Architect Tenders
Architect Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: Gsa Has Identified A Need For Construction Services For A Project At The Mid-atlantic Social Security Center In Philadelphia, Pa. The Work Involves Renovations To The Northwest, Northeast, South, And Southeast Plazas As Well As The Replacement Of Sections Of Steel Girder That Support The First Floor And Are Accessible From The Loading Dock Area And Adjacent Rooms. The Matssc Facility Is A 7-story Office Building With A Basement Level Parking Garage, Loading Dock, Training Rooms, Warehouse And Mechanical Equipment Rooms. Gsa Has Engaged An Architect Engineer (a/e) To Design The Project. Gsa Will Use A Two-phase Process Issuing A 50% Design Package That Contains Sufficient Detail To Allow It To Solicit Phase 1 Technical Proposals Only, And Not Price. Upon Completion Of The Evaluation Of The Phase I Technical Proposals, An Advisory Shortlist Will Be Developed. All Offerors Will Be Notified As To Whether Their Firm Will Be Invited To Participate In The Resultant Acquisition Or, Based On The Information Submitted, That It Is Unlikely To Be A Viable Competitor. It Will Be Noted That Exclusion From The Advisory Shortlist Shall Not Preclude Offerors From Submitting A Phase Ii Price Proposal. Once The 100% Design Documents Are Complete. Gsa Will Solicit Phase Ii Price Proposals From The Firms That Submitted Phase 1 Technical Proposals. 100% Design Document Completion Date Is Tbd. the Work Will Involve Multiple Trades Including General Construction, Mechanical, Electrical, Ect. The Contractor Will Be Required To Have The Ability To Successfully Coordinate All Trade/subcontractor Work And Complete This Project Within All Applicable Government Guidelines Governing The Work. The Naics Code For The Construction Work Is 236220 – “commercial And Institutional Building Construction. disclosure Of Magnitude Of Construction Projects the Estimated Total Construction Cost For The Project Is More Than $10,000,000. competitive Procedures this Procurement Will Be Competed Utilizing Full And Open Competition In Accordance With Far 6.203. Competitive Proposals Will Be Requested In Accordance With Far 15 “contracting By Negotiations.” selection Procedures the Award Will Be Made Utilizing The Tradeoff Process Prescribed In Far 15.101-1. The Objective Of The Source Selection Process Is To Select A Proposal That Represents The Best Value To The Government. The Award Will Be Made To The Responsible Offeror Whose Proposal Conforms To The Solicitation And Offers The Best Value To The Government, Considering The Price And Non-price Factors. For This Procurement, The Technical Factors Will Be Substantially More Important Than Price (far 15.101-1, Trade Offs). The Technical Factors Will Include: project Management Plan And Approach prior Experience On Relevant Projects past Performance On Relevant Projects socioeconomic Status sustainability gsa Requires A Bid Guarantee In Accordance With Far 52.228-1 With Each Offeror’s Proposal. gsa Requires Performance And Payment Bonds Prior To The Issuance Of The Notice To Proceed. procurement Schedule a Virtual Pre-proposal Conference Will Be Held On December 18, 2024 At 10:00am Est Via Google Meet. A Link Will Be Provided To Interested Parties By December 17th. Please Contact Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov If You Would Like To Attend. site Visit Will Be Held On January 8th, 2025 At 9:00 Am Est. rfis Are Due By 5pm Est On January 15, 2023. Further Information Regarding Who To Send The Rfis To Will Be Provided At The Pre-proposal Conference. technical Proposals Are Due By 5:00 Pm Est On January 28, 2025 Tostephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov. period Of Performance the Period Of Performance From The Issuance Of The Notice To Proceed To Substantial Completion Is 861 Days. small Business Set Aside And Applicable Naics Code the Award Is A Complete Set-aside For Small Business Concerns Pursuant To Far 6.203. The Applicable Naics Code Is 236220, Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45 Million. pre-proposal Conference & Site Visit/investigation For Contractors prior Notification Of Attendance To The Pre-proposal Conference Is Mandatory. You Will Be Asked To Provide Your Company’s Name And All Potential Attendees' Full Names (no More Than 3 Per Firm) To Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.govby No Later Than The Day Before The Event. interested Parties/how To Offer this Solicitation Is Only Be Available Electronically. Through Sam.gov, A Secure Website Designed To Safeguard Sensitive But Unclassified (sbu) Acquisition Material. Potential Offerors Are Responsible For Downloading The Solicitation And For Monitoring The Website For Possible Amendments And/or Additional Information. Potential Offerors Must Register On The.sam.gov Website To Have Access To Solicitation Material. For Additional Registration Information, Visit The Sam.gov Website. to Ensure That You Receive All Information Regarding This Solicitation, Please Register To Receive Updates At Sam.gov, And Follow The Procedures For Notification Registration. request For Information all Inquiries Concerning The Project Shall Be Directed To The Following Email Addresses: Stephen.zorzi@gsa.gov And Stephen.kohri@gsa.gov.
