Architect Tenders

Architect Tenders

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice sources Sought Notice page 12 Of 12 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 12 this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. exsisting Conditions: the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes. scope Of Service Required 1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments. 2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions. 3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads. 4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities. 5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available. 6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary. 7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.) 8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1). 9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications. 10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound. 11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created. 12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e. a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access. b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including: i. Full Name ii. Company Name iii. Email Address iv. Role/position On The Project c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days. d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor. e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc. 13. Provide Design, Construction, And Post-construction Services As Listed Below. a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s. Location canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424 cost Range estimated Construction Cost Range: Between $5,000,000 And $10,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. (2) Specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To: experience With Design Of Inpatient Medical Care Facilities. experience With Design Of Multifunctional Offices. experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities; experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals). experience With Government Designs And Construction. experience With Extensive Site Survey Skills submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1. (3) Capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates (4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. (5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424. v. This Distance Is Determined According To Http://maps.google.com/ vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government. (6) Veteran Owned: 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. (7) Construction Period Services: 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. (8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. (9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm. (10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years. submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. evaluation Scoring evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows: outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low. good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate. marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High. unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement. the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract. unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract. no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1. Cover Page With Solicitation Number, Project Number And Title 2. Table Of Contents 3. Copy Of Valid State Registration For Each Lead Designer 4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification 5. Duns Number 6. Cage Code 7. Tax Id Number 8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Drainage Work
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 557-24-102 Correct Critical Fca Sanitary And Storm Water Deficiencies work Location: Carl Vinson Va Medical Center, Dublin, Ga 31021 estimated/target Completion Period: 240 Calendar Days After Award. construction Magnitude: Between $5,000,000 And $10,000,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Purpose Of This Design Project Is To Provide For The Design To Repair The Campus Storm Sewage System From Roof Gutters, Downspouts, And Ground Connections Through Terracotta Pipe To Original Brick Manholes. Initial Smoke Study Shall Inform A Phased Construction Approach.storm System From Ground Connection To First Manhole Is Original Terracotta Pipe In Most Areas And Manholes Are Original Brick. This Original System Is In Need Of Replacement To Include Mainlines, Laterals, And Manholes. Newer Concrete Piping Through To Outfalls At Lake Leisure Should Be Tested/analyzed, But May Remain In System If Deemed Acceptable Condition. sanitary Lift Station On Site Consistently Reads A Higher Utilization Number Than Incoming Water Usage, Likely Indicating An Interconnection With The Storm System. An Inflow And Infiltration Study Shall Be Conducted To Determine Where The Storm System Is Interconnected With Sanitary System. Smoke Test Shall Include Camera Routing Through Mains Where Required To Identify Leaks, Defects, And Improper Connections. Utilize Nassco Specifications For Testing Procedures. An Analysis To Determine Anticipated Load And Outflow Sizing Shall Be Completed Prior To Design To Review Pipe Sizes. Updated Storm Water System Shall Rely Upon Main Pond, Lake Leisure, To The Greatest Extent Possible, Minimizing The Need For Additional Retention/detention Ponds, Swales, Etc. After Smoke Study Is Completed, The Results Shall Be Used To Inform And Recommend System Repairs And Replacements. A Phased Construction Will Be Designed, With The First Phase Correcting Any Infiltration Of Storm Water Into The Sanitary System, As Described In Below Fca Deficiencies. Additional Critical Repairs And Replacements Shall Be Designed To Fit Within Approved Construction Budget. Work Not Completed In This Project Will Be Moderately Scoped Out Into Phases For Further Future Design And Construction Efforts. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf 330 Selection Criteria: The Va Will Utilize The Following Selection Criteria In relative Order Of Importance. 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, And No More Than Ten (10) Pages Total. submit A Minimum Of Three (3) But No More Than Four (4) Projects Similar To Work In The Solicitation. projects Submitted Must Be Recent. Recent Is Defined As Services Provided Within The Last Five (5) Years. at Minimum, Two (2) Projects Must Have Construction Completed Or Construction Substantially (75%+) Complete. projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,500,000 Dollars 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. 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, Such As Large Campus Sanitary And Storm Water Repairs And Replacement. 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 This Solicitation. offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively. higher Ratings May Be Given For Projects Completed On Va Campuses. failure To Provide Requested Data May Negatively Impact An Offeror's Rating. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete 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 A Contractor Performance Assessment Reporting System (cpars) Report For Each Submitted Project Under Specialized Experience Criteria, Above. Cpars Must Be Incorporated Into The Submission; Cpars Will Not Count Towards Page Limitations. If The Project Does Not Have Cpars, Then A Past Performance Questionnaire (ppq) May Be Used. 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. 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. 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. failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating. failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award. 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, And Not More Than Fifteen (15) Total Pages. 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 Have A Professional Engineer, Currently Registered In Any 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 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, 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, And Other Individuals That Are Responsible Or Accountable For Design Submissions. 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. offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive . failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating. location In The General Geographical Area Of Dublin, Ga And Knowledge Of The Locality Of The Carl Vinson Va Medical Center Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Dublin, Ga Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Dublin, Ga And The Middle Georgia Area. if Prior Experience In Dublin, Ga 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 Dublin, Ga Geographical Area Or Areas Of Similar Nature. offerors That Submit Relevant Projects Outside Of The Dublin, Ga Geographical Area May Be Given A Lower Rating Than Projects Within The Dublin, Ga Geographical Area. 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. 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. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offeror S Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. .

City Of Valenzuela Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 526-23-107 Replace Domestic Water Distribution System Phase 2 (a/e) At The James J. Peters Vamc, Bronx, New York. This Project Seeks The Expertise Of An Architectural Engineering Firm To Design A State-of-the-art Hot Water Heater System, Design For Construction To Install New Sections Of Water Main Pipes And Conduct A Comprehensive Survey Of The Existing Water Main System At The James J. Peters Va Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5m. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before April 15, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required 526-23-107. See The Attached Statement Of Work. x. Location bronx Va Medical Center. cost Range estimated Construction Cost Range: Between $5,000,000.00 And $10,000,000.00. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In Accordance With The Ae Design Schedule From The Issuance Of The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The James J. Peters Va Medical Center, Bronx, Ny 10468 this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. 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. 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. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â  Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Akkil.kurian@va.gov And Patricia.cordero@va.gov No Later Than 10:00am, Eastern Standard Time (est) On January 31, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued. project: 534-24-916 Hematology & Chemistry Renovation work Location: Ralph H. Johnson Health Care System, Charleston, Sc estimated/target Completion Period: 195 Calendar Days After Award. construction Magnitude: Between $300,000 And $400,000 naics: 541330 Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before 2 July 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 6 February 2025 1500 Est. project Overview: provide Professional Engineering Services For The Design And Construction Administration To Renovate The Hematology And Chemistry Labs In Accordance With The Til And All Applicable Codes, Standards, And Regulations. remove Act Flooring And Replace With Vinyl Sheet Flooring, Replace Existing Casework With New Casework As Specified, Move All Outlets In Existing Casework To The Adjacent Wall, Remove All Gas Fixtures And Cap At The Nearest Junction/hub In Accordance With Nfpa 55, Replace All Ceiling Grid And Tile In Work Areas As Needed, Repaint Work Areas To Match Existing Color As Needed. provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Remove Existing Hood Back To The Nearest Junction And Cap. Install Wall Mounted Cabinets As Shown On Drawing. remove Existing Hood Back To The Nearest Junction And Cap. Provide A Dual Sink, Lab Grade, With A Goose Neck Spigot Incorporating A Spray Nozzle With Hose. Spigot Shall Have Hands Off Temperature Control, Either By Foot Pedals Or Other Approved Method. Provide Means To Cover The Sink For Use As Counter When Needed. Install Wall Mounted Cabinets As Shown On Drawing. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov/ vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. sf 330 Selection Criteria: specialized Experience And Technical Competence In The Type Of Work Required. submission Requirements: sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length. submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior. at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete. projects/data Submitted Shall Be Projects With Total Construction Costs Of $400,000, Greater. projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. basis Of Evaluation: specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation. specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation. specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection. adjectival Scoring: offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence For Relevant Projects May Be Considered Non-responsive Or Scored Negatively. failure To Provide Requested Data May Negatively Impact An Offeror's Rating. past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. submission Requirements: complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). cpar And Ppq Reports Will Not Count Towards Page Limitations. basis Of Evaluation: past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction. timely Delivery Of Quality Work. the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations. successful Implementation Of A Quality Control Plan And Quality Control Procedures. addressing Design Errors/omissions Timely. adherence To Approved Schedules. history Of Timely And Professional Communication And Cooperative Behavior. include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. adjectival Rating: offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating. failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award. if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Be Neutral . professional Qualifications Necessary For Satisfactory Performance Of Required Services. submission Requirements: complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual. the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.). key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Fire Protection Engineer, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. basis Of Evaluation: evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. adjectival Scoring: offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive . failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating. failure To Provide All Key Personnel And Key Personnel Requirements Shall Result In No Greater Than A Marginal Rating. experience In Construction Period Services. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. basis Of Evaluation: experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. provide A Narrative Describing The Below Services, But Not Limited To: professional Field Inspections, Both Scheduled And Emergent. maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance. providing Timely And Complete Responses To Requests For Information. providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications. providing Record Drawing Documentation. process For Correcting Design Errors/omissions Identified During Construction; And, other Requirements Defined Under Cps In The Statement Of Work. capacity To Accomplish The Work In The Required Time. submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length. basis Of Evaluation: identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. data Is Acceptable In Tables Or Charts. capacity < 25% Shall Be Rated No Greater Than Marginal. higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. basis Of Evaluation: offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area. if Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature. adjectival Scoring: offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Neutral . the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: submission Requirements: complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. offerors Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . basis Of Evaluation: offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. selection Process: federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). the Following Format Shall Be Used: cover Page With Solicitation Number, Project Title table Of Contents sf 330 S copy Of Current A/e License copy Of Current Vetbiz.gov Sdvosb Certification uei Number cage Code tax Id Number the E Mail Address And Phone Number Of The Primary Point Of Contact. all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Cayley Blommers, Contract Specialist At Cayley.blommers@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330. it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. attachments: see Attached Document: Ae Past Performance Questionnaire And Cover Letter.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. response Instructions: do Not Provide More Than 8 Pages, Including Cover Letter Page. submit Your Response Via Email To: Barron.long@va.gov submit Your Response Nlt 14:00 (mst) On Friday February 7th mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive. va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List; information Requested From Industry: in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List. vendor Name: sam Uei #: name Of Manufacturer: manufacturer Address: estimated Delivery Time: sac Fss Contract Number vendor Point Of Contract (poc) Name poc Phone Number: poc Email Address: statement Of Work introduction: the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc. the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days. note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor. site Specific Project Requirements the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow). this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts. the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area. within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas. all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq. all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed. all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New. waste Material Sorting/recycling the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris. the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings. painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property. the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights. external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling. the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc. the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc. number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications. contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate). connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq. the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. utility Shutdowns And Hot Work Permits contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule. contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed. the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station. note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required. badge Requirements the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.] site Visit the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk. the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting. exemption Certificate the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor. general Installation Requirements existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source. the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities. should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines. all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected. equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment. the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To: all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor. any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration. contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits). the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities. all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed. all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New. all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable. air Piping: (only Identification/flow Markings) air Intake Ductwork: safety White Pvc (identification And Flow Markings) large Dryer Air Exhaust Ductwork: safety White Pvc Textured Aluminum (identification & Flow Markings) small Dryer Air Exhaust Ductwork: safety White Pvc (identification & Flow Markings) vent Pipe: painted Flat Black (identification And Flow Markings) drain Line: painted Flat Black (identification And Flow Markings) domestic Water: safety White Pvc (identification And Flow Markings) fire Suppression Piping: painted Bright Red (identification And Flow Markings) outside Exposed Ductwork: sealed Watertight And Weather-proofed To Protect From The Environment all Conduits: not Painted installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable. if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work. install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work. valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain. trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain. the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor. equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor. belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit. a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors. plumbing Requirements plumbing grooved Or Mechanical Fittings Are Allowed On Piping. the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp traps the Contractor Shall Provide Traps On All Sanitary Branch Waste connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture. plumbing Installation in Accordance With The National Standard Plumbing Code, 2021 Edition. pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings. escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate. pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible. piping Shall Conform To The Following: waste, Storm Water Drain And Vent: Drain To Main Stack As Follows: pipe Size Minimum Pitch 3 Inch And Smaller 1/4 Inch To The Foot 4 Inch And Larger 1/8 Inch To The Foot exhaust Vent extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents. insulation Requirements unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation. water Piping interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing. air Piping interior To The Building And Outdoor External Air Piping Shall Be Copper Tube. all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed. all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work. install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible. pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings. pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings. electrical Requirements electrical electrical Installation conduits, Fittings, And Electrical Wire all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec). install A New Power Disconnect Box For Each Piece Of Equipment. all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers. all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70. all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections. electrical Wiring Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals. wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes. wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation. all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color. the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet. electrical Identification Installation in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition: install Nameplates - Center On Device, Cover Plate, Or Enclosure. use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served. lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable. all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment. nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material. the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification. electrical Protection the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From: damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms. any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed. data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor. existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment. uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up). electrical Receptacles And Outlets receptacles Shall Be Underwriters Laboratories Certified. mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal. receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws. ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or. the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal. the Receptacle Bodies Shall Be White In Color. four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box. gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second. receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug. weatherproof Receptacles shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner. wall Plates wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable. wall Plate Color Shall Be White. standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable. for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches. the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use. marking Pen Labeling use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen. label Tapes label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers. dielectric Fittings provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections. prefabricated Roof Curbs galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level. installation Requirements approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor. the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System. the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services. the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures. the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request. the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co. availability Of Parts And Service the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq. incorporation Of Documents the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq. the Equipment And Installation Supplies Shall Conform To The Following Standards: air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition. american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations. femp: Federal Energy Management Program (energy Efficient Product Rating). hvac Duct Construction Standards-metal & Flexible. national Electrical Manufacturers Association (nema), 2021 Edition. national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition. national Standard Plumbing Code, 2021 Edition. occupational Safety And Health Administration (osha) 29 Cfr 1910. sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition. sheet Metal Contractors National Association Inc. Publication, 2019 Edition. underwriters Laboratories Standards, 2022 Edition. city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.

Agence Pour La Promotion Et Le Developpement Du Nord Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date17 Jan 2025
Tender AmountMAD 5.8 Million (USD 577.8 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°03/2025 | Architectural Study And Monitoring Of Construction Works Of A School, Three Administrations And 08 Fence Walls In The Province Of Larache

Agence Pour La Promotion Et Le Developpement Du Nord Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date17 Jan 2025
Tender AmountMAD 4.8 Million (USD 478.8 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°04/2025 | Architectural Study And Monitoring Of Construction Works Of Twelve (12) Classrooms And Twelve (12) Housing Units In The Province Of Larache

Agence Pour La Promotion Et Le Developpement Du Nord Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date16 Jan 2025
Tender AmountMAD 7.2 Million (USD 715.8 K)
Tender Id: CONSULTATION ARCHITECTURALE OUVERTE N°02/2025 | Architectural Study and Monitoring of Construction Works of a School, an Administration and Six Fence Walls in the Province of Tetouan
521-530 of 532 archived Tenders