Architect Tenders
Architect Tenders
DEPT OF THE ARMY USA Tender
Other Consultancy Services...+1Consultancy Services
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For A Firm, Fixed Price Indefinite Delivery Indefinite Quantity (idiq) Contract, For Topographic And Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations To Include The Chesapeake Bay, The Eastern Shore Of Virginia, Several River Basins Within Virginia, And Portions Of Northeast North Carolina. description Of Work: the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Hydrographic Surveying Of Navigation Channels Withing Usace Norfolk Districts Area Of Operations. In Addition, This Contract Requires Topographic, Geodetic, And Property Surveys In Support Of These Federal Navigation Projects. the Following Is The General Description Of The Survey Contemplated To Be Performed Under The Anticipated Idc: Note Final Deliverables Need To Be Compatible With Hypack. 1. Locate All Benchmarks Provided And Create Recovery Notes For Each Benchmark Using Either The Provided Benchmark Recovery Form Or A Similar Form Used By The Contractor. 2. Provide Topo Quality Xy Coordinates On Each Recovered Mark. 3. Level Through All Found Benchmarks Initiating On The Online Positioning User Service (opus) Benchmark. Level Notes Shall Follow The Established Usace Supplied Format. Set And Or Check Any Existing Gauges By Conventional Leveling And Verify And Record Real-time Kinematic (rtk) Result As A Confidence Check. 4. Survey All Areas Of Channel And Extension To Create 100% Coverage Of The Bottom In The Defined Area When Performing A Multibeam Survey 5. The Supplied Survey Lines Shall Extend As Noted In Each Projects Plan And Line Files. Any Area That Cannot Be Survey Due To Shallow Depth Of Water, The Distance Of 3 Times Of The Project Depth Outside Of The Toes Of The Channel Shall Be Required By Any Means Necessary To Acquire The Depth. 6. Reduce Soundings By Rtk And Post-processed Kinematic (ppk) To Tidal Datum And Display Soundings To 0.1’ Significant Figures. 7. Locate All Navigation Aids For Each Project Using An Rtk System And Label Nav Aids Per Format Provided And Shall Be In A Hydrographic Software Package Target File. 8. Keep A Field Corrector Sheet Of All Survey Cross Section For Each Project 9. Keep Each Project And Associated Information Individual To Itself. Include Metadata Files For Each Data Set. Government Will Supply The Metadata Generator Tool. 10. Process All Data For Correction To Required Horizontal And Vertical Datum, Include The Required Multibeam Cutout Cross Sections In The Final Processed Multibeam Cutout (mbco) Data Files Using The Supplied Hydrographic Software Package Line File. 11.pls Licensing Will Be Required And Certified Hydrographer (thsoa) Certification Is Recommended. sources Are Sought For All Interested Firms With A Naics Code Of 541370 With A Small Business Size Standard Of $19,000,000.00. suggestions For Applicable Naics Codes Beyond 541370 Are Welcome. Please Feel Free To Submit Any Recommendations For Consideration With Explanation Of Why The Suggested Alternate Naics Is Appropriate survey Of The Idiq Topographic & Hydrographic Survey the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors' Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Hydrographic Surveying Of Navigation Channels In Various Areas Around The District’s Area Of Operations, To Include The Chesapeake Bay, The Eastern Shore Of Virginia, And Several River Basins Within Virginia And Portions Of Northeast North Carolina. