Architect Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Details: (1)national Stock Number (nsn)
---6650014441229 Eyeguard, Optical Instrument
(2)specification And Whether An Offeror, Its Product, Or Service Must Meet A Qualification Requirement In Order To Be Eligible For Award, And Identification Of The Office From Which Additional Information About The Qualification Requirement May Be Obtained (see Subpart 9.2).
---not Applicable (n/a)
(3)manufacturer, Including Part Number, Drawing Number, Etc.
---rubbercraft Corporation Of California, 77969 P/n Cmi525‐itt‐001
iaw Basic Drawing Nr 1x4f3 Amscbdoc
revision Nr Dtd 03/07/2007
(4)size, Dimensions, Or Other Form, Fit Or Functional Description.
---n/a
(5)predominant Material Of Manufacture.
---unknown
(6)quantity, Including Any Options For Additional Quantities.
---the Estimated Annual Demand Quantity Is 11096 Ea
(7)unit Of Issue.
---each (ea)
(8)destination Information.
---conus Stock Locations
(9)delivery Schedule.
---government Required Delivery Is 70 Days.
(10)duration Of The Contract Period.
---five Years With No Option Periods
(11)sustainable Acquisition Requirements, Such As A Description Of High-performance Sustainable Building Practices Required, If For Design, Construction, Renovation, Repair, Or Deconstruction (see Part 23 And 36.104).
---n/a
(12)for A Proposed Contract Action In An Amount Estimated To Be Greater Than $25,000 But Not Greater Than The Simplified Acquisition Threshold, Enter-
(i)a Description Of The Procedures To Be Used In Awarding The Contract (e.g., Request For Oral Or Written Quotation Or Solicitation); And
---simplified Procedures For Certain Commercial Items Are Applicable. The Contracting Officer Has Determined That This Nsn Is Commercial In Accordance With The Description In Far 2.101. Quotes Shall Be Submitted As Follows:
the Only Method Of Submitting A Quote That Is Authorized For This Solicitation: Email Quotes To: Charles.mielkeii@dla.mil A Single Email Cannot Exceed 10 Mb. Quotes Greater Than 10 Mb Must Be Divided Into Multiple Emails. The Completed Section B, And All Documents Must Be Received Via Appropriate Transmission Method By 3:00 Pm Local Time Directly To The Buyer. While Price May Be A Significant Factor In The Evaluation Of Quotes, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery And Past Performance. Subcontracting Plans Are Required For Large Businesses.
(ii)the Anticipated Award Date.
---approximately, July 2025
(13)for Architect-engineer Projects And Other Projects For Which The Product Or Service Codes Are Insufficient, Provide Brief Details With Respect To: Location, Scope Of Services Required, Cost Range And Limitations, Type Of Contract, Estimated Starting And Completion Dates, And Any Significant Evaluation Factors.
---n/a
(14)(i)if The Solicitation Will Include The Far Clause At 52.225-3, Buy American-free Trade Agreements-israeli Trade Act, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To Free Trade Agreements."
---n/a
(ii)if The Solicitation Will Include The Far Clause At 52.225-5, Trade Agreements, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements.”
--- One Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements. The Acquisition Will Include Dfars 252.225-7021 Trade Agreements (mar 2022)
(iii)if The Solicitation Will Include The Far Clause At 52.225-11, Buy American-construction Materials Under Trade Agreements, 52.225-23, Required Use Of American Iron, Steel, And Manufactured Goods-buy American Statute-construction Materials Under Trade Agreements, Or An Equivalent Agency Clause, Insert The Following Notice In The Synopsis: "one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements."
---n/a
(15)in The Case Of Noncompetitive Contract Actions (including Those That Do Not Exceed The Simplified Acquisition Threshold), Identify The Intended Source And Insert A Statement Of The Reason Justifying The Lack Of Competition.
