Architect Tenders
Marion County School District Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
United States
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids Will Be Received By The Marion County School District, In The Board Room Of The Marion County School District Located At 1010 Highway 13 North, Columbia, Ms 39429, Until 2:00pm, Local Time, On Tuesday, January 14, 2025, And Then And There Publicly Opened And Read For The Following Project: West Marion High School Baseball And Softball Lighting Upgrades Marion County School District In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Hard Copy Or Digital Copy At Www.asaplans.com. Interested Bidders Should Log-in Or Register For A Free Account To View And Order Bid Documents. The Cost Of The Bid Documents Is Non-refundable And Must Be Purchased Through The Website (hard Copies And Digital). Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Marion County School District, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, They Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Sixty (60) Days. The Marion County School District Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. School Board Of Education Marion County School District Dates Of Publication: December 12 And 19, 2024
Closing Date14 Jan 2025
Tender AmountRefer Documents
Rapides Parish School Board Tender
Civil And Construction...+1Building Construction
United States
Details: Advertisement Or Invitation To Bid Rapides Parish School Board Improvements At Scott M. Brame Middle School (rpsb Bid #62-24-15a) Separate Sealed Bids For Improvements At Scott M. Brame Middle School (rpsb Bid #62-24-15a) Will Be Received By The Rapides Parish School Board At The Purchasing Department, 619 Sixth Street, Alexandria, Louisiana 71301, Until 2:00 P.m. (central Time), On February 26, 2025 And Then At Said Office Publicly Opened And Read Aloud. Any Bid Received After The Specified Time And Date Will Not Be Considered. The Instructions To Bidders, Bid Form, Agreement Between Owner And Contractor, Forms Of Bid Bond, Performance And Payment Bonds, Drawings And Specifications, And Other Contract Documents May Be Examined At The Following Location: Holly & Smith Architects 100 E. Vermilion Street, Suite 406 Lafayette, Louisiana 70501 (337) 279-2010 The Scope Of Work Includes: Five Classrooms, Including Two Cbt Classroom, Teachers Workroom, Restrooms And A New Gymnasium. Also Included Are Renovations To Existing Building And All Other Work Indicated In The Contract Documents. Complete Bid Documents, (drawings, Specifications & Addenda), Can Be Obtained At Www.centralauctionhouse.com. If You Are Not Currently A Subscriber, You Will Need To Apply For Access. Prospective Bidders Desiring Further Information Or Interpretations Of The Drawings And/or Specifications Shall Request Such Data Electronically Via Www.centerlinebidconnect.com. Answers To All Questions, Inquiries And Requests For Additional Information Will Be Issued In The Form Of Addenda To The Drawings And Specifications And Copies Of Each Addendum Will Be Posted On Www.centralauctionhouse.com. Refer To Instructions To Bidders. Pursuant To L.r.s. 38:2212.e.(1) Bidders Have The Option To Submit Bids And Bid Bonds Electronically. Electronic Bids For This Project May Be Submitted Through Central Bidding At Www.centralauctionhouse.com. To Register, Or For Assistance With Completing An E-bid, Contact Central Bidding At 225-810-4814 Or 866-570-9620. The Owner Reserves The Right To Reject Any Or All Bids For Just Cause. Such Actions Will Be In Accordance With Title 38 Of The L.r.s. A Non-mandatory Pre-bid Conference Will Be Held At 10:00 A.m. On February 12, 2025 At Scott M. Brame Middle School, 4800 Dawn Street, Alexandria, La. Attendance At This Conference Is Not Mandatory, But Strongly Encouraged In Accordance With R.s. 38:2212(b)(1), The Provisions And Requirements Stated In The Bidding Documents Shall Not Be Considered As Informalities And Shall Not Be Waived. Each Bidder Must Deposit With The Bid, Security In The Amount Of At Least Five Percent (5%) Of The Total Bid Price, As Described In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2218. The Successful Bidder Shall Be Required To Furnish A Performance Bond And Payment Bond, In An Amount Equal To 100% Of The Contract Amount, Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2219 A. (1)(a), (b) And (c). Any Person With Disabilities Requiring Special Accommodations Must Contact The Owner No Later Than Seven (7) Days Prior To Bid Opening. Rapides Parish School Board Attn: Ms. Elizabeth Domite, Chief Financial Officer 619 Sixth Street Alexandria, Louisiana 71301 Advertisement Dates: January 17, 2025 January 24, 2025 January 31, 2025
Closing Date26 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions

United States
Details: 1.0 Procuring & Administrative Contracting Office
air Force District Of Washington (afdw) Contracting Directorate (pk) Headquarters Air Force (haf) - Enterprise Support Division (pkh), Dodaac: Fa7014
2.0 Introduction
this Is A Sources Sought Notice (ssn) Which Is Being Released To Industry For Information Gathering And Planning Purposes Only Pursuant To Far Part 10 Market Research. This Ssn Is Not A Solicitation Nor Shall This Ssn Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quote (rfq). The Government Shall Not Award Any Contract Solely On The Basis Of This Ssn Nor Shall The Government Reimburse Any Contractor For Any Associated Costs They Incur To Submit A Capability Package To The Government In Response To This Ssn. This Market Research Notice Is Being Deployed To Bring Forth Qualified, Capable Sources And In No Way Shall Restrict The Government’s Final Acquisition Strategy, Planning, Or Requirements Refinement.
*note: Recipients Of This Ssn Are Hereby Advised That The Government Shall Not Accept Any Capability Package Submitted In Response To This Ssn Containing Extraneous, Unsolicited Material Or Content Which Does Not Conform To The Government’s Specific Questions And Request For Certain Procurement/contracting Data As Expressed Below. Additional Company Literature, Presentations, Pamphlets, Papers, Etc. Must Not Be Submitted In Response To This Ssn And Any Such Unsolicited Artifacts Shall Not Be Accepted Nor Reviewed By The Government. Recipients Of This Ssn Should Not Request An Extension Or More Time To Respond To This Ssn Regardless Of Circumstance.