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. would Industry Be Receptive To An Idiq Contract For Routine Topographic And Hydrographic Surveying Services Without Engineering Design Services? Is The Requirement Better Suited For An Architect & Engineering (a&e) Contract Or A Services Contract? have You Worked On Topographic & Hydrographic Survey Jobs Similar In Nature, Within The Past 5 Years? If So, Please Describe The Work And For Whom The Work Was Performed. Indicate The Dollar Value. Identify A Point Of Contact (s) And Phone Number, As A Reference Of Relevant Experience. what Types Of Topographic & Hydrographic Surveying Techniques Are You Most Experienced With, And How Do You Ensure Accuracy In Challenging Aquatic Environments? are You Familiar With The Safety And Health Requirements Of Em 385-1-1? would You Be Submitting A Proposal As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture? would You Be Interested In Submitting A Proposal On The Solicitation When It Is Issued? If The Answer Is No, Please Explain Why Not? this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issues A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. the Government Will Utilize This Information In Determining An Acquisition Strategy. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned). the Responses To This Sources Sought Must Be Submitted No Later Than 3 Pm Est27 January 2025 Via Email To Cpt Jonathan J. Chae At Jonathan.j.chae2@usace.army.mil Cc’d Stormie Wicks At Stormie.b.wicks@usace.army.mil. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Https://sam.gov/content/home all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Https://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: 2024-75 Advertisement To Bid Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The Support Services Building On The Perkinston, Campus, Until 3:00 Pm, Local Time, On Thursday, January 14th, 2025, And Then And There Publicly Opened And Read For The Following Project: Weathers Wentzel Renovations Perkinston Campus Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of 2024-75 Advertisement To Bid Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 29, 2024 November 5, 2024
Marion County School District Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids Will Be Received By The Marion County School District, In The Board Room Of The Marion County School District Located At 1010 Highway 13 North, Columbia, Ms 39429, Until 2:00pm, Local Time, On Tuesday, January 14, 2025, And Then And There Publicly Opened And Read For The Following Project: West Marion High School Baseball And Softball Lighting Upgrades Marion County School District In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Hard Copy Or Digital Copy At Www.asaplans.com. Interested Bidders Should Log-in Or Register For A Free Account To View And Order Bid Documents. The Cost Of The Bid Documents Is Non-refundable And Must Be Purchased Through The Website (hard Copies And Digital). Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Marion County School District, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, They Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Sixty (60) Days. The Marion County School District Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. School Board Of Education Marion County School District Dates Of Publication: December 12 And 19, 2024
Mississippi Gulf Coast Community College Tender
Civil And Construction...+1Building Construction
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Advertisement For Bids Notice Is Hereby Given That Sealed Bids (or At The Bidder’s Option, Electronically Submitted Bids) Will Be Received By The Mississippi Gulf Coast Community College, In The Conference Room In The A Building Of George County Center, In Lucedale, Ms Until 2:00 Pm, Local Time, On Tuesday, January 7th, 2025, And Then And There Publicly Opened And Read For The Following Project: George County A Building Renovations George County Center Lucedale, Mississippi Mississippi Gulf Coast Community College In Accordance With Plans