---the Source Is Listed Under (3) Above. The Statutory Authority Permitting Other Than Full And Open Competition Is 10 U.s.c. 3204(a)(1) As Implemented By Far 6.302-1. The Government Requires Spare Parts That Are Form, Fit, And Functionally Interchangeable With Those Currently Used On The Supported End Item Or Weapon System. The Acquisition Is Restricted To The Following Source(s) Of Supply, Which Are The Only Source(s) Known To Have The Capability Of Furnishing The Required Supplies And The Only Source(s) Currently Approved By The Design Control Activity. The Use Of The Authority At 10 U.s.c. 3204(a)(1) Is Based On The Item Has An Acquisition Method Code Of “3” Which Means Acquire, For The Second Or Subsequent Time, Directly From The Manufacturer And It Has An Acquisition Method Suffix Code Of “b” Which Means This Part Must Be Acquired From A Manufacturing Source(s) Specified On A Source Control Or Selected Item Drawing As Defined By The Current Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing Knowledge Are Not Available To Permit Acquisition From Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained.
(16)(i)except When Using The Sole Source Authority At 6.302-1, Insert A Statement That All Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency.
---n/a
(ii)when Using The Sole Source Authority At 6.302-1, Insert A Statement That All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency.
---all Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Traceability: If The Offeror Is Not Identified As An Approved Source In The Item Description, The Offeror Shall Submit Traceability Documentation To The Contracting Officer On Or Before The Date That Quotes Are Due. Failure To Provide Any Required Documentation Within The Stated Timeframe May Result In Rejection Of The Quote. The Contracting Officer Determines The Acceptability And Sufficiency Of Documentation Or Other Evidence, At His Or Her Sole Discretion. If The Contracting Officer Finds The Evidence To Be Unacceptable, Or If The Contractor Fails To Retain Or Provide The Requested Evidence, The Award May Be Cancelled Or Contract May Be Terminated For Cause/default, As Applicable.
(17)if Solicitations Synopsized Through The Gpe Will Not Be Made Available Through The Gpe, Provide Information On How To Obtain The Solicitation.
---the Solicitation Will Be Posted On The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/dodwarning.aspx?goto=/default.aspx
(18)if The Solicitation Will Be Made Available To Interested Parties Through Electronic Data Interchange, Provide Any Information Necessary To Obtain And Respond To The Solicitation Electronically.
---n/a
(19)if The Technical Data Required To Respond To The Solicitation Will Not Be Furnished As Part Of Such Solicitation, Identify The Source In The Government, Such As Https://www.sam.gov, From Which The Technical Data May Be Obtained.
---n/a
Closing Date27 May 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice – general guideline, standard procedure negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Renovation and extension of the Brothers Grimm School, Wiesbaden; sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Renovation and extension of the Brothers Grimm School ... Multi-renovation and extension of the Brothers Grimm School, Wiesbaden; sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Renovation and extension of the Brothers Grimm School, Wiesbaden; sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Renovation and extension of the Brothers Grimm School, Wiesbaden; sustainability certification according to the sustainable construction assessment system - BNB (BNB coordinator) Initial situation: The Brothers Grimm School is a 2 to 3-stream primary school located in the Mainz-Kostheim district of Wiesbaden. Due to rising student numbers, the school is to be expanded by two classes in all grades, creating a permanent four-class elementary school. Forecasts predict that the school district's student numbers and teaching staff will increase, along with additional teaching and administrative staff. Due to these rising numbers, the general elementary school will require an additional 740 m² of usable space (approximately 1,260 m² gross floor area) according to the LHW's model space plan (not including the space for school sports). Location 1 - Brothers Grimm School (Schiersteiner Straße 34, 55246 Mainz-Kostheim) Site area Approx. 10,247 m² Gross floor area total Approx. 4,210 m² (school building) Building 1.1 - Main school building Approx. 3,250 m² Gross floor area Building 1.2 - Sterntaler care Approx. 620 m² Gross floor area Building 1.3 - Care / cafeteria Approx. 