3.0 Naics Code
the North American Industrial Classification System (naics) Code For This Ssn Is 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, And Related Services.
*note: A Small Business Firm Competing As A Prime Contractor Would Need To Perform At Least 50% Of The Total Requirement Form Within Its Own Company (see Far 52.219-14, Limitations On Subcontracting).
4.0 Background & Description Of Government’s Requirements
the Government Has A Potential Requirement To Provide Professional Support, Sustainment, And Modernization Of The Current A1 Virtual Data Center (a1 Vdc) Which Is A Fully Functioning Commercial Cloud Environment Capable Of Supporting Applications In The Air Force A1 And A1 Dta Portfolios, And For Building Out The A1 Multi-cloud Ecosystem (a1 Mce) Landing Zone. Commercial Professional Services Would Be Performed To Ensure Continued Operations Of The Existing Environment, Execution And Management Of Multi-cloud Ecosystems, Modernization/optimization (i.e. Enhancing Common Shared Services, Streamlining Processes, And Achieving Cost Efficiencies), Execution And Management Of Big Data And Ai Initiatives, Execution Of Emerging Technologies Across A Multi-cloud Ecosystem, And Increase Capabilities Of The Cloud Environment Per Applicable Information Technology (it) Guidance, As Well As, Dod And Air Force Directives/policies Across Multiple Impact Levels Including Il6.
5.0 Government Questions For Industry Response
1. Experience In Multi-cloud Ecosystems:
a. Does Your Company Have Experience Architecting, Implementing, Managing, And Optimizing A Multi-cloud Landing Zone Ecosystem Across Dod Impact Levels (il), Especially Il6, Within Dod Rmf And Cloud Computing Srg Standards?
b. If So, Is That Multi-cloud Ecosystems Experience From Performing As A Prime Contractor, Subcontractor, Integrator, Commercial Business Partner, Etc.?
c. If So, Describe Your Approach To Governance, Change Management, And Incident Response In Each Of Those Environments.
d. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
2. Optimization Of Common Shared Services:
a. Does Your Company Have Experience Delivering And Optimizing Common Shared Services (such As A Centrally Managed Devsecops Ci/cd Pipeline And Development Tools), Streamlining Processes, And Achieving Cost Savings Or Efficiencies Within A Multi-cloud Landing Zone Ecosystem?
b. If So, Include Your Methods For Integrating Governance Structures And Managing Change To Support Continuous Improvement.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
3. Artificial Intelligence Initiatives:
a. Does Your Company Have Experience Executing And Managing Artificial Intelligence (ai) Initiatives Across A Hybrid Multi-cloud Landing Zone Ecosystem?
b. If So, Explain Your Process/methodology, Including How You Architect And Implement Monitoring Guiderails Within That Hybrid Multi-cloud Landing Zone.
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
4. Big Data Initiatives:
a. Does Your Company Have Experience Executing Big Data Initiatives And Architecting Zero Trust Framework Architectures Across A Multi-cloud Landing Zone Ecosystem?
b. If So, How Did Your Company Incorporate Governance, Change Management, And Incident Response Strategies In Such Initiatives Across A Multi-cloud Landing Zone Ecosystem (explain Your Process And Methodology)?
c. If So, Provide Examples Of The Dod And/or Air Force Contracts Or Agreements That Required This Level Of Engagement.
5. Multi-cloud Management Technologies:
a. Does Your Company Have Experience With Emerging Technology Tools And Services Unique To Multi-cloud Landing Zone Ecosystems (e.g., Palo Alto Sase, Splunk, Elastic, Hashicorp, Aqua Security, Etc.)?
b. If So, Describe Your Company’s Experience/expertise In Implementing Microservices And Containerization Technologies Within The Environments Of Those Multi-cloud Landing Zone Ecosystems.
c. If So, Describe The Exact Technology Tools And Services That Your Company Used In Those Multi-cloud Landing Zone Ecosystems.
d. If So, Does Your Company Suggest Any New Technology Tools/services Or Recommend Any Proven Technology Tools/services That Can Facilitate Additional Value To The Environments Of Those Multi-cloud Landing Zone Ecosystems?
6. Subcontracting Dependencies:
a. If Your Company Has Experience Managing And/or Performing Requirements For A Multi-cloud Landing Zone Ecosystem, What Percentage Of That Work Was Performed By Your Company As A Subcontractor Versus By Your Company As The Prime Contractor (also, Explain Whether That Work Was Related To Managing And/or Performing)?
b. Would Your Company Need To Subcontract Significantly To Perform Most Of The Subject Requirements Identified Above And If So, Identify Each Of Those Requirements Where Subcontractors Would Need To Be Assigned?
c. Explain How Governance, Change Management, And Incident Response Processes Are Maintained Across Your Subcontractor Teams As Both The Prime Contractor Managing Assigned Subcontractors And As A Subcontractor Performing On Behalf Of The Prime Contractor.
d. Provide Examples Of Subcontracting Sources, Business Partnerships/relationships, Goals, And Plans Your Company Would Utilize To Ensure Performance Of All Subject Requirements.