And Specifications Prepared By: Allred Stolarski Architects, Pa 711 Church Street Ocean Springs, Mississippi 39564 Bid Documents Are Being Made Available Via Paper Copy. Bidders Are Required To Log-in Or Register For An Account At Www.asaplans.com To View And Order Bid Documents ($200.00 Per Set). All Plan Holders Are Required To Have A Valid Email Address For Registration. Bid Documents Must Be Purchased Through The Website. Proposals Shall Be Submitted On The Blank Bid Form Furnished With The Specifications And Must Be Accompanied By Bid Security In The Form Of Certified Check, Cashier's Check Or Acceptable Bid Bond, Payable To Mississippi Gulf Coast Community College, In Amount Equal To At Least Five Percent (5%) Of The Base Bid; Such Security To Be Forfeited As Liquidated Damages, Not Penalty, By Any Bidder Who May Be Awarded The Contract But Who Fails To Carry Out The Terms Of The Proposal, Execute The Contract And Post-performance Bond In The Form And Amount Within The Time Specified. At The Bidders Option In Lieu Of Procuring Hardcopies Of The Bid Documents And Submitting A Physical Sealed Bid, Official Bid Documents May Be Downloaded, And Electronic Bids May Be Submitted At Www.centralbidding.com. Bids Shall Be Received Electronically Until The Date/time As Stated Above. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Electronic Submittal Of Bids Is Not Required. All Bids Submitted In Excess Of $50,000.00 By A Prime Or Subcontractor To Do Any Erection, Building, Construction, Repair, Maintenance Or Related Work, Must Comply With Section 31-3-21, Mississippi Code Of 1972, By Having A Current Certificate Of Responsibility From The State Board Of Public Contractors. The Current Certificate Of Responsibility Number Shall Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Can Be Opened. If The Bid Is Not In Excess Of $50,000, "this Bid Shall Not Exceed $50,000", Shall Be Indicated On The Sealed Bid Envelope Before It Can Be Opened. In The Letting Of Public Contracts In The State Of Mississippi, Preference Shall Be Given To Resident Contractors, And A Non-resident Bidder Domiciled In A State Having Laws Granting Preference To Local Contractors Shall Be Awarded Mississippi Public Contracts Only On The Same Basis As The Non-resident Bidder's State Awards Contracts To Mississippi Contractors Bidding Under Similar Circumstances; And Resident Contractors Actually Domiciled In Mississippi, Be They Corporate, Individuals, Or Partnerships, Are To Be Granted Preference Over Non-residents In Awarding Of Contracts In The Same Manner And To The Same Extent As Provided By The Laws Of The State Of Domicile Of The Non-resident. When A Non-resident Contractor Submits A Bid For A Public Project, He Shall Attach Thereto A Copy Of His Resident State's Current Law Pertaining To Such State's Treatment Of Non-resident Contractors. No Bid May Be Withdrawn After The Scheduled Closing Time For A Period Of Ninety (90) Days. The Mississippi Gulf Coast Community College Reserves The Right To Reject Any Or All Bids On Any Or All Projects And To Waive Any Informalities. Board Of Trustees Mississippi Gulf Coast Community College Dates Of Publication: October 31, 2024 November 7, 2024
Rapides Parish School Board Tender
Civil And Construction...+1Building Construction
