) Will Be Required To Perform Basic Design-build And Landscape Maintenance Services To Be Specified More Fully In Individual Task Orders That Will Include Specific Individual Work Scopes To Be Negotiated After Selection. pppl May Invite Several Firms To Be Interviewed Prior To Making A Final Decision For This Project. If Pppl Desires To Interview A Firm, The Firm Will Be Notified Of The Date And Time Of The Interview. the Selected Respondent Will Negotiate With Pppl On The Fee And Current Conditions. If, In The Opinion Of Pppl, A Reasonable Fee Cannot Be Achieved With The Respondents Of Choice Negotiations Will Proceed With The Second Choice Respondent Until A Mutually Agreed-upon Contract Can Be Negotiated. submittal Requirements interested Parties Shall Submit The Following Items: firm Profile Including Staff Size And Rate Structure statement Of Experience With Similar Projects Including Information On Completed Similar Projects narrative On Management And Organizational Approach To Design/build Projects Including The Following: description Of How The Firm Will Organize The Performance Of Landscaping Services description Of Firms Approach To Communicate With Pppl three (3) References To Assist Pppl In Determining The Firm’s Capability To Complete The Project a Bond Ability Statement an Hourly (fully Loaded) Fee And Maintenance Labor Rate Structure a List Of Equipment Commonly Utilized To Perform Requisite Services a List Of Rental Equipment (if Any) Utilized To Perform Requisite Services evaluation Criteria the Criteria Used To Evaluate The Rfp Will Include, But Are Not Limited To, The Following (items Are Not Listed In Order Of Importance): qualifications Of Firm, Specifically As They Relate To The Scope Of Work Of This Project firm Experience On Similar Projects And Related Project Experience Of The Individuals Who Would Be Assigned To The Project. Available Resources To Complete Project, Including Analytical, Design Tools, Personnel, Resources, Or Methodologies Commonly Used By The Firm That May Be Applicable To The Project Categories: professional References landscape Design Certification oral Presentation (to Include Zoom Powerpoint Presentation (including Photos Of Past Projects) Cost Proposal Additional Instructions no Gratuities: Respondents Will Not Offer Any Gratuities, Favors Or Anything Of Monetary Value To Any Official Or Employee Of Pppl For Purpose Of Influencing This Selection. Any Attempt By A Respondent To Influence The Selection Process By Any Means, Other Than Disclosure Of Qualifications And Credentials Through The Proper Channels, Will Be Grounds For Exclusion From The Selection Process by Submitting A Response, Respondents Represent And Warrant To Pppl That All Information Provided In The Response Submitted Shall Be True, Correct And Complete. Respondents Who Provide False, Misleading, Or Incomplete Information, Whether Intentional Or Not, In Any Of The Documents Presented To Pppl For Consideration In The Selection Process May Be Excluded interviews: After The Initial Evaluation Of The Statements Of Qualifications, Respondents Will Be Notified Of Their Status In The Selection Process. If The Interviews Are Initiated, They Will Focus Not Only On The Respondent’s Program Approach But Also On An Appraisal Of The Design Professionals Who Would Be Directly Involved In The Project. inquiries: All Inquiries Should Be Directed To Jimmy Russell, Sr. Subcontract Administrator; Jrussell@pppl.gov (609) 243-3963 cost Of Responses: Pppl Will Not Be Responsible For Any Costs Incurred By Anyone In The Submittal Of Responses contract Negotiations: This Rfp Is Not To Be Construed As A Contract Or A Commitment Of Any Kind. If This Rfp Results In A Contract Offer By Pppl, The Specific Scope Of Work, Associated Fees, And Other Contractual Matters Will Be Determined During Contract obligation: Pppl Reserves The Right To Reject Any And All Proposalsprofessional Liability Insurance: The Respondent Shall Be Licensed And Bonded And The Appropriate Liability Insurance As Required By The State Of New Jersey And Show Proof With Submittal respondents Must Consider And Follow Both The Service Contract Act (for Maintenance) And The Davis Bacon Prevailing Wage Act (for Installation Construction). Additionally, The Contractor And Its Subcontractors Shall Be Required To Comply With The Act When Performing Work In Connection With Any Design-build Task Orders. The Act Requires Contractors And Subcontractors To Pay Laborers, Workers And Mechanics Performing Services On Public Works Projects No Less Than The Current “prevailing Rate Of Wages” (hourly Cash Wages Plus Amount For Fringe Benefits) In The County Where Such Work Is Performed. The Federal Government Publishes The Prevailing Wage Rates, Including Those For Middlesex County, Nj On Its Website (accessible At Https://sam.gov/wage-determinations) The Department Revises The Prevailing Wage Rates From Time To Time. The Contractor, And Each Subcontractor Performing Work In Furtherance Of This Contract, Has An Obligation To Check The Department’s Website For Revisions To Prevailing Wage Rates For Middlesex County. For Information Regarding Current Prevailing Wage Rates, The Contractor Shall Refer To The Sam.gov Website. The Contractor And All Subcontractors Performing Work Under Any