6.0 Additional Information For Capability Packages
as Part Of The Capability Packages Submitted In Response To This Ssn, All Respondents Must Fully Address The Government’s Requested Related Procurement And Contracting Data Expressed Below Which Will Help During Other Pre-award Activities In The Future.
respondents Must Identify/provide The Contractor’s:
a. Company Name (full Legal Name And D.b.a., If Applicable);
b. Company Address;
c. Company Pre-award/proposal Team/business Development Point Of Contact (poc) By Name (first And Last);
d. Company Poc Email Address;
e. Company Poc Telephone Number;
f. Cognizant Dcma Office Code And Info (if Applicable);
g. Cognizant Dcaa Office Code And Info (if Applicable);
h. Cognizant Defense Security Office Code And Info (if Applicable);
i. Current Facility Classification Level (fcl);
j. Federal Cage Code And Unique Entity Id (sam.gov);
*note: A Company Must Be Registered In The System For Award Management (sam) To Be Considered Responsible For A Federal Contract Award. To Register Your Company, Go To Https://www.sam.gov.
k. Business Size (large Or Small) And Applicable Socioeconomic Categories (vosb, 8a, Hubzone, Sdb, Wosb, Etc.) For The Established Naics Code Established Above For This Ssn And For The Contractor’s Other Similar Naics Codes;
l. General Services Administration (gsa) Federal Supply Schedules (fss), Multiple Award Contracts (macs), Government-wide Acquisition Contracts (gwacs), Dod Enterprise Service Initiatives (esi), Indefinite-delivery Indefinite Quantity (idiq) Contracts, Agreements, And/or Blanket Purchase Agreements (bpas) That The Contractor Currently Holds And Authorizes Ordering From The Respective Air Force Contracting Office (provide The Respective Contract/agreement Numbers, Identify The Source Of The Procurement Vehicle, And Any Other Relevant Information);
*note: Some Examples Are….air Force Enterprise Sbeas Idiqs; Stars3, Alliant2, Vets2, And Oasis+ Gsa Gwacs; Nasa Sewp Gwac; National Institute Of Health (nih) Gwacs; Veterans Administration (va) Gwacs; Gsa Af 2git Bpas; Etc.
m. Examples/references/samples (no More Than 3) Of Recent And Relevant Performance (recent, Meaning Within The Last 3 Years And Relevant, Meaning The Same Or Similar Requirements Based On The Subject Requirements Identified Above); And
*note: For Each Example/reference/sample, Provide The Federal Contract/agreement Numbers, Commercial Company-to-company Purchase Order Numbers, Dates/pops, Total Dollars, Description Of Work/requirements, Significance Of Work, Percent Of Work Performed As Prime And Sub, Project Poc Name, Project Poc Email Address, And Project Poc Phone Number.
n. Company’s History, Capabilities, Experience, Strengths, And Weaknesses In Providing Professional Services Which Are Similar To And/or Consistent With The Government’s Requirements Detailed Above.
7.0 Mandatory Capability Package Instructions, Formatting & Deadline
interested Parties Shall Submit Capability Packages To The Government Which Meet All Formatting, Instructions, Limitations, And The Submittal Deadline As Expressed Below.
capability Packages Must Be Submitted To The Government:
a. Within The Confines Of 8 Total Pages;
b. Electronically Via One (1) Email Before The Established Ssn Deadline;
c. In Adobe Portable Document Format (.pdf) Format Only;
d. In A Digital File Size That Does Not Exceed 5mb;
*note1: If File Size Is 5mb Or Larger, The Government Will Not Receive The Respondent’s Email And Attached Document Due To Internal Dod And Air Force Message System Limits And Restrictions.
*note2: Respondent’s Must Not Submit A Zip File Because The Government Email System Does Not Allow Transmittal Of Zip Files.
e. Containing Unclassified Data/information/content Only;
*note: Capability Packages A Submitted To The Government In Response To This Ssn Shall Not And Must Not Contain Any Controlled Unclassified Information (cui), Classified, Secret, Or Top Secret Data/information/contents.
f. And Received At The Identified Government Office On Or Before 4:30 Pm (central Time Zone) On Thursday, 30 January 2025; And
g. Air Force Contracting Office Electronically Via Email To Ms. Brittney Devallon, Afdw/pkh Contract Specialist, At Brittney.devallon@us.af.mil.
8.0 Organizational Conflict Of Interest
the Government Would Also Like To Remind Companies Of Their Responsibility To Avoid And/or Mitigate Any Potential Organizational Conflict Of Interest (oci). Guidance Is Found In Federal Acquisition Regulation (far) Part 9.5. If A Company Has A Potential Oci Situation, They Must Submit And Have An Approved Mitigation Plan Prior To The Government’s Consideration Of Any Proposal For Award. Since The Approval Process Can Be Lengthy And Approval Of Any Plan Is Not Assured, It Is Highly Recommended That Potential Oci Identification And Resolution Processes Begin During The Planning Phase If Possible. An Oci Could Result In The Canceling Of A Contract Or Determining An Offeror To Be Ineligible For Award. Potential Oci Issues, And Mitigation Plans If Developed, Shall Be Included As An Attachment To Capability Package. Such Oci Attachment Shall Not Be Considered In The Capability Package Total Page Count.