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: Advertisement Or Invitation To Bid Rapides Parish School Board J.b. Nachman Elementary School Addition (rpsb Bid #62-24-14) Separate Sealed Bids For J.b. Nachman Elementary School Addition (rpsb Bid #62-24-14) Will Be Received By The Rapides Parish School Board At The Purchasing Department, 619 Sixth Street, Alexandria, Louisiana 71301, 11:30 A.m. (central Time), On December 19, 2024 And Then At Said Office Publicly Opened And Read Aloud. Any Bid Received After The Specified Time And Date Will Not Be Considered. The Instructions To Bidders, Bid Form, Agreement Between Owner And Contractor, Forms Of Bid Bond, Performance And Payment Bonds, Drawings And Specifications, And Other Contract Documents May Be Examined At The Following Location: Holly & Smith Architects 100 E. Vermilion Street, Suite 406 Lafayette, Louisiana 70501 (337) 279-2010 The Scope Of Work Includes: Renovations And Additions To The Existing Administrative Office Building And School Entry. New Additional Paved Parking, Selective Re-glazing Of Windows At The Main Classroom Building. Led Re-lamping Of All Interior Lighting On Campus, And Total Renovation Of Two Restrooms In The Main Classroom Building As Indicated Within The Bidding Documents. Complete Bid Documents, (drawings, Specifications & Addenda), Can Be Obtained At Www.centralauctionhouse.com. If You Are Not Currently A Subscriber, You Will Need To Apply For Access. Prospective Bidders Desiring Further Information Or Interpretations Of The Drawings And/or Specifications Shall Request Such Data Electronically Via Www.centerlinebidconnect.com. Answers To All Questions, Inquiries And Requests For Additional Information Will Be Issued In The Form Of Addenda To The Drawings And Specifications And Copies Of Each Addendum Will Be Posted On Www.centralauctionhouse.com. Refer To Instructions To Bidders. Pursuant To L.r.s. 38:2212.e.(1) Bidders Have The Option To Submit Bids And Bid Bonds Electronically. Electronic Bids For This Project May Be Submitted Through Central Bidding At Www.centralauctionhouse.com. To Register, Or For Assistance With Completing An E-bid, Contact Central Bidding At 225-810-4814 Or 866-570-9620. The Owner Reserves The Right To Reject Any Or All Bids For Just Cause. Such Actions Will Be In Accordance With Title 38 Of The L.r.s. A Non-mandatory Pre-bid Conference Will Be Held At 9:00 A.m. On December 10, 2024 At J.b. Nachman Elementary School, 4102 Wakefield Blvd. Alexandria, La 71303attendance At This Conference Is Not Mandatory, But Strongly Encouraged. In Accordance With R.s. 38:2212(b)(1), The Provisions And Requirements Stated In The Bidding Documents Shall Not Be Considered As Informalities And Shall Not Be Waived. Each Bidder Must Deposit With The Bid, Security In The Amount Of At Least Five Percent (5%) Of The Total Bid Price, As Described In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2218. The Successful Bidder Shall Be Required To Furnish A Performance Bond And Payment Bond, In An Amount Equal To 100% Of The Contract Amount, Written By A Surety Or Insurance Company Meeting The Requirements Noted In L.r.s. 38:2219 A. (1)(a), (b) And (c). Any Person With Disabilities Requiring Special Accommodations Must Contact The Owner No Later Than Seven (7) Days Prior To Bid Opening. Rapides Parish School Board Attn: Ms. Elizabeth Domite, Chief Financial Officer 619 Sixth Street Alexandria, Louisiana 71301 Advertisement Dates: November 22, 2024 November 27, 2024 December 4, 2024
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. procurement Information:
the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd., Suite 490
independence, Oh 44131 primary Point Of Contact:
thomas Council
contract Specialist
thomas.council@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Negros Oriental State University Tender
Software and IT Solutions
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 949.1 K (USD 16.4 K)
