Architect Tenders

Architect Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice presolicitation Notice presolicitation Notice *=required Field presolicitation Notice this Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued. project: 534-23-106 Ae Upgrade Mechanical Systems Phase 2 work Location: Ralph H. Johnson Health Care System, Charleston, Sc estimated/target Completion Period: 360 Calendar Days After Award. construction Magnitude: Between $5,000,000 And $10,000,000 naics: 541310 Architectural Services small Business Standard: $12.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 01, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 10:00 Am (est) February 5, 2025. project Overview: provide Professional Architect/engineer (a/e) Services Necessary For A Complete Design To Replace The Main Laboratories Air Handling Unit, Correct Hvac And Mechanical Systems Deficiencies, And Provide Compliant Temperature Control And Air Change Requirements By Areas As Defined In The Limits Of Work. Additional Scope Includes Assessment And Replacement Of Isolation Exhaust Systems And Steam-to-hot Water Heat Exchangers And Associated Pumps Located In Penthouse, Specialty Clinics, And Eye Specialty Clinic. The Project Will Include Temporary Hvac Considerations And Phasing To Enable Continued Operations. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov/ vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. sf 330 Selection Criteria: Evaluation Of Submission Requirements And Selection Criteria Are Provided Below And Listed In Relative Order Of Importance. note: Failure To Meet An Acceptable Submission Requirements For Each Criteria Will Result In The Entire Submission Being Denied For Further Evaluation. phase 1 Submission Requirements objective Scoring: Acceptable Submissions Meets All Submission Requirements Unacceptable Submission Fails To Meet At Least One Submission Requirement specialized Experience And Technical Competence In The Type Of Work Required. submission Requirements: sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length. submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior; at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete; projects/data Submitted Shall Be Projects With Total Construction Costs Of $6,000,000 And Greater; projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). cpar And Ppq Reports Will Not Count Towards Page Limitations. professional Qualifications Necessary For Satisfactory Performance Of Required Services. submission Requirements: complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual. the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.). key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. experience In Construction Period Services. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. capacity To Accomplish The Work In The Required Time. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offerors Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . phase 2 Evaluation Of Selection Criteria specialized Experience And Technical Competence In The Type Of Work Required. basis Of Evaluation: specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation. specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation. specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automatic System Design, And Mechanical/electrical System Design. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. basis Of Evaluation: past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; timely Delivery Of Quality Work; the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; successful Implementation Of A Quality Control Plan And Quality Control Procedures; addressing Design Errors/omissions Timely; adherence To Approved Schedules; And, history Of Timely And Professional Communication And Cooperative Behavior. include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. adjectival Rating: offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award. if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory . professional Qualifications Necessary For Satisfactory Performance Of Required Services. basis Of Evaluation: evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. adjectival Scoring: offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award. experience In Construction Period Services. basis Of Evaluation: experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. provide A Narrative Describing The Below Services, But Not Limited To: professional Field Inspections, Both Scheduled And Emergent; maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; providing Timely And Complete Responses To Requests For Information; providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; providing Record Drawing Documentation; process For Correcting Design Errors/omissions Identified During Construction; And, other Requirements Defined Under Cps In The Statement Of Work. capacity To Accomplish The Work In The Required Time. basis Of Evaluation: identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. data Is Acceptable In Tables Or Charts. capacity < 25% Shall Be Rated Not Greater Than Satisfactory. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area. if Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature. adjectival Scoring: offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory . the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. selection Process: federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). the Following Format Shall Be Used: cover Page With Solicitation Number, Project Title table Of Contents sf 330 S copy Of Current A/e License copy Of Current Vetbiz.gov Sdvosb Certification uei Number cage Code tax Id Number the E Mail Address And Phone Number Of The Primary Point Of Contact. all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Jennifer Smith, Contract Specialist At Jennifer.smith19c497@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Be In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. attachments: see Attached Document: Ae Past Performance Questionnaire And Cover Letter.

Al Ova Jiho Esk Galerie Tender

Czech Republic
Closing Date19 Jan 2025
Tender AmountRefer Documents 
Details: The Subject Of The Design Competition Will Be The Comprehensive Architectural Design Of The New Building Of The Alšova South Bohemian Gallery Museum On Senovážné Square In České Budějovice. The Selected Architect/general Designer Team Will Subsequently Process All Project Phases Of The Investment Plan. The Purpose Of This Preliminary Notice Is To Survey The Market Regarding The Interest Of Potential Suppliers In The Proposal Competition. More Detailed Information On The Market Research Is Published On The Profile Of The Client. This Is Not A Preliminary Market Consultation. Publication Of The Preliminary Information Notice Does Not Initiate The Design Competition; The Contest Will Be Initiated With The Announcement Of The Contest Commencement..

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

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
Closing Soon6 Feb 2025
Tender AmountKGS 180.9 K (USD 2 K)
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Gasoline AI 92

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
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.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: 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.

Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender

Goods
Others
Kyrgyzstan
Closing Date10 Jan 2025
Tender AmountKGS 1.9 Million (USD 22.8 K)
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Purchasing a Passenger Car

Ministry Of The Interior Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
France
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: In 2024, a Contemporary Architecture Photography Campaign in Morbihan Was Led by Photographer Kourtney Roy at the Request of the Ddtm of Morbihan. It Is Planned to Publish This Work; To Do This, It Is Necessary to Supplement the Photographs with Graphic Documents and Explanatory Texts in Order to Present These Remarkable Architectures More Precisely. If Photography Indeed Makes It Easy to Present Buildings and Reach a Wide Audience, Technical and Analytical Information Are Essential to Understand and Respect the Qualities of Constructions, Whether for Visitors, Amateurs, Owners or Project Leaders. The Approach to Raising Awareness of Contemporary and Modern Architecture Does Not Aim to Protect But to Highlight and Stimulate the Desire for Architecture. The architect's approach is to respond as best as possible to today's uses and construction practices. Knowledge of architecture is a prerequisite for any proper consideration of the context, potentials and constraints, in the same way as geography or climate.

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Statement Of Work troy Lock Automatic Transfer Switch Replacement albany Field Office (afo), Troy, Ny sw-1 Location: Albany Field Office, Troy, Ny. Arrangements For Entrance Onto Afo Must Be Made By Contacting Afo At (518) 273-0870 Between The Hours Of 7:00 A.m. And 3:00 P.m., Monday Through Friday. Access Is Restricted, Escorts Shall Be Provided By Albany Field Office Personnel. sw-2 Scope Of Work: The Work Covered In This Contract Consists Of Furnishing All Labor, Expertise, Equipment, Materials, Facilities, Transportation, And Appliances Necessary To Perform Operations In Connection With The Work Described In Paragraph Sw-3. It Is The Intent Of The Government For The Contractor To Provide A Complete And Useable System. Any Relevant Details Required For A Complete System That Are Omitted In The Contract Plans And Specifications Will Be Provided By The Contractor At No Cost To The Government. sw-3 Summary Of Work: Work Shall Consist Of But Is Not Limited To The Following: remove Existing Automatic Transfer Switch (ats) And Furnish And Install A With New Ats Of An Appropriate Type, Rating, And Size For The System (see Characteristics Below). Contractor Will Dispose Of The Removed Ats. Functionally Test The Ats After Installation Per The Troy Lock Ats Specifications. See Attached Drawing And Specifications For More Details. Continuous Temporary Power To The Lockhouse Will Be Required During The Ats Replacement. The Lock And Lockhouse Shall Not Be Without Power For More Than 30 Minutes. The Ats And Connected Switchgear Are All Outside. ats Requirements– 208v 600a, 3 Phase, 4 Wire, 35,000 A.i.c., Nema 3r With Maintenance Bypass. The New Ats Will Have A Manual Actuation Handle In Addition To The Automatic Function. The New Ats Must Be Service Rated. current Ats (for Information Only): Asco 300 Series. See Attached O+m Manual the Contractor Shall Conduct A Load Test Of The Existing Generator Up To 80% Of Its Maximum Load For Three Hours And Prepare A Report Documenting The Load Test And Its Results. as Part Of Functional Testing Of The Ats, The Contractor Shall Troubleshoot And Document Issues Encountered In A Report. sw-4 Timing Of Work: Workdays For Which The Lock Shall Be Without Power For Any Length Of Time Shall Be Scheduled No Less Than Two Weeks In Advance To Allow For Posting Of Notice To Mariners. The Period Of Performance Is 30 Days After 15 April, 2025. The Contractor Shall Notify The Government Of Any Material Delays They Encounter. sw-5 Codes & Standards: All Work Performed Under This Contract Shall Be In Accordance With Federal, State And Local Codes & Standards, As Well As Widely Accepted Industry Standards, Including But Not Limited To: American Institute Of Architects, American Institute Of Electrical Engineers, American National Standards Institute, American Society Of Mechanical Engineers, American Society Of Testing Materials, National Bureau Of Standards, National Electric Code, National Fire Protection Association, National Electric Code, Occupational Safety & Health Administration, Rubber Manufacturers Association, Underwriters Laboratories, And The New York Dot Standard Specification. Additionally, All Requirements Of The New York Department Of Health Must Be Satisfied In Their Entirety For Any Work Performed Or Materials Bought Under This Contract. Failure To Comply With Any Of The Aforementioned Codes And Standards Shall Be Considered As A Failure To Comply To Contract Specifications. sw-6 Utilities: Contractors Shall Coordinate With All Local Utilities Having Jurisdiction. The Local Power Utility Company Is National Grid. sw-7 Materials: The Materials Shall Conform To Specifications, Applicable Industry Codes And Standards And The Manufacturer's Recommendations, Whichever Is More Stringent. Certificates Of Compliance And Technical Data Sheets Are Required For All Materials Supplied. sw-8 Site Inspection: The Contractor Shall Have The Opportunity To Visit The Site Before The Bid Opening. The Contractor Is Required To Acknowledge At Time Of Bid Opening That Said Contractor Has Inspected And Is Fully Cognizant Of Conditions At The Site. No Allowance Or Consideration Will Be Given After Award For Any Condition Which Existed At The Time Of The Site Visit. sw-9 Security And Facility Access: The Contractor Shall Be Granted Access To The Afo Site. Contractor Personnel Must Sign In At The Administration Building When They Arrive On Site And Sign Out Before They Leave The Site. The Government Reserves The Right To Deny Access To Any Person, With No Consequence To The Contract. 