Closing Date30 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence

United States
Details: Navair Appreciates Your Attention And Inputs On This Potential Action. As Of Right Now, Navair Has Decided To Pause This Requirement Until Further Notice. Any Updates Will Be Provided Via Sam.gov. Thank You.”
description
the Airborne Strategic Command, Control, And Communications (asc3) Program Office (pma-271) Is Conducting Market Research For A Competitive Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Contract (mac) In Support Of The E-6b Mercury Aircraft.
the Anticipated Request For Proposal Release Is First Quarter Fy2026.
the Anticipated Idiq Mac Award Is First Quarter Fy2027.
the Anticipated Ordering Period Is 10 Years.
the Results Of This Sources Sought Will Be Utilized To Determine The Interest, Availability And Technical Capability Of Both Large And Small Businesses (including The Following Subsets: Small Disadvantaged Businesses, Hubzone Firms, Certified 8(a), Service-disabled Veteran-owned Small Businesses, And Woman Owned Small Business) To Provide The Required Products And/or Services. As Such, All Eligible Small Businesses, To Include Those With Any Socio-economic Status, Are Encouraged To Respond.
the Execution Of Efforts Under This Mac Will Be Competitively Awarded Delivery And Task Orders. The Efforts Herein May Include Contractor Owned, Government Owned, Or A Combination Of Two And Will Be Specified At The Delivery Or Task Order Level.
specific Requirements
the Idiq Mac Scope Will Include Products And Services Such As, But Not Limited To, Engineering, Test, Facilities, Integrated Product Support (ips), Product Design, Development, Maintenance, Integration, And Logistics Support Services, To Support The Acquisition And Sustainment For The Life Cycle Of The E-6b, And Its Systems, System Of Systems (sos), Sub-systems, And Support Equipment (se). The Idiq Mac Scope Will Support The Take Charge And Move Out (tacamo), Airborne Command Post (abncp), Presidential National Voice Conferencing (pnvc), And Airborne Launch Control System (alcs) Missions, Plus Their Replacements, On The E-6b.
the Scope Of Work For Delivery And Task Orders Issued Under The Idiq Mac Are Anticipated To Include, But Are Not Limited To, The Following Functional Areas:
1. Mission Communications Systems And Integration
mission Communications Systems Are Integrated Into The E-6b And Provide Its Users With Data And Voice Connectivity To Other Aircraft, Ground-based Installations, And Surface Vessels. Capabilities Include Line Of Sight Radio In Multiple Bands/frequencies, Beyond Line Of Sight (blos) Communications, Satellite Communications (satcom), And Their Integration Into E-6b And Its Systems. Systems In This Functional Area Will Need To Interface With And Provide Data And/or Voice Communications To Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Delivery Orders And Task Orders (dos/tos) Within This Functional Area Are Expected To Include Mission Communications Systems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test.
2. Mission Systems Architecture Design, Development, And Integration
mission Systems Architecture Provides The Airborne Information Technology (it) Infrastructure And The Integration Of The Various Aircraft Avionics, Broadband Capabilities, And Mission Communications Systems To Support The E-6b Operational Mission. In Addition, The Very Low Frequency (vlf) Transmit And Receive System Provides A Vital Component Of The E-6b Operational Mission To Communicate With Critical Components Of The Nuclear Enterprise. Components And Systems Within This Functional Area With Need To Interface With And Support The Systems That Provide The Tacamo, Abncp, Pnvc, And Alcs Missions, And Their Replacements. Do/tos Within This Functional Area Are Expected To Include Mission Systems Architecture Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test.
3. Air Vehicle Maintenance, Modification, And Support
this Functional Area Supports The Sustainment And Modifications To The E-6b Air Vehicle. The Maintenance, Modification, And Improvement Of The E-6b Avionics, Flight Deck, And Aircraft Power, And Any Related Systems, Subsystems, And Components Is Required To Ensure The Viability Of The Aging E-6b Airframe. Do/tos Within This Functional Area Are Expected To Include Air Vehicle Systems And Subsystems Research, Development, Technical Studies, Cybersecurity, Design And Prototyping, Delivery Of Build-to-print Technical Data Packages (tdps) Suitable For Follow-on Competition, Production, Modification, Integration, Maintenance, And Test.
4. Systems Engineering
this Functional Area Supports Systems Engineering Analysis, Reviews, White-paper Creation, And Studies To Support All Aspects Of The Operation And Upkeep Of The E-6b And All Its Systems And Subsystems, As Well As Potential New Capabilities And Directed System Integration. This Support Includes Mass Properties, Weight And Balance, System Safety Engineering, Position, Navigation, And Timing (pnt), System Integration Design, System Specification Creation And Modification, And System Operation Analysis. Dos/tos Within This Functional Area Are Expected To Include Analyses, Studies, White Papers, And Support Of Systems Engineering Technical Review (setr) Events,
5. Software Design, Development, And Integration
this Functional Area Supports Software Development Activities In Support Of Aircraft Infrastructure, Mission Systems And Mission Communications Systems, Ground Infrastructure And Lab Setup And Integration, And The Sustainment And Support System (sass). Dos/tos Within This Functional Area Are Expected To Include Software Requirements Definition And Derivation, Design, Development, Test, Integration, Documentation, Delivery, Deployment, And Maintenance Of Software Components And Systems.
6. Systems Security Engineering
this Functional Area Supports Cybersecurity, Anti-tamper (at) And Cryptographic Encryption Analysis, Studies, And Products To Support The Secure And Reliable Operation Of The E-6b And Its Connectivity To Other Systems. Dos/tos Within This Functional Area Are Expected To Include Cybersecurity Analysis, Studies, Cross-domain Solutions (cds), Data, And Support Of The Risk Management Framework (rmf) Submissions By The Government, And Any Follow-on Or Similar Systems, To Support Interim Authority To Test (iatt) And Authority To Operate (ato) For The E-6b And Any Of It Systems, Subsystems, Ground Components, And Labs. Dos/tos Within This Functional Area Are Also Expected To Include Analyses, Studies, Data, And Other Needs Defined By The Government In Support Of Systems Security Engineering, At, And Cryptographic Encryption.