340 m² Gross floor area Building 1.4 - School sports hall Approx. 593 m² Gross floor area Restrictions due to the individual cultural monument status of the existing buildings. Site 2 - former Albert Schweitzer School (Passauer Straße 48, 55246 Mainz-Kostheim) Site area approx. 6,407 m² Gross floor area total approx. 1,200 m² (school building) Building 2.1 - main school building approx. 1,200 m² gross floor area Building 2.2 - connecting building approx. 140 m² gross floor area Building 2.3 - gymnasium approx. 380 m² gross floor area Building 2.4 - pavilions Restrictions due to the listed building status of the existing buildings. Task description Implementation of alternative 4 from the feasibility study dated November 1, 2022 for the expansion of the Brothers Grimm School (site 1) by activating the former Albert Schweitzer School (site 2) with the aim of expanding the area for a 4-stream primary school with an all-day profile. Energy-efficient renovation of the main building, locations 1 and 2, to adapt to contemporary pedagogical concepts and requirements for cluster formation and inclusion. Compensation for space deficits (differentiation rooms, teacher workstations, consultation and meeting rooms) through the use of corridor areas, reorganization of floor plans, and adaptation of structural fire protection into compartments or units of less than 400 m² in compliance with listed building regulations. Location 1: Expansion of the area of the annex building 1.2 through a change of use of the former caretaker's apartment, reorganization of the floor plans into classrooms for instruction and all-day care. Conversion and modernization of the annex building 1.3. Energy-efficient renovation of the existing buildings in compliance with listed building regulations. Location 2: New single-field sports hall constructed using timber construction with the aim of a sustainable, future-proof building concept using as many CO2-neutral building materials as possible in accordance with the BNB procedure. Preferred construction as modular or serial production with the lowest possible lifecycle costs (particularly with regard to operating and maintenance costs) for the owner and operator. The goal of certification according to the BNB procedure should be a minimum of 75% fulfillment. (See LNB resolution in the appendix). The construction project should be carried out in several construction phases without an interim solution during ongoing school operations. Subject of the contracted service: The services advertised comprise the services necessary to achieve a very good BNB silver status. This includes the coordination, moderation, testing, and documentation of the services of all those technically involved in the project. Sustainability certification according to the Federal Sustainable Construction Assessment System (BNB) for educational buildings 2017 (UN17). Certification of the buildings and outdoor facilities. The goal is a very good silver certificate (at least 75%). Services to be offered include consulting for the client, architects, and specialist engineers, certification services during the planning and construction phases as well as after completion, evaluation, participation in regular planning meetings, and individual coordination with engineering firms in accordance with the BNB Sustainability Coordinator's service profile. Furthermore, the program "Sustainable Construction Guidelines for the State of Wiesbaden," Resolution No. 0368 of the City Council dated September 28, 2023, which builds on the BNB, must be observed. This guideline defines additional requirements based on the BNB parameters. In addition, the goal is to achieve and register for the QNG-NW23 seal. Project registration with the BNB Conformity Testing Office (KPS) of the Steinbeis Transfer Institute for the Construction and Real Estate Industry (STI) and support during the testing process. Funding management for federal, state, and local funding (grants and loan programs), client consulting, funding calculation, preparation of funding applications and submission to the client, and preparation of proof of use reports and submission to the client. Hourly rates for optional services broken down by time spent in hours for A. Managing Director B. Project Manager C. Technical staff D. Other staff E. Travel costs Construction costs kg 200-500 Location 1 (bgs) Renovation €4,571,181.16 Location 2 (ass) Extension and conversion €1,031,142.89 Location 2 (ass) New building €2,358,497.05 Construction measure total net €7,960,821.11 Dates Start of service provision: Approx. August 2025 Completion of service phase 3: Approx. January 2026 (= provision of documents for the plausibility check) Completion of plausibility check: Approx. April 2026 Completion of phase 4: Approx. May 2026 (= submission of building application) Completion of phase 5: Approx. October 2026 Completion of phases 6-7: Approx. November 2026 Start of construction: Approx. July 2027 Completion: Approx. September 2029