Details: Description Lot1 Comptech Computer Programming 1 1 Pcs Programming Language Theory And Formal Methods,2023 By 3g 1 Pcs Programming Logic And Design (2nd Edition),2023 By 3g 1 Pcs Programming Logic And Design 10th Edition,2024 By Farrell 1 Pcs Computer Programming 1 Learn Java The Easy Way,2024,by Traballo 1 Pcs Fundamentals Of Javascript Programming Revised Edition,2024,by Pomperada Lot2 Comptech Computer Architecture 1 Pcs "dissecting Computer Architecture,2023,by Alvin Albuero De Luna " 1 Pcs Software Architect 1st Edition,2023,bybell 1 Pcs "reconfigurable Computing Architecture Login And Applications,2024,by Manoj Verma " 1 Pcs Basics Interior Architecture 03: Drawing Out The Interior,2022,by Spankie 1 Pcs Software Architect,2023,by Bell Lot2 Comptech Computer Programming 2 1 Pcs Asynchronous Programming In Rust: Learn Asynchronous Programming By Building Working Examples Of Futures, Green Threads, And Runtimes,2024,by Samson 1 Pcs C++ Programming For Linux Systems: Create Robust Enterprise Software For Linux And Unix-based Operating Systems,2023,by Andreev 1 Pcs Introduction To Java Programming 3rd Edition,2024 By Pompreda 1 Pcs Web Applications Using Php & Mysql,2024 By Pahayahay 1 Pcs Fundamentals Of Javascript Programming Revised Edition,2024 By Pompereda Lot3 Comptech Electronic Measurements 1 Pcs Power Electronics, A First Course: Simulations And Laboratory Implementations,2023,by Mohan 1 Pcs Fundamentals Of Electric Circuit Theory,2022,by Hudson Lot4 Comptech Computer-aided Design 1 Pcs "computer Aided Drawing And Drafting,2e,2023,by 3g E-learning " 1 Pcs Thinking About Drawing: An Introduction To Themes And Concepts,2022,by Grennan 1 Pcs Computer Graphics,2024,by Hamza Zubair 1 Pcs The Animation Textbook,2023,by Heidmets Lot5 Comptech Programmable Logic Control 1 Pcs Robot Souls: Programming In Humanity,2024,b Poole 1 Pcs C++ Programming In Easy Steps 6e,2022,by Mcgrath Lot6 Comptech Apply Quality Standards 1 Pcs Information Assurance And Security 1&2,2022 By Abante Et Al 1 Pcs Multimodal Perception And Secure State Estimation For Robotic Mobility Platform,2022 By Liu 1 Pcs Advance Management Information System,2023,by Abante, M.v. Lot7 Comptech Prepare And Interpret Technical Drawing 1 Pcs Drawing Product Ideas - Fast And Easy Ux Drawing For Anyone,2023,by Eisenhuth 1 Pcs Drawing 1- Fundamentals Of Technical Drawing,2023,by Jivulter C. Mangubat 1 Pcs Cad Basics 1 Introduction To 2d Writing,2023,by Milcah R. Mangubat & Jivulter C. Mangubat 1 Pcs Drawing 2- Advanced Technical Drawing,2023,by Milcah R. Mangubat & Jivulter C. Mangubat Lot8 Comptech Use Hand Tools 1 Pcs Mike Meyers' Comptia A+ Guide To Managing And Troubleshooting Pcs 7e (exams 220-1101 & 220-1102),2023,by Meyers 1 Pcs Worktext In Basic And Advanced Keyboarding,2024,by San Luis 1 Pcs Secure Software Systems,1st Ed.,2024,by Fretheim 1 Pcs Hacking For Dummies,7th Ed.,2022,by Kevin Beaver Lot9 Comptech Test Electronic Components 1 Pcs Introduction To Modern Analysis Of Electric Machines And Drives,2023,bykrause 1 Pcs Fundamentals Of Electric Circuit Theory,2022,by Hudson Lot10 Comptech Basic Networking 1 Pcs Mastering Html: A Beginner's Guide,2024,by Bin Uzayr, Sufyan 1 Pcs Introduction To Application Development And Emerging Technologies,2023,by Pomperada 1 Pcs Introduction To Cybersecurity,2023,by Pomperada, Castellano 1 Pcs Introduction To Information Technology And Computer Fundamentals, 2e,2023,by Besueña, Pomperada Lot11 Comptech Computer Hardware Application 1 Pcs Computer Fundamentals,2023 By Revano 1 Pcs "ae Discovering Computers: Digital Technology, Data, And Devices,17 Ed,2023,by Barbara Clemens " 1 Pcs Cloud Computing,2nd Ed,2023,by Kris Jamsa 1 Pcs Artificial Intelligence Programming With Python: From Zero To Hero,2022,by Xiao Lot12 Comptech Operating Systems 1 Pcs Introductory Guide To Operating Systems,2023 By Padallan 1 Pcs Pro Asp.net Core 7 10e,2023,by Freeman 1 Pcs Living With Robots: What Every Anxious Human Needs To Know,2023,by Aylett 1 Pcs Introduction To Scala Programming.2022,by Pomperada Lot13 Comptech Signal System Analysis 1 Pcs Data Analytics & Business Intelligence,2023 By Abante, Et, Al. 