Architect Tenders
Architect Tenders
Department Of Human Settlement And Urban Development Quezo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. F. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Soon10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
Al Ova Jiho Esk Galerie Tender
Czech Republic
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..
Closing Date19 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
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.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Goods
Civil And Construction...+2Others, Construction Material
Kyrgyzstan
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Gasoline AI 92
Closing Date6 Feb 2025
Tender AmountKGS 180.9 K (USD 2 K)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
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: 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 Date6 Jan 2025
Tender AmountRefer Documents
Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz With RCC Tender
Goods
Others
Kyrgyzstan
Purchaser Name: Issyk Kul Region Upr On Urban Planning And Architect State Agency Arch, Build And Residential com hoz | Purchasing a Passenger Car
Closing Date10 Jan 2025
Tender AmountKGS 1.9 Million (USD 22.8 K)
Ministry Of The Interior Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
France
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.
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
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
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration.
2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center.
3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal.
a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
(1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning.
(2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act.
(3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods.
(4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc).
(5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage.
(6) Design Of Building Stabilization And Structural Shoring And Bracing Systems.
(7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together.
b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm.
c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources.
d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines.
e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation.
f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort.
g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb.
4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025.
point Of Contact: Jordan Moran, (917) 908-8121
email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
Closing Date21 Jan 2025
Tender AmountRefer Documents
511-520 of 532 archived Tenders