U S FISH AND WILDLIFE SERVICE USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Va - Va Esf Tinkerbell Dam Prep Eng. Svcsnotice Of Intent (a&e Solicitation For Sf330: Doiffb0250021)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s List Will Be Issued. 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.1. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001195 Which Requires Architect And/or Engineering (a&e) Services To Provide Characterization Of The Current Conditions At Tinkerbell Dam On Tinker Creek (roanoke County, Va) In Preparation For Removal Of The Structure. Tinkerbell Dam Is Located Off Of Tinkerbell Lane, In Roanoke County, Virginia And Is Named Ardagh Dam In The Virginia Dam Safety Registry. Tinkerbell Dam Is Approximately 3 M High And Creates And Impoundment That Is Approximately 0.4 Stream Km In Length. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 - Engineering Services, And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer's Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With (iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: Tinkerbell Dam Is Located On Private Property And The Landowner Recently Agreed To Have The Dam Removed. In Order To Prepare For Removal, Several Design Elements Need To Be Completed To Apply For Appropriate Permits And Develop A Construction Bid Package. The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1. development Of A Hydraulic Model To Evaluate The Projected Shear Stresses On Streambanks Within The Current Impoundment Upon Dam Removal,2. design Of Any Bank Stabilization And Restoration And/or In-stream Structures Necessary To Ensure Streambank And Long-term Protection Of Buildings Adjacent To The Current Impoundment Upon Dam Removal,3. floodplain Analysis And Appropriate Coordination With Local, State, And Federal Entities Concerned With Changes In The Tinker Creek Floodway Upon Dam Removal, In Order To Receive A Conditional Letter Of Map Revision, If Necessary,4. preparation Of All Engineering Design Plans Required For State, Federal, And Local Permit Applications For Dam Removal, Including Responses To Comments From These Agencies And Plan Revisions, And5. preparation Of Final Engineering Design Plans, Specifications, And Associated Documents To Be Utilized In Preparation Of A Construction Bid Package For Dam Removal.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3-(c), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government's Intent To (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillable Copies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Their Geographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically To Jerry_perry@fws.gov No Later Than: 2:00pm (eastern), Tuesday, January 17, 2025. Email Subject Lines Must Be Labeled: A&e Sol# Doiffb0250021 - Tinkerbell Dam Prep.files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330 Package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Of Contents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of The Page Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330: Section E - Resumes (limit To 1 Page Per Team Member) Section F - Example Projects (limit To 1 Page Per Project) Section G - Key Personnel Participation In Example Projects (limit 1 Page) Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish The Aforementioned Tasks By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The Commonwealth Of Virginia.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgrades Iii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reports Vii. Construction And Renovations, Including Demolitionb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. A. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I, Sf 330s, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1. Rating Evaluation Factors:adjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability 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 Will Not Result In An Award.neutral (for Past Performance Only)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.
U S FISH AND WILDLIFE SERVICE USA Tender
Energy, Oil and Gas
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Intent (a&e Solicitation For Sf330: Doiffb0250022)presolicitation Notice Of Intent. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder¿s List Will Be Issued. 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.1. Introduction: This Is A Pre-solicitation Notice For Pr Number 0044001767 Which Requires Architect And/or Engineering (a&e) Services To Evaluate The Impact Of Incorporating Electric Vehicle (ev) Charging Stations, Update The Estimate Of Probable Costs, And Perform A Code Review For The Phase Ii Addition To The Administration Facility Located At The E. B. Forsythe National Wildlife Refuge, Atlantic County, New Jersey, That Was Initially Designed In 2015. This Project Is A 100% Set-aside For Small Business Concerns. The Naics Code For This Procurement Is 541330 ¿ ¿engineering Services¿ And The Annual Small Business Size Standard Is $25.5m. All Information Needed To Submit Sf330 Documents Is Contained Herein. Federal Acquisition Regulations (far) 36.6 Selection Procedures Apply. The Architectural/engineering Sources Listed Herein Are Being Procured Utilizing The Selection Ofarchitects And Engineer¿s Statute, Also Known As The Brooks Act Or Qualifications Based Selection (qbs), Far Part 36.6. All Submissions Will Be Evaluated In Accordance With(iaw) The Evaluation Criteria Identified In The Selection Criteria. Only The Top Three (3) Firms Deemed To Be The Most Highly Qualified, After Initial Source Selection, May Be Chosen For Discussions/interviews. Please Note That The Technical Evaluation Board May Choose Not To Engage Firms In Discussions/interviews If The Initial Selection Evaluation Is Determined Sufficient To Proceed Without Conducting Discussions/interviews. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work As Submitted.2. Description: The Government Is Seeking An A&e Firm To Provide All Professional Services Required To Complete The Following Tasks:1) code And Permitting Review: - Identify Updates To Applicable Codes And Environmental Permitting Requirements Since The Original Design. - The Following Codes And Standards Will Be Reviewed And Analyzed For Updates: International Building Code (ibc) International Energy Conservation Code (iecc) American Society Of Heating, Refrigerating, And Air-conditioning Engineers (ashrae) Standard 90.1 Applicable National Fire Protection Association (nfpa) Codes State And Local Environmental Regulations Architectural Barriers Act (aba) Guiding Principles For Sustainable Federal Buildings Federal Acquisition Regulation (far) 36.601-3(