Subsequent Contract Must Comply With All Requirements Of The Act, Including But Not Limited To All Wage, Notice, Record-keeping And Reporting Requirements. If Requested By Pppl, The Contractor Shall Also Submit Certified Payroll Documentation To Pppl For All Work Performed By The Contractor Or Any Subcontractor In Connection With The Contract. contractors Submitting Proposals Should Review The Attached Sample Contractor Service Agreement Before Responding To The Rfp Proposal Enclosed Herein. The Terms Of The Agreement Including Insurance And Bonding Requirements Have Been Mandated By Pppl. Your Response To The Rfp Must Indicate If You Unwilling Or Unable To Execute Any Procurement Agreement As Drafted As Well As Providing For These Requirements. Pppl Will Consider This In Determining Responsiveness To The Rfp submittal Instructions One Electronic Copy Of The Proposal Sent To Jrussell@pppl.gov, Must Be Submitted Before 4 Pm On March 12, 2025. Faxes Will Not Be Accepted. Please Include A Reference To The Rfp In The Email Subject Block Of The Proposal: “proposal For Landscape Design-build-maintenance, Rfp 25-0633

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
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: 534-24-916 Hematology & Chemistry Renovation work Location: Ralph H. Johnson Health Care System, Charleston, Sc estimated/target Completion Period: 195 Calendar Days After Award. construction Magnitude: Between $300,000 And $400,000 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 2 July 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 6 February 2025 1500 Est. project Overview: provide Professional Engineering Services For The Design And Construction Administration To Renovate The Hematology And Chemistry Labs In Accordance With The Til And All Applicable Codes, Standards, And Regulations. remove Act Flooring And Replace With Vinyl Sheet Flooring, Replace Existing Casework With New Casework As Specified, Move All Outlets In Existing Casework To The Adjacent Wall, Remove All Gas Fixtures And Cap At The Nearest Junction/hub In Accordance With Nfpa 55, Replace All Ceiling Grid And Tile In Work Areas As Needed, Repaint Work Areas To Match Existing Color As Needed. provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Remove Existing Hood Back To The Nearest Junction And Cap. Install Wall Mounted Cabinets As Shown On Drawing. remove Existing Hood Back To The Nearest Junction And Cap. Provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Install Wall Mounted Cabinets As Shown On Drawing. 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 Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission 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. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov/ vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration 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 Sba And Submit The Required Documents To Obtain 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 Small Business Administration Veteran Small Business Certification (vetcert) Database (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. sf 330 Selection Criteria: 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. submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior. at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete. projects/data Submitted Shall Be Projects With Total Construction Costs Of $400,000, 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. 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 The Solicitation. specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection. adjectival Scoring: offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence For Relevant Projects May Be Considered Non-responsive Or Scored Negatively. 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 A Summary Sheet 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 The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). cpar And Ppq Reports Will Not Count Towards Page Limitations. 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. 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. 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. adjectival Rating: 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. 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. if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Be Neutral . 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. the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us 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 South Carolina 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, Hazardous Material Abatement, 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, Licensed Fire Protection Engineer, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. 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 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. adjectival Scoring: 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. failure To Provide All Key Personnel And Key Personnel Requirements Shall Result In No Greater Than A Marginal Rating. experience In Construction Period Services. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. basis Of Evaluation: 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. evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. provide A Narrative Describing The Below Services, But Not Limited To: professional Field Inspections, Both Scheduled And Emergent. maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance. providing Timely And Complete Responses To Requests For Information. providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications. providing Record Drawing Documentation. process For Correcting Design Errors/omissions Identified During Construction; And, other Requirements Defined Under Cps In The Statement Of Work. 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. Narrative Shall Be Not More Than One (1) Page In Length. 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. capacity < 25% Shall Be Rated No Greater Than Marginal. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc 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 Charleston, Sc And The Low Country Geographical Area. if Prior Experience In Charleston, Sc 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 Charleston, Sc Geographical Area Or Areas Of Similar Nature. adjectival Scoring: offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Neutral . 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. offerors 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. offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. selection Process: federal Acquisition Regulation (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 Federal Acquisition Regulation (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 South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). the Following Format Shall Be Used: cover Page With Solicitation Number, Project Title table Of Contents sf 330 S copy Of Current A/e License copy Of Current Vetbiz.gov Sdvosb Certification uei Number cage Code tax Id Number the E Mail Address And Phone Number Of The Primary Point Of Contact. all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Cayley Blommers, Contract Specialist At Cayley.blommers@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330. it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. attachments: see Attached Document: Ae Past Performance Questionnaire And Cover Letter.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
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: 544-23-108 Cast Iron Fittings And Valves Steam Distribution Systems Study work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 180 Calendar Days After Award. 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) February 28, 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 Columbia Va Health Care System Requires A Full Campus-wide Steam Distribution Survey To Accomplished Design Alert Number 003c2b-da-151, Cast Iron Fittings/valve Housings, Prohibition Of Use In High And Medium Pressure Steam Distribution Systems, 12-15-2021 In Addition To Memorandum Dated December 13, 2024 Related To Astm A307 Fasteners For Steam And Hot Water Heating Systems. Identify The Locations Of All Cast Iron, Ductile, Or Malleable Fittings, Valve Housings, Piping, And Components Along With All Astm A307 Fasteners In High Pressure And Medium Pressure Steam Systems. This Requirement Covers Systems Operating At A Pressure Of 15 Pounds Per Square Inch Gauge (psig) Or Greater And Hot Water Distribution Systems For Hot Water Or Other Liquids At A Temperature Of Greater Than 257 Degrees Fahrenheit. 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. selection Criteria sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit) design Team Background With Locations Of Supporting Offices (one-page Limit) design Team Organizational Structure With Key Discipline Roles (one-page Limit) factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit) factor 3 Past Performance Summary Sheet (one-page Limit) factor 4 - Capacity (one-page Limit) factor 5 Knowledge Or Location (one-page Limit) factor 6 Sdvosb Inclusion Statement (one-page Limit) full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements: all Sf330 Pages Shall Be In Pdf Searchable For Items 1 Through 9 And Item 11. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page. use No Less Than 11-point Font. all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1 specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (5) Projects That Meet All Criteria Shown Below. relevant Project Type Projects That Site Investigation And Documenting Steam Line Infrastructure Conditions And Generating P&id Drawings. relevant Project Size Projects That Include Main Boiler Plants, Site Distribution Infrastructure, And Mechanical Rooms. relevant Project Recency Project Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $100,000.00. relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria: onsite Investigation, Reverification, And Recording Of Steam Infrastructure System. non-destructive Investigation And Restoration confined Space Program Implementation analysis Studies Of Steam Infrastructure Systems the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor. va Relevant Project Experience. submissions Shall Include No More And No Less Than Five (5) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2 professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State Of The United States Of America. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume. Four Pages Total For Factor 2. Information Provided On Additional Pages Beyond The Four-page Limit Will Not Be Included With The Review. resume Requirements - A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. mechanical Engineer - Pe key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Qualifications May Be Viewed More Favorably. Not Providing The Preferred Qualifications Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value May Be Given For Professionals With The Preferred Qualifications. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager. project Manager - Project Management Professional (pmp) Certification Or 10 Years Managing Government A/e Contracts. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes: project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit. firms Holding Certification From The American Society Of Mechanical Engineers (asme) For The Assembly Of Pressure Piping In Accordance With The Applicable Rules Of The Asme Boiler And Pressure Vessel Code (bpvc). key Personnel Having Greater Than 10 Years Experience In The Practicing Field. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3 past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies, Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Also Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Cpars And Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Shall Not Exceed 20 Pages. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience) past Performance Record Type (ppq Or Cpars) contract Number point Of Contact (name, Phone, Email, Job Title, Poc Role) ae Firm Role With Project (prime Or Subcontractor) category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages. letters Of Appreciation Or Accolades From Previous Projects industry Recognition Or Design Awards any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4 capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector During The Previous Twelve (12) Months And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline total # Of Current Design Project Workload # Of Current Construction Project Workload estimated # Of Future Design Project Workload estimated # Of Future Construction Project Workload quantity Of Current Idiq Contracts Involved With total Idiq Capacity All Contracts (millions) total Idiq Remaining Capacity (millions) percent Available capacity architect 6 7 6 7 4 $6m $2m 45% mechanical Engineer 4 8 3 8 2 $3m $1 10% add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section. providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available? any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5 knowledge Of Locality (section H). Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories: local Conditions Or Project Site Features the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6 use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. 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. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.

INTERNAL REVENUE SERVICE USA Tender

Others
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents 
Details: Department Of The Treasury office Of The Chief Information Officer enterprise Applications (entapps) request For Information (rfi) committee On Foreign Investment In The U.s. (cfius) Case Management System (cms) And Outbound Notification System (ons) Support this Notice Is For Market Research Purposes Only. sources Sought Notice – Is Released Pursuant To Federal Acquisition Regulation (far) Part 10, Market Research. this Sources Sought Notice Or Request For Information Is Issued Solely For Information And Planning Purposes Only And Shall Not Be Construed As Either A Solicitation Or An Obligation On The Part Of Government. This Is Not A Solicitation For Proposals, Proposal Abstracts Or Quotations. All Information Received From This Sources Sought Will Be Used For Market Research Purposes Only. The Government Does Not Intend To Award A Contract On The Basis Of Responses To This Sources Sought Notice Or Otherwise Reimburse Vendors For The Preparation Of Any Information Submitted Or Government Use Of Such Information. Acknowledgement Of Receipt Of Responses Can Be Made. Respondents Will Not Be Notified Regarding The Outcome Of The Information Received. respondents Will Not Be Notified Of The Results Of The Analysis. All Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With All Applicable Government Regulations. All Documentation Shall Become The Property Of The Government And Will Not Be Returned. background the U.s. Department Of The Treasury Has Implemented A Case Management System Built On Microsoft Dynamics For Treasury's Office Of Investment Security (ois) In Support Of The Expansion Of The Committee On Foreign Investment In The U.s. (cfius) As Defined By The Foreign Investment Risk Review Modernization Act Of 2018 (firrma). More Information On Cfius And Firrma Can Be Found At: the Committee On Foreign Investment In The United States (cfius) | U.s. Department Of The Treasury treasury Office Of The Chief Information Officer (ocio) Enterprise Applications (ea) Has A Need To Procure Support Services For The Cfius Cms And Other Priority Ois Projects, Including The Outbound Investment Security Program. Ea Creates, Implements, And Maintains Information Technology Solutions In An