Closing Date28 Apr 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Civil And Construction...+1Building Construction
Canada
Details: Division02-existing Conditions Division03-concrete Division04-masonry Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication ***documents Are Available Through The Construction Association*** B, C & D Building Accessibility Upgrades Nbcc Moncton Campus Moncton, Nb 153-nbc Bw4c19 The Pre-site Visit Date Has Been Changed To January 15, 2025 At 1:00 Pm. No Addenda Will Be Issued. Address All Inquiries To Architects Four Limited 18 Botsford Street, Suite 100 Moncton, Nb E1c 4w7 Attention Architecture Andre Boudreau 506-857-8601 Andre@architects4.ca Site Visit Date & Time January 16, 2025 At 11:00 Am Contact Kyler Doucet 506-863-9721 Kyler.doucet@nbcc.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Goods
Others
Kyrgyzstan
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC | Purchasing a Passenger Car
Closing Date10 Jan 2025
Tender AmountKGS 1.9 Million (USD 22.7 K)
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Goods
Civil And Construction...+2Others, Construction Material
Kyrgyzstan
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC | Gasoline AI 92
Closing Date6 Feb 2025
Tender AmountKGS 180.9 K (USD 2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Michael E. Debakey Medical Center Located In Houston, Tx.
project Description:
infrastructure Upgrades And Reconfiguring And Renovating Existing Spaces Impacted By Said Improvements. Infrastructure Upgrades Include Upgrading Facility Power Distribution, Bonding, Ups, Building Management System Interfaces, Upgrading Facility Hvac Distribution, Reconfiguration, Expansion, And Renovation Of Existing Space Including Demolition, New Construction, Finishes, And Cabling, Renovating Datacenter Including Cabinet Realignments, Power, Ups, And Water Infiltration, Renovating Communication Infrastructure Including New Data Outlets, Patch Panels, And Upgrade To Cat 6a Cable, Physical Security Assessment And Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus-wide; Within Buildings And Between Buildings: Upgrading Facility Fiber Throughout Buildings To Each It Closet, To Provide A Redundant Fiber Run Throughout Buildings To Each It Closet, Provide Redundant Fiber Mains To Demarcation Room From The Provider Point, Provide Diversified Path For Wan, Install Approximately 100 Additional It Outlets, Install Approximately 75 New Electrical Outlets, Provide Additional Outlets In Each It Closet, Hazardous Material Abatement. Project Buildings Include 100, 103, 104a, 108, 108a, 109, 110, 120, 123, 125 And The Physical Site Surrounding Those Buildings.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between Between $20,000,000 And $50,000,000. (note That The Vaar Magnitude Of Construction Is Closer To The Higher End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 775 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 19 March, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
andrew Mathews
contract Specialist
andrew.mathews2@va.gov
secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date19 Mar 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Department Of State 2025 Design-build For
early Site Package (esp) For The New Embassy Compound In Bangui, Central African Republic (car)
rfp 19aqmm25r0017
notice Of Solicitation
amendment A01
amendment O1 To Add The Percy Amendment Forms.
these Forms Have Been Added To This Announcement:
zpercy Percy Amendment Certification Form
zpercy Us Flag Carrier Shipment Requirements
zpercy Public Release Of Information 061324
in Order To Be Considered For This Project, Please Submit The Attached Form:
zpercy Percy Amendment Certification Form
the U.s. Department Of State (dos), Bureau Of Overseas Buildings Operations (obo) Is Seeking High Quality Firms Experienced In Complex Design/build Construction Projects For The Design And Construction Of An Early Site Package For The New Embassy Compound In Bangui, Car.
this Project Is Available For Full And Open Competition.
continuing A Legacy Of Outstanding Diplomatic Architecture, Obo Seeks To Commission The Most Highly Qualified Constructors To Create Facilities Of Outstanding Quality And Value.