7. Sustainment And Product Support
logistics And Sustainment Activities Consist Of Providing Services That Are Required For Optimal Performance Of The E-6b And Related Components Throughout The Program Lifecycle. Logistics And Sustainment Activities May Include Contractor Logistics Support (cls), Life Cycle Sustainment, Supply Support, Depot-level Support, Organization-level Maintenance, Intermediate Field-level Maintenance, Repair And Refurbishment, Alteration Installation, Logistics And Sustainment Analyses, Maintenance Planning, Management, And Services, Packaging, Handling, Storage, And Transportation (phs&t), Training And Training Support, Operation And Operator Training Curriculum Development, Obsolescence Management, Diminishing Manufacturing Sources And Material Shortages (dmsms) Support, Inventory And Sparing Management, Documenting Technical Data/red-lines For Data/ Documents/drawings Updates, Part And System Identification, Labeling, And Marking, Developing Test Plans, Performance Testing, System Operational Testing, Test Instrument Installation And Removal, User Familiarization, Configuration Audits, Material Delivery/validation, Support Equipment, Providing Support To Operational Fleet Assets, Facilities And Infrastructure Support, Sparing, And Disposition Of Materials. Logistics And Sustainment Activities May Include Cross-domain Solutions Also Applicable To Unmanned Air Vehicles Or Unmanned Underwater Vehicles. Do/tos Within This Functional Area Are Expected To Include Logistics And Sustainment Research, Technical Studies, And Support Services.
eligibility
the Product Service Codes (psc) For These Requirements Are Anticipated To Include, But Are Not Limited To:
7a20 -it And Telecom - Application Development Software (perpetual License Software)
7j20 - It And Telecom - Security And Compliance Products (hardware And Perpetual License Software)
5831 - Intercommunication And Public Address Systems, Airborne
5826 - Radio Navigation Equipment, Airborne
5841 - Radar Equipment, Airborne
r425 - Support- Professional: Engineering/technical
r499 - Support- Professional: Other
r706 – Logistics Support Services
r699 – Support – Administrative: Other
r799 - Support- Management: Other
ac11 - National Defense R&d Services; Department Of Defense - Military; Basic Research
ac12 - National Defense R&d Services; Department Of Defense - Military; Applied Research
ac13 - National Defense R&d Services; Department Of Defense - Military; Experimental Development
6910 - Training Aids
1560 - Airframe Structural Components
1620 - Aircraft Landing Gear Components
1630 - Aircraft Wheel And Brake Systems
1730 - Aircraft Ground Servicing Equipment
1710 - Aircraft Landing Equipment
5342 - Hardware, Weapon System
c219 – Architect And Engineering – General: Other
5963 – Electronic Modules
ac31 - National Defense R&d Services; Defense-related Activities; Basic Research
ac32 - National Defense R&d Services; Defense-related Activities; Applied Research
ac33 - National Defense R&d Services; Defense-related Activities; Experimental Development
j015 - Maint/repair/rebuild Of Equipment- Aircraft And Airframe Structural Components
j016 - Maint/repair/rebuild Of Equipment- Aircraft Components And Accessories
the North American Industry Classification System (naics) Codes Are Anticipated To Include, But Are Not Limited To:
336411 - Aircraft Manufacturing
336413 - Other Aircraft Parts And Auxiliary Equipment Manufacturing
488190 - Other Support Activities For Air Transportation
541330 (exception 1) Military And Aerospace Equipment And Military Weapons
334111 - Electronic Computer Manufacturing
513210 - Software Publishers
541611 - Administrative Management And General Management Consulting Services
541715 - Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology)
334112 - Computer Storage Device Manufacturing
541618 - Other Management Consulting Services
541715 – Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology)
334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing
334220 - Radio And Television Broadcasting And Wireless Communications Equipment Manufacturing
please Note That Under A Small Business Set-aside, The Small Business Prime Must Perform At Least 50% Of The Work To Be Performed In Accordance With Far 19.505.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
submission Details
it Is Requested That All Interested Businesses Complete The Sources Sought Response Defined In Attachment 1, In Ms Word Format (ms 365 Compatible). All Responses Must Be Unclassified. If The Response Provided Contains Proprietary Information, It Must Be Marked Accordingly. Submitted Data Will Not Be Returned To The Responders.
interested Vendors Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice. Pma-271 Will Not Pay For Information Received In Response To This Sources Sought Notice.
do Not Submit Pricing Information In Response To This Sources Sought Notice.
the Sources Sought Response Shall Be Electronically Submitted To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil And Lisa Troccoli At Lisa.j.troccoli.civ@us.navy.mil In Accordance With The Response Date Identified Within This Posting. Questions Or Comments Regarding This Notice May Be Addressed To Randy Putnam At Randolph.a.putnam.civ@us.navy.mil.