1 Pcs A Microsoft Excel® Companion To Political Analysis,2022,by Pollock Iii 1 Pcs Cyber-physical-human Systems: Fundamentals And Applications,2023,by Annaswamy Lot14 Comptech Computer Networking And Administration 1 Pcs Electrical Installation Work 10e,2023,by Scaddan 1 Pcs Engineering Circuit Analysis 10e,2024,by Hayt 1 Pcs Cybersecurity And Local Government,2022,by Norris Lot15 Comptech Microcontroller 1 Pcs Worktext In Basic And Advanced Keyboarding,2024 By San Luis 1 Pcs Control Of Power Electronic Converters With Microgrid Applications.2023,by Ghosh 1 Pcs Power Electronics, A First Course: Simulations And Laboratory Implementations,2023,by Mohan 1 Pcs Dynamic Systems: Modeling, Simulation, And Analysis,2023,by Yang Lot16 Comptech Microprocessor 1 Pcs Advances Microprocessor 2022 By Nidhi Chopra 1 Pcs Macos Support Essentials 12 - Apple Pro Training Series: Supporting And Troubleshooting Macos Monterey,1st Ed,2022,by Levy Lot17 Comptech Project Study 1 With Intellectual Property Rights 1 Pcs Information Assurance And Security Book 1,2023 By Pomperada 1 Pcs Information Assurance And Security Book 2,2023 By Pomperada 1 Pcs Information Management, 2023 By Cortez Lot18 Comptech Multimedia (visual Graphics And Web Design) 1 Pcs Web Applications Using Php & Mysql,2024 By Pahayahay 1 Pcs Computer Graphics,2024,by Hamza Zubair 1 Pcs "3g Handy Guide: Graphic Designing,2e ,2023,by 3g E- Learning " 1 Pcs Web Applications Using Php & Mysql,2024,by Pahayahay Lot19 Comptech Project Study 2 1 Pcs Empowerment Technologies,2023 By Pomperada, Castellano 1 Pcs Outcomes-based Practical Guide To Thesis And Capstone Project Writing In Computing,2022,by Laviña Et Al Lot20 Electrical "electrical/electronic Principles I (d.c. Circuits) " 1 Pcs Fundamentals Of Electrical Circuit, 2e By 3g E-learning, 2022 1 Pcs Electrical Technology, 2e By 3g E-learning, 2023 1 Pcs Instrumentation And Control By Dr. Yasser Elsayed, 2024 1 Pcs Electrical Engineering Drawing, 2e By Christian Nollen, 2024 1 Pcs Basic Electronics, Laboratory Manual, 2nd Edition, By Tito, Et Al., 2025 Lot21 Electrical Occupational Health And Safety 1 Pcs Occupational Safety And Health For The Young Professional,2022,by Laratonda 1 Pcs An Introduction To Stress And Health, By Shirode, 2025 1 Pcs Lifestyle Matters: An Occupational Approach To Healthy Ageing, By Mountain, 2023 1 Pcs Occupational Therapy Pocket Guide 1st Edition, By Jarvis, 2024 Lot22 Electrical Electricity And Electronic Principles 1 Pcs Generation Of Electrical Engineering The Modern Control System, By Walker, 2024 1 Pcs Industrial Electricity, By Brumbach, 2024 1 Pcs Electrical Trade Principles, By Steven Hanssen, Et Al., 2025 1 Pcs Basic Knowledge Of Electrical Technology, By 3g E-learning, 2024 1 Pcs Dc/ac Electrical Fundamentals, Byb Patrick, 2023 Lot23 Electrical Dc Circuits 1 Pcs Fundamentals Of Electrical Circuits By Tejada, 2024 1 Pcs Basics Of Circuits By 3g E-learning, 2024 1 Pcs Electric Circuits (2nd Edition) (with Access Code) By Tyron, 2024 Lot24 Electrical Ac Circuits 1 Pcs Fundamentals Of Electric Circuit Theory, By Hudson, 2022 1 Pcs Engineering Circuit Analysis, By Hayt, 2024 1 Pcs Basic Circuit Analysis For Electrical Enginnering, By Constantinovici, L.d. & Govindsamy, M.,2022 1 Pcs Analog Electric Circuits And Devices (hb), By Yadav, K, 2023 1 Pcs Fundamentals Of Electrical Circuit, 2e By 3g E-learning, 2022 Lot25 Electrical Shop Processes, Tools And Equipment 1 Pcs Cutting Tools And Cutting Materials By Andrew Madrigal, 2023 1 Pcs Architectural Tools And Equipments, By 3g, 2023 1 Pcs Sustainable Building Materials, By Tyagi, 2023 1 Pcs Understanding Semiconductors: A Technical Guide For Non-technical People By Corey Richard, 2023 Lot26 Electrical Philippine Electrical Code 1 Pcs Basic Electrical And Electronics Engineering, 