project Description – (secret Facility And Personnel Security Clearances Not Required)
19aqmm25r0017, Design Build Of An Early Site Package (esp) For The New Embassy
compound In Bangui, Central African Republic (car)
property Description:
the Esp Contractor In Bangui, Central African Republic Shall Construct A Secure Site Perimeter Complete With Main Campus Access Control (mcac) And Service Campus Access Control (scac). The Total Facility Area For The Entire Project Is Estimated At 450 Gsm. The Existing Us Embassy And Other Facilities, Located On A Separate Compound, Will Remain In Operation During The Design/build Construction Project.
the Esp Site Includes A 14-acre Parcel Known As The “independence” Property. The Independence Parcel Is A Mostly Rectangular Shaped, Generally Cleared Site, That Contains An Underground Storage Tank And Utilities Requiring Demolition And/or Relocation To Accommodate New Development. The Site Fronts A Major North-south Thoroughfare Along One Of Only Three Existing Paved Roads In Bangui And On The Most Prominent Commercial Corridor In The City. It Also Has A Common Wall With The Police Commissariat On The Southern Wall. The Esp Site Sits Close To The Car National Assembly, The International Financial Center, Bangui’s Sole High-end Hotel, And Municipal Office Buildings.
project Scope:
the Esp Project Scope Includes The Design/build Construction Of The Following:
perimeter Wall
two Campus Access Control Buildings- Main (mcac Service (scac)
temporary Facilities
site Grading And Drainage
underground Storage Tank (ust) Removal And Remediation
remediation Of Wall Adjacent To The Police Commissariat
approximate Construction Cost: $50 – 70 Million
2. Project Solicitation
the Project Solicitation Will Be Available On The Department Of State Projnet System Around The Mid-may 2025.
high Quality Firms With The Proven Capabilities And Past Performance That Wish To Participate In This Solicitation Shall Submit A Letter Of Interest In Writing To Alla Weinstein At Weinsteinal@state.gov And Isaac Karto At Kartoig@state.gov By Email No Later Than April 7, 2025. All Submissions Must Be In English Language. The Letter Of Interest Shall Include All The Following Information Below:
project Name: 19aqmm25r0017, Design Build Of An Early Site Package (esp) For The New Embassy Compound In Bangui, Central African Republic (car)
company Name:
company Address:
company Uei (unique Entity Identifier) Number From Sam.gov:
company Telephone Number:
contact Person: Name, E-mail Address, And Telephone Number
full Name, Nationality, Date And Place Of Birth, Citizenship, And Position/title Of The Following Individuals:
all Individuals Having Ownership Of The Firm
all Key Officers Of The Firm
all Key Officers Who Will Work On This Project
a Listing Of All Major Projects In Which The Firm Was Involved During The Past 3 Years
a Listing Of All Projects Involving The Firm Outside Of The Country In Which The Firm Is Based, For The Past 5 Years.
contractor's Base Country And Base Country Identification Number, If Any.
eligible Firms Will Be Provided Key Codes And A Link To The Projnet (www.projnet.net) Plan Room And Bidder Inquiry Be Used To Access The Respective Unclassified And Sensitive But Unclassified (sbu) Solicitation Information.
the Solicitation Will Include A Statement Of Work, Standards, And Criteria For The Project That Set Out The Project Scope, Design Requirements, Design Process, Design Documentation, Design Expertise, Construction Process, Post-construction Activities, Reference Drawings And Specifications, Codes And Standards, And Security Requirements.
the Selected D/b Contractor’s Architect/engineer Will Be The “designer Of Record” And Responsible For Completing The Construction Drawings And Specifications In Accordance With The Solicitation Documentation Provided. The Contract Will Be “firm Fixed-price.” Construction Services Will Include Providing Construction Labor And Materials To Execute The Obo-accepted Design; On-site Organization With Management To Ensure Overall Project Coordination; And Overall Control Throughout The Life Of The Project. Required Services Include Preparation Of Construction Documents, Quality Control Plans, Safety Plans, Project Schedules, Cost Estimates, And Project Close-out Activities.