Closing Date30 Apr 2025
Tender AmountRefer Documents
Rapides Parish School Board Tender
Civil And Construction...+1Building Construction

United States
Details: Advertisement Or Invitation To Bid Rapides Parish School Boardcherokee Elementary School Addition (rpsb Bid #62-24-09) Separate Sealed Bids For Cherokee Elementary School Addition (rpsb Bid #62-24-09) Will Be Received By The Rapides Parish School Board At The Purchasing Department, 619 Sixth Street, Alexandria, Louisiana 71301, 11:00 Am (central Time), On February 28, 2025 And Then At Said Office Publicly Opened And Read Aloud. Any Bid Received After The Specified Time And Date Will Not Be Considered. The Instructions To Bidders, Bid Form, Agreement Between Owner And Contractor, Forms Of Bid Bond, Performance And Payment Bonds, Drawings And Specifications, And Other Contract Documents May Be Examined At The Following Location: Holly & Smith Architects 100 E. Vermilion Street, Suite 406 Lafayette, Louisiana 70501 (337) 279-2010 The Scope Of Work Includes: A Single-story (6) Classroom Building Addition Including A Teacher’s Workroom, Restrooms, Resulting In A Floor Plate Of 9477 S.f. Also, Renovations Occurring In An Existing Classroom Building To Include Updated Finishes To Change Its Current Program To An Overflow Dining Space. Complete Bid Documents, (drawings, Specifications & Addenda), Can Be Obtained At Www.centralauctionhouse.com. If You Are Not Currently A Subscriber, You Will Need To Apply For Access. Prospective Bidders Desiring Further Information Or Interpretations Of The Drawings And/or Specifications Shall Request Such Data Electronically Via Www.centralauctionhouse.com. Answers To All Questions, Inquiries And Requests For Additional Information Will Be Issued In The Form Of Addenda To The Drawings And Specifications And Copies Of Each Addendum Will Be Posted On Www.centralauctionhouse.com. Refer To Instructions To Bidders. Pursuant To L.r.s. 38:2212.e.(1) Bidders Have The Option To Submit Bids And Bid Bonds Electronically. Electronic Bids For This Project May Be Submitted Through Central Bidding At Www.centralauctionhouse.com. To Register, Or For Assistance With Completing An E-bid, Contact Central Bidding At 225-810-4814 Or 866-570-9620. The Owner Reserves The Right To Reject Any Or All Bids For Just Cause. Such Actions Will Be In Accordance With Title 38 Of The L.r.s. A Non-mandatory Pre-bid Conference Will Be Held At 10:00 Am On February 18, 2025, At Cherokee Elementary School, 5700 Prescott Rd., Alexandria, La 71303attendance At This Conference Is Not Mandatory, But Strongly Encouraged. In Accordance With R.s. 38:2212(b)(1), The Provisions And Requirements Stated In The Bidding Documents Shall Not Be Considered As Informalities And Shall Not Be Waived. Each Bidder Must Deposit With The Bid, Security In The Amount Of At Least Five Percent (5%) Of The Total Bid Price, As Described In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2218. The Successful Bidder Shall Be Required To Furnish A Performance Bond And Payment Bond, In An Amount Equal To 100% Of The Contract Amount, Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2219 A. (1)(a), (b) And (c). Any Person With Disabilities Requiring Special Accommodations Must Contact The Owner No Later Than Seven (7) Days Prior To Bid Opening. Rapides Parish School Board Attn: Ms. Elizabeth Domite, Chief Financial Officer 619 Sixth Street Alexandria, Louisiana 71301 Advertisement Dates: January 31, 2025 February 7, 2025 February 14, 2025
Closing Date9 Apr 2025
Tender AmountRefer Documents
Rapides Parish School Board Tender
Civil And Construction...+1Building Construction

United States
Details: Advertisement Or Invitation To Bid Rapides Parish School Board J.b. Nachman Elementary School Addition (rpsb Bid #62-24-14) Separate Sealed Bids For J.b. Nachman Elementary School Addition (rpsb Bid #62-24-14) Will Be Received By The Rapides Parish School Board At The Purchasing Department, 619 Sixth Street, Alexandria, Louisiana 71301, 11:30 A.m. (central Time), On December 19, 2024 And Then At Said Office Publicly Opened And Read Aloud. Any Bid Received After The Specified Time And Date Will Not Be Considered. The Instructions To Bidders, Bid Form, Agreement Between Owner And Contractor, Forms Of Bid Bond, Performance And Payment Bonds, Drawings And Specifications, And Other Contract Documents May Be Examined At The Following Location: Holly & Smith Architects 100 E. Vermilion Street, Suite 406 Lafayette, Louisiana 70501 (337) 279-2010 The Scope Of Work Includes: Renovations And Additions To The Existing Administrative Office Building And School Entry. New Additional Paved Parking, Selective Re-glazing Of Windows At The Main Classroom Building. Led Re-lamping Of All Interior Lighting On Campus, And Total Renovation Of Two Restrooms In The Main Classroom Building As Indicated Within The Bidding Documents. Complete Bid Documents, (drawings, Specifications & Addenda), Can Be Obtained At Www.centralauctionhouse.com. If You Are Not Currently A Subscriber, You Will Need To Apply For Access. Prospective Bidders Desiring Further Information Or Interpretations Of The Drawings And/or Specifications Shall Request Such Data Electronically Via Www.centerlinebidconnect.com. Answers To All Questions, Inquiries And Requests For Additional Information Will Be Issued In The Form Of Addenda To The Drawings And Specifications And Copies Of Each Addendum Will Be Posted On Www.centralauctionhouse.com. Refer To Instructions To Bidders. Pursuant To L.r.s. 38:2212.e.(1) Bidders Have The Option To Submit Bids And Bid Bonds Electronically. Electronic Bids For This Project May Be Submitted Through Central Bidding At Www.centralauctionhouse.com. To Register, Or For Assistance With Completing An E-bid, Contact Central Bidding At 225-810-4814 Or 866-570-9620. The Owner Reserves The Right To Reject Any Or All Bids For Just Cause. Such Actions Will Be In Accordance With Title 38 Of The L.r.s. A Non-mandatory Pre-bid Conference Will Be Held At 9:00 A.m. On December 10, 2024 At J.b. Nachman Elementary School, 4102 Wakefield Blvd. Alexandria, La 71303attendance At This Conference Is Not Mandatory, But Strongly Encouraged. In Accordance With R.s. 38:2212(b)(1), The Provisions And Requirements Stated In The Bidding Documents Shall Not Be Considered As Informalities And Shall Not Be Waived. Each Bidder Must Deposit With The Bid, Security In The Amount Of At Least Five Percent (5%) Of The Total Bid Price, As Described In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2218. The Successful Bidder Shall Be Required To Furnish A Performance Bond And Payment Bond, In An Amount Equal To 100% Of The Contract Amount, Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2219 A. (1)(a), (b) And (c). Any Person With Disabilities Requiring Special Accommodations Must Contact The Owner No Later Than Seven (7) Days Prior To Bid Opening. Rapides Parish School Board Attn: Ms. Elizabeth Domite, Chief Financial Officer 619 Sixth Street Alexandria, Louisiana 71301 Advertisement Dates: November 22, 2024 November 27, 2024 December 4, 2024