3e By 3g E-learning, 2023 1 Pcs A Textbook Of Electrical Science, By J.b. Gupta, 2022 1 Pcs Illustrated Guide To The Nec, 9e, By Cengage Learning, 2024 1 Pcs Ugly’s Electrical References, 2023 Edition, 7e By Miller, 2023 Lot27 Electrical Electrical Instruments And Measurement 1 Pcs Power Quality In Power Systems, Electrical Machines, And Power-electronic Drives By Ewald Fuchs, 2023 1 Pcs Instrumentation And Control (latest Edition), By 3g Editorial Board 1 Pcs Digital Electronics (hb), By Kumar V., 2024 1 Pcs Manage Large Electrical Projects, By 3g E-learning Lot28 Electrical Residential Wiring System 1 Pcs Electrical Grounding And Bonding,7e By Ode Simmons, 2024 1 Pcs Residential Wiring 3rd Edition With Dvd, By 3g E-learning, 2023 1 Pcs Essential Guide Book To Home Electrical Wiring: Electrician Practical Working Guide Book For Beginners By Benson, 2022 1 Pcs Wiring Made Easy For Beginners: Step By Step On How To Wire Your House And Do Simple Wiring Projects In And Around Your Home (for Both Us And Uk) By Powell, 2022 Lot29 Electrical Industrial Motor Controllers 1 Pcs Industrial Robotics Control: Mathematical Models, Software Architecture, And Electronics Design By Fabrizio Frigeni, 2023 1 Pcs The Engine Room And Engine Safety, By Saini, 2023 1 Pcs Technician's Guide To Programmable Controllers, By Terry Borden, Richard A. Cox, 2023 1 Pcs Maynard's Industrial And Systems Engineering Handbook, By Bidanda, 2023 Lot30 Electrical Electrical Machines 1 Pcs Power Quality In Power Systems, Electrical Machines, And Power-electronic Drives, Ewald Fuchs, 2023 1 Pcs Electrical Machines (2nd Edition) (with Access Code), By Foyer, 2024 1 Pcs Electrical Machine Rewinding, By 3g E-learning, 2023 1 Pcs Mechanical Machiine Design, By Singh, 2023 Lot31 Electrical Power Production And Management Systems 1 Pcs Reservation System Management (hb), By Hill, T., 2023 1 Pcs Systems Engineering Neural Networks, By Migliaccio, 2023 1 Pcs Decision Making In Systems Engineering And Management, By Driscoll, 2022 Lot32 Electrical Industrial Wiring System 1 Pcs Industrial Design Material And Manufacturing, By Meena, P., 2023 1 Pcs Industrial Automation: Systems And Engineering, By Williamson, G., 2023 1 Pcs Ultimate Guide Wiring, Updated 9e, By Byers, 2022 Lot33 Electrical Transmission And Distribution System 1 Pcs Applications Of Nanowires In Electronics By Arcler Press, 2023 1 Pcs Fundamentals Of Power Electronics, By Jacobs, R., 2023 1 Pcs Artificial Intelligence Applications In Electrical Transmission And Distribution Systems Protection, By Almoataz Y. Abdelaziz, Shady Hossam Eldeen Abdel Aleem, Anamika Yadav, 2022 Lot34 Electrical Programmable Logic Controllers 1 Pcs "process Control And Automation, By Gacovski , 2024 " 1 Pcs "digital Electronics: A Practical Approach (2nd Edition), Timberlake, K. , 2022 " 1 Pcs "digital Filters And Signal Processing With Matlab Exercises, Ramamurthy, S. & Martin, W. , 2022 " Lot35 Electrical Electrical Computer Aided Design 1 Pcs Modern Engineering Graphics And Design By Manjeet Singh, 2023 1 Pcs Power System Analysis And Design, Si Edition, 7e By Glover, Overbye, Sarma, 2023 1 Pcs Cloud Computing: Theory And Practice,3e By Dan Marinescu, 2023 Lot36 Electrical Instrumentation And Process Control 1 Pcs 3ge Collection On Engineering: Robotic Process Automation, By 3g, 2022 1 Pcs "3d Printing Of Sensors, Actuators, And Antennas For Low-cost Product Manufacturing , By Singh, 2023" 1 Pcs 3ge Collection On Engineering: Process Control And Optimization, By Bao, 2024 1 Pcs Instrumentation & Control, By 3g E-learning, 2024 Lot37 Electrical Electro-pneumatic Systems 1 Pcs Ai Computing Systems: An Application Driven Perspective By Chen, Yunji, 2024 1 Pcs "battery Management For Electronic Vehicles, By Spencer, 2024 "
581-590 of 634 archived Tenders