Efficient And Innovative Manner Through Shared And Scalable Products, Platforms, And Services. The Enterprise Content Management (ecm) Program Resides Within The Ea Organization. Ocio Provides Leadership To The Department In All Areas Of Information And Technology Management And Supports Treasury's Mission By Implementing Strategies That Improve The Efficiency And Performance Of Treasury Information Technology (it) Systems And Business Processes. outbound Investment Security Program on August 9, 2023, President Biden Issued The Executive Order (e.o. 14105) Declaring A National Emergency To Address The Threat To The United States Posed By Certain Countries Of Concern, Which Seek To Develop And Exploit Sensitive Or Advanced Technologies Or Products Critical For Military, Intelligence, Surveillance, Or Cyber-enabled Capabilities. The Order Directs The Secretary Of The Treasury To Establish A Program To Prohibit Or Require Notification Of Certain Types Of Outbound Investments By United States Persons Into Certain Entities Located In Or Subject To The Jurisdiction Of A Country Of Concern, And Certain Other Entities Owned By Persons Of A Country Of Concern, Involved In Specific Categories Of Advanced Technologies And Products. ocio Is Tasked With Developing A System For The Outbound Investment Security Program To Facilitate The Receipt And Management Of Notifications Submitted By Us Persons Regarding Investments In Foreign Countries In Areas Of Critical Technologies. More Information On Oisp Can Be Found At: outbound Investment Security Program | U.s. Department Of The Treasury. objectives ocio Seeks Information From Vendors Who Will Provide Highly Customizable, Cloud Based, Low-code Document And Case Management Functionality That Includes The Following Features (respond To Attached List Of Key Questions): document And Records Management document Ingestion From External And Internal Sources case Management enterprise Search editing And Approval Workflows cross Department Case And Document Collaboration template Management customer Relationship Management (crm) public Facing Application Systems data Analytics, Visualization, And Reporting classified Case And Document Management sharepoint Development the Following Skillsets Will Be Required By The Vendor At Any Given Time: project And Program Management database Administration low Code Application Platform Integrators power Platform Low Code Software Developers quality Assurance Testers ui/ux Specialists devops/devsecops/secdevops With Agile Methodology Expertise data Analysts And Data Scientists web App Developers technical Solution Architects experienced Working In Gcc High top Secret Cleared Staff Of All Types expectations For Request For Information Response By Vendor the Vendor Is Expected To Provide Insight Into Their Existing Capabilities And Past Experience Providing Similar Services. The Vendor Is Expected To Have The Following Skills, Experience And Capabilities And Be Able To Provide Details About These Areas When Answering The Key Questions In Attachment A. current And Past Experience Meeting Ocio’s Outlined Objectives/requirements experience Managing Systems That Receive Data From External Organizations And Other Public Entities ability To Support Public Facing Systems That Ingest Information Into Varied Internal Systems. Experience Must Include The Ability To Manage Authentication Methods And Strategies For External Users experience With A Project Of Similar Size And Scope That Achieved Similar Objectives experience Supporting Parallel Production Systems During A Project data Modeling Expertise experts In Implementing Agile Methodologies For Complex Projects high Level Of Experience In Replacing An Existing Custom Code System With A Low-code Systems With Varying Data Models And Architectures known Expertise Navigating Data Model Challenges And Application Mapping Strategies experience Architecting Solutions In Hybrid Cloud Or Disparate Platform Environments, Where Key Data Elements And Functionality May Not Be Co-located experience Utilizing Varied Integration Platforms familiarity Overcoming Expected Challenges To Complete Similar Projects ability To Provide Experts In All Top Solutions For Low Code Case Management System Technologies. ability To Staff Rapidly With An Established Bench Program To Accelerate Onboarding fedramp High Authorized Solution Provider responses Should Include Answers To The Key Data Question With Supporting Evidence That Showcases Appropriate Experience And Abilities. general Rfi Information in The Coming Months, Ocio Anticipates The Release Of A Solicitation Requesting Proposals Addressing The Needs Described Within This Rfi. Accordingly, Ocio Is Requesting Information From Industry In Regards To Existing Solutions And Capabilities Which Currently Reside Within The Marketplace. the Written Response To This Notice Shall Be Limited To No More Than 20 Pages With A 10-point Minimum Font Size. Interested Vendors Are Asked To Respond No Later Than 4 P.m. Est On February 27, 2025. responses Shall Be Sent Via E-mail To Gerardo.ilaria@irs.gov The Subject Of The Email Shall Reference “ocio Cfius/oisp Rfi Response” All Information In Response To This Notice Must Be Sent Via Email In Adobe Acrobat (.pdf) Or Msword Format.
2071-2080 of 2143 archived Tenders