Closing Date29 Jan 2025
Tender AmountRefer Documents
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Building Construction

United States
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The A Building Of George County Center, In Lucedale, Ms Until 2:00 Pm, Local Time, On Tuesday, January 7th, 2025, And Then And There Publicly Opened And Read For The Following Project: George County A Building Renovations George County Center Lucedale, Mississippi Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 31, 2024 November 7, 2024
Closing Date9 Jan 2025
Tender AmountRefer Documents
Highland Hills Medical Center Tender
Civil And Construction...+1Civil Works Others
United States
Details: Section 001113 - Advertisement For Bids Advertisement For Bids Tate County Hospital Dba: Highland Hills Medical Center Will Receive Sealed Or Electronic Bids In Their Board Room Located At 401 Getwell Drive – Senatobia, Ms Until 11:00 A.m. Cst On Thursday May 1, 2025 For The Following: Bid Number 24-5021 Highland Hills Medical Center Hvac, Re-roofing & Electrical Upgrades | Senatobia, Ms Bid Packages: Roofing Hvac And Plumbing Electrical General Trades Project Specific Questions Shall Be Directed To Lpk Architects, P.a., 821 22nd Avenue, Meridian, Ms 39301, (601) 693-9990. Construction Documents Can Be Obtained From Www.lpkplanroom.com In Hard Copy Or Digital Format. Bidders Can Contact Ph Bidding For Any Questions At 662-407-0193. Digital Documents Can Also Be Purchased From Central Bidding At Www.centralbidding.com Or May Be Viewed At Highland Hills Medical Center. Electronic Bids Can Be Submitted At Www.centralbidding.com. Note That All Bids Submitted Electronically Shall Be Submitted In A Reasonable Amount Of Time Prior To The Bid Opening To Ensure Proper And Timely Processing. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. At Stated Time, Bids Shall Be Opened Publicly And Read Aloud. No Bid Shall Be Accepted Or Considered After Such Scheduled Time. Bids Are To Be Received In Full Compliance With Mississippi Code 1972, Section 31-3-1 Et Seq And Section 31-7-13. Awards Are Based On Conditions Stated In The Instructions To Bidders, Specifications, & Indicated On Drawings. Bids Shall Be Submitted In Duplicate On Proposal Form Provided And Accompanied By A Bid Bond Or Security In An Amount Equal To At Least 5% Of The Amount Of The Submitted Base Proposal. Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who Fails To Carry Out The Terms Of The Accepted Bid And/or Execute The Contract And Post Performance And Payment Bonds As Required Within The Time Specified. Bidders Must Hold A Certificate Of Responsibility To Comply With Sections 31-3-1 Through 31-3-23 Mississippi Code Of 1972 And Amendments Thereto And Be Licensed By The Mississippi State Tax Commission. As Per Section 31-3-21, All Bids Submitted For Private Projects Where Said Bid Is In Excess Of $50,000 Shall Contain On The Outside Of The Envelope The “contractor’s Current Certificate Of Responsibility Number”. No Bid Shall Be Opened Unless Such Certificate Number Appears On The Envelope Or Unless There Appears A Statement On The Outside Of The Envelope To The Effect That Bid Enclosed Therewith Did Not Exceed $50,000. The Certificate Of Responsibility Number Or Statement As Thus Noted; The Bid Name (highland Hills Medical Center / Hvac, Re-roofing & Electrical Upgrades); And The Bidder’s Name And Address Must Be Clearly Indicated On The Outside Of The Sealed Bid Envelope Or Said Bid Will Not Be Opened And/or Considered. No Bid May Be Withdrawn After Opening Of Bids For A Period Of Sixty (60) Days. Owner Reserves The Right To Reject Any Or All Bids And To Waive Informalities. A Pre-bid Conference Is Scheduled For: Thursday, April 17, 2025 At 10:30 A.m. Cst At Highland Hills Medical Center Board Room Located At 401 Getwell Drive – Senatobia, Ms Advertise: April 2, 2025 April 9, 2025
Closing Date1 May 2025
Tender AmountRefer Documents
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Civil Works Others

United States
Details: 2024-75 Advertisement To Bid Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The Support Services Building On The Perkinston, Campus, Until 3:00 Pm, Local Time, On Thursday, January 14th, 2025, And Then And There Publicly Opened And Read For The Following Project: Weathers Wentzel Renovations Perkinston Campus Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of 2024-75 Advertisement To Bid Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 29, 2024 November 5, 2024
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis: Request For Architectural And Engineer 330 Submission
solicitation: 36c25525r0048, Prepare Site For Cath Lab Equipment
project No. 589a7-25-503
contract Information
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 For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work.
this Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaam 836.6 Implemented In Far Subpart 36.6.
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 Architectural And Engineer (a&e) Contractors That Meet The Professional Requirements.
after The Evaluation Of Sf330 Submissions In Accordance With The Evaluation Criteria, Three Or More Of The Most Highly Qualified Firms Will Be Chosen For Interviews To Present Their Approach To The Design To Arrive At Selection Of The Number One Firm For Negotiations. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. The Contract Is Anticipated To Be Awarded No Later Than July 1, 2025.
award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
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 (jennifer.hill@va.gov).
personal Visits To Discuss This Announcement Will Not Be Allowed.
the Naics Code For This Procurement Is 541310, Architectural Services And The Small Business Size Standard Of $13 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 209 Calendar Days Including Time For Va Reviews. The A/e Firm Shall Also Be Required To Perform Construction Period Services If Award Of A Construction Project Contract Is Made.