the Types Of Design Services To Be Provided May Include: Architecture; Civil, Structural, Geotechnical, Blast, Mechanical, Electrical, Telecommunication, And Fire Protection Engineering; Physical And Technical Security; Vertical Transportation; Lighting Design; Landscape Design; Design And Construction Scheduling; Cost Estimating; Value Engineering; And Administrative Coordination Of The Various Disciplines Involved. Additionally, The Successful Offeror May Be Required To Have An Approved Local Design Consultant.
the Rfp Will Require The D/b Contractor To Complete All Design And Engineering Documents Based On The Project Specific Design Direction That Will Be Provided In The Rfp Design Requirements. The Government Will Provide Bridging Level Design Documents That Will Include, At A Minimum, A Site Utilization Plan; Building Massing And Exterior Elevations; Space And Requirements Standards, Organizational Relationships, Space Requirements Program; Building Utilities And Infrastructure Design; And Supporting Narratives, Where Applicable.
the Rfp Will Require Offerors To Address The Following Criteria In The Proposal To Provide Design And Construction Services: Management Of A Large Complex Project; Schedule Management; Logistics Management To Include Site And Transportation Security; Safety; And Adherence To Integrated Design And Design Quality.
section 11 Of The Foreign Service Buildings Act Of 1926, As Amended, (22 U.s.c. 302), Known As The “percy Amendment,” Applies To The Projects Described In This Announcement. The Act Provides A 10% Price Preference To American-owned Firms As Defined In The Act On Any Department Of State Contract When The Project Is Estimated To Exceed $5,000,000.” The Percy Amendment Also Requires Exclusion Of Firms From Countries That Exclude U.s. Firms From Their Diplomatic Construction Projects. The Requirements Of The Act Will Be Applied To All Proposals Received. Offeror Will Be Required To Complete And Submit As Part Of Its Offer The “percy Amendment Certification Form." (the Form Is Attached To This Sam.gov Announcement And May Be Obtained From The Dos Contract Specialist Listed At The End Of This Notice.) If A Joint Venture Is Formed, The Company Having 51 Percent Or Greater Interest In The Jv Must Be The One Completing The Form. Sufficient Information Should Be Provided In The Certifications And Attachments Thereto To Determine Offeror Status Under The Percy Amendment, But The Department Reserves The Right To Consider Other Information In The Proposal Submission Or To Obtain Clarifications Or Additional Information From The Offeror.
to Demonstrate Performance Of Similar Construction Work For Percy Amendment Purposes, Offerors Will Need To Provide Information Demonstrating That It Has Successfully Completed In The United States Or At A U.s. Diplomatic Or Consular Mission A Construction Contract Or Subcontract Involving Work Of The Same General Type And Complexity As The Solicited Project And Having A Contract Or Subcontract Value Of At Least 35% Of The Low-end Estimated Value Of The Solicited Project ($19,500,000.00). The Value Of The Work Provided To Demonstrate Successful Completion Of Work Of The Same General Type And Complexity As The Subject Project Will Not Be Adjusted For Inflation Or Any Other Market Forces.
a Site Visit Is Planned For June 2025.
Closing Date15 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Construction Ehrm Infrastructure Upgrades At The Fort Meade Va Medical Center (vamc) Located In Fort Meade, Sd.
project Description:
the Contractor Shall Provide All Labor, Materials, And Equipment To Accomplish The Ehrm Infrastructure Upgrade Fm Project Per Provided Contract Drawings And Specifications. The Work Includes, But Is Not Limited To The Following Categories:
general Demolition:
sequenced/selected Demolition Of The Existing Telecommunication Rooms/enclosures And New Tr Locations As Indicated In The Construction Documents.
construction/demolition Of Tr S / Te S That Serve The Current Non-clinical Areas/outbuildings Should Be Initiated Earliest In The Project.