1. General Security Requirements And Guidance: The Security Requirements Described Below Apply To All Contract Personnel (including Employees Of The Prime Contractor ("contractor") And All Subcontractor Employees) Supporting The Performance Requirements Of This Contract. The Contractor Is Responsible For Compliance With These Security Requirements. Questions Regarding Security Matters Shall Be Addressed To The Designated Government Representative (e.g., Contracting Officer Representative (cor), Requiring Activity (ra) Representative, Or Contracting Officer (if A Cor Or Other Ra Representative Is Not Appointed)). Contract Personnel Are Critical To The Overall Security And Safety Of Us Army Corps Of Engineers (usace) Installations, Facilities And Activities, And Security Awareness Training Contributes To Those Efforts. The Department Of Defense (dod) And Army Security Training Requirements Specified Below, If Applicable, Are Performance Requirements; All Applicable Contract Personnel Shall Complete Initial Training Within 30 Days Of Contract Award Or The Date New Contract Personnel Begin Performance On The Contract. Within Five Business Days From The Completion Of Training, The Contractor Shall Provide Written Documentation (e.g., Email Or Memorandum) To The Government Representative. The Documentation Shall Include The Names Of Contract Personnel Trained And Which Training They Completed; The Contractor Shall Maintain Training Records As Part Of Their Contract Files And Be Prepared To Provide Copies Of Training Certificates To The Government Representative. Contractor Personnel And Vehicles Are Subject To Search When Entering Federal Installations. Additionally, All Contract Personnel Shall Comply With Force Protection Condition (fpcon) Measures, Random Antiterrorism Measures (commonly Referred To As "rams"), And Health Protection Condition (hpcon) Measures. The Contractor Is Responsible For Meeting Performance Requirements During Elevated Fpcon And/or Hpcon Levels In Accordance With Applicable Ra Plans And Procedures --this Includes Identifying Mission Essential And Non-mission Essential Personnel. In Addition To The Changes Otherwise Authorized By The Changes Clause Of This Contract, Should The Fpcon Or Hpcon Levels At Any Individual Facility Or Installation Change, The Government May Implement Security Changes That Affect Contract Personnel. The Contractor Shall Ensure All Contract Personnel Are Aware Of Their Security Responsibilities, Including Any Site-specific Requirements Identified In Local Policies Or Procedures. 2. Physical Security And Access Control Requirements: All Contract Personnel Requiring Physical Access To A Federal Installation Or Facility Shall Comply With The Access Control Procedures Of That Location. Contract Personnel Requiring Unescorted Access To Meet Contract Performance Requirements On A Dod Installation In The Us Shall Be Vetted By The Installation/facility Provost Marshal/directorate Of Emergency Services/security Office Using The National Crime Information Center-interstate Identification Index (commonly Referred To As "ncic-111") And Terrorist Screening Database (commonly Referred To As "tsdb"). Contract Personnel Shall Comply With All Personal Identity Verification Requirements Specified In Installation/facility Policies And Procedures. Contract Personnel Who Do Not Meet Requirements For Unescorted Access To Usace Facilities Shall Coordinate Escorted Access With The Government Representative, As Needed. Contract Personnel Who Receive Keys, Access Cards, Or Lock Combinations That Provide Access To Government-owned Property Shall Comply With Key And Lock Control Procedures Of The Ra. sw-10 Safety: Compliance With Osha And Other Applicable Laws And Regulations For The Protection Of Employees Is Exclusively The Obligation Of The Commercial Contractor. Government And Contractor Employees Must Comply With The Corps Of Engineers Safety Manual Em 385-1-1. All Contractors And Employees Will Attend A Pre-construction Meeting Prior To Project Work Beginning. sw-11 Clean-up: Clean-up And Remove Debris Generated By This Contract To An Approved Off-site Location. Two (2) Copies Of The Receiving (tipping Or Dumping) Tickets, With A Cover Letter From The Prime Contractor Stating The Full Name And Address Of The Location To Which Debris Was Taken. sw-12 Government Resources: No Government Resources Shall Be Made Available To The Contractor, Unless Otherwise Stated In This Statement Of Work. The Contractor Shall Provide For All Necessary Resources To Provide A Complete And Usable Facility Or Systems As Described In The Contract Documents. The Contractor Shall Not Obligate Government Resources In Any Manner. The Government Shall Seek Remedy For Any Obligation Or Encumbrance Imposed By The Contractors Actions. Government Resources Include, But Are Not Limited To, Government Owned Materials, Equipment, Tools, Vehicles, Personnel, And Facilities. sw-13 Supplemental Attachments: troy Lock Electrical One Line Riser Diagram troy Lock Ats Specifications asco 300 Series Operation And Maintenance Manual generator Data Plate power System Analysis
481-490 of 500 archived Tenders