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 Vetcart Pages Database, Now Veteran Small Business Certification (sba.gov), Shall Be Considered.
system For Award Management (sam.gov):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam.gov) Database At Https://sam.gov/content/ 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.gov Prior To Submitting Their Qualifications Package.
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 Https://sam.gov/content/ 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.
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)
qualified A-e Firms Are Required To Respond If Interested By Submitting One (1) Original Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: : Http://www.gsa.gov/portal/forms/download/116486).â 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 Must Be In Pdf And Emailed.
completed Package Shall Be Delivered On Or Before April 1, 2025, By 10:00 Am Ct To The Following Email Address: Jennifer.hill@va.gov.
email Subject Line Shall Clearly Identify Solicitation Number: 36c25525r0048 And Project Name Prepare Site For Cath Lab Equipment Project No. 589a7-25-503
the 330 Submission Must Be A Pdf Document And Must Be Below 10 Mg.
project Information
589a7-25-503 Prepare Site For Cath Lab Equipment
scope Of Work:
a/e Shall Design The Renovation Of Existing Space In Building 2. This Design Will Renovate Approximately 1500 Sf Of Space To Be Used As Image Guided Catheterization Laboratory Suites. The Design Will Include The Associated Control Room And Equipment Rooms.
as Part Of Initial Design Development, A/e Shall Review Proposed Site And Evaluate Feasibly And Constructability As Well As Suggest Potential Alternatives. Construction Will Consist Of But Is Not Limited To, The Following: Replacement Or Relocation Of Mep Equipment, Necessary Demolition And Removal; New And Reconfigured Partitions; Mechanical, Plumbing, Lighting, Fire Protection, And Electrical Systems Upgrades (as Necessary); New Interior Finishes To Ceiling, Walls, Doors, And Flooring; New Casework; Site Preparation For Installation Of Government Furnished Equipment. The Design Will Also Include Any Necessary Changes To The Room Shielding.
construction May Also Include The Abatement Of Any Asbestos As Identified On The Provided Drawings. The Construction Of This Project Will Take Place In A Very Busy Occupied Building And Is To Be Completed To Allow Medical Care Functions To Be Maintained Uninterrupted Throughout Construction Necessitating Carefully Phased Construction And Coordination With Va Cor/users. The A/e Shall Make Investigations Necessary To Thoroughly Evaluate The Area, Including Interviewing The Staff Impacted Because Of This Project. All Design Shall Be In Accordance With A/e Submission Instructions For Minor And Nrm Construction Program, Program Guide Pg -18 -15, Volume C, And All Va Supplemental Physical Security Directives.
evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is Considered To Be One Page (i.e. Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50 Page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description.
the Vaar Clause 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (attached) Shall Be Returned Completed As A Separate Document In The Submission Email That Does Not Count Towards The 50 Pages. Submissions That Do Not Include A Completed And Signed Copy Of 852.219-75 Will Be Found Nonresponsive And Shall Be Excluded From Further Consideration.
responses Must Reference 36c25525r0048 And Project 589a7-25-503 Prepare Site For Cath Lab Equipment.
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 589a7-25-503 Prepare Site For Cath Lab Equipment Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
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. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project.
key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To:
project Manager
lead (supervisory) Architect/designer
commissioning Agent
fire Protection Engineer
electrical Engineer
plumbing Engineer
mechanical Engineer
quality Assurance
healthcare Planner
cost Estimator
structural Engineer
key Positions Are Listed In Descending Order Of Importance And Will Be Evaluated The Same. A/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List.
specialized Experience And Technical Competence: A/e Firms Must Have Specific Experience And Technical Skill In The Type And Scope Of Work Required For Successful Design Of Fire Alarm Systems For A Hospital Or Medical Center Of The Same Size And Scope As This Project. An Active Facility Which Operates 24 Hours A Day And 7 Days A Week May Be Substituted. Additionally, Experience With Renovations And New Construction At Existing Medical Facilities (or Similarly Active Facilities), Including, Where Appropriate, Renovating Of Occupied Space For Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Considered. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team Must Be Presented For Evaluation.
submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following:
project Title, Contract Number, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order.
period Of Performance, Including Start And Completion Dates.
total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost.
federal, State, Or Private Enterprise Contract?.
the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
the Management Approaches.
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Federal, State, And Local Standards.
capacity: 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 General Workload And Staffing Capacity Of The Design Office Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. In Accordance With Vaar 852.219-10(c)(1), Prime Contractors Shall Clearly Demonstrate How They Will Meet The Requirement That At Least 50 Percent Of The Design Work Be Accomplished By Employees Of The Concern Or Employees Of Eligible Service-disabled Veteran Owned Small Business Subcontractor/consultant.
past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project.
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 Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) May Be Submitted With The Sf330. 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.
evaluations May Also Include Additional Performance Related From The Firm, 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.
evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated.
location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 1000-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 1000 Mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e. Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 1000 Mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Higher Score On Evaluations.
architectural Prime Contractors Whose Primary Physical Business Address Is Outside A1000-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations.
architectural Prime Contractors Are Required To Verify The Primary Physical Business Address (described Above) As Part Of The Sf330 Response. If The Information Cannot Be Verified As Required, The Sf330 Will Be Found To Be Nonresponsive And Will Not Receive Further Consideration.
sf 330 Submissions From Companies Located Outside The Borders Of The United States Of America Shall Not Be Considered.
claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.
Closing Date1 Apr 2025
Tender AmountRefer Documents
2151-2160 of 2253 archived Tenders