contractor Shall Remove From The Va Site And Dispose Of All Equipment And Materials Not Scheduled To Be Reused. Owner Retains Right Of First Refusal On All Items To Be Removed. Verify With Owner Prior To Disposal.
work Must Be Performed In A Careful Manner Protecting From Damage Those Items Not To Be Removed
careful Coordination Of All Demolition Work In Adjacent Surgery, Or, Icu, Pacu, Offices And Associated Corridors Shall Be Completed With Cor Prior To Beginning Work.
new Construction Consists Of But Is Not Limited To The Following Telecommunication
discipline Items In Buildings 40, 46, 48, 50, 53, 88, 89, 90, 103, 110, 113, 137, 145, 146, 147, 148, T171, T296, And Throughout Campus. The Generalized Scope Includes New Telecommunication Rooms (tr S) / Equipment, Relocation Of Existing Tr Infrastructure To New Tr, Reconfiguration Of Existing Spaces Where New Tr S Will Be Located, New Redundant Fiber And Data Infrastructure For The Internal Network, New Fiber Backbone External Communication Ring Around Campus, New Main Computer Room (mcr), Relocation Of Existing It Office Space, And New Centralized Ups System.
the New Construction Scope Includes All Civil, Structural, Architectural, Mechanical, Electrical, And Fire Protection Upgrades To Support The Following Specific Items.
the Specific Scope Of This Project Includes, But Not Limited To, The Following Infrastructure Improvements:â Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Relocation Upgrade Of Mcr Data Center (demo, New Construction, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Late May To Early June 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1,095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 1, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
dawn Schydzik
contract Specialist
dawn.schydzik@va.gov
secondary Point Of Contact:
jennifer Braaten
contracting Officer
jennifer.braaten@va.gov
Closing Date1 Apr 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii.
general Statement Of Work Summary:
the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300
ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown
central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass
curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The
illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton
construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia
award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent
entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public
and Created A Strong Sense Of Entry For Pjkk.
on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January
24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is
probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel
installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over
a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see
volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire
damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion
includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United
states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point
locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere
to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While
also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And
smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also
include Solutions For The Following Known Building Maintenance Issues:
1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created
issues For Regular Maintenance And Care.
2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult
to Replace.
in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The
entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard
are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental
appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response
to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol.
the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden
courthouses.
initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s.
courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To
analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The
countermeasures For The Pjkk Courthouse In Honolulu, Hi:
1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And
ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala
moana Boulevard, Excluding Ground Level Windows Along The United States
marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard:
● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced
entry Resistance Per Astm F3038 Or Dept Of State (dos)
sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The
standard That Shall Apply.
● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing
system
● Contractor Is Responsible To Field Verify And Measure Each Opening.
2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design
drawings For Specific Locations):
● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule
doors Shall Be Equipped With Hardware And Controls To Engage
electro-magnetic And/or Electro-mechanical Remote Locks.
● Remote Locks Shall Give The Ability For The Court Security Officers And The
usms To Lock All Doors Immediately In Case Of An Emergency.
● Remote Lock Override Control Shall Run To The Main Usms / Cso Control
room
the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And
doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler
designed Pjkk Entry Pavilion.
the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry
resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm
standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration,
however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension)
of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And
the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered
acceptable. Support Documentation Shall Be Provided Prior To Installation.
the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure,
build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points,
the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door
upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical,
electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure.
the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And
construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00
am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To
maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m.
weekdays.
the Project Delivery Method Is Design-build (db).
the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required
to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening
project.
design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii
licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design
development, Construction Documents, Basis Of Design Documents, Site Investigation, Site
measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination,
contract Administration, Contract Close-out, Record Drawings And As-builts.
construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of
security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project
schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall,
mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples,
submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure,
protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary
barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes,
file And Record Management, And All Other Work To Meet The Contract Requirements.
Closing Date3 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
2091-2100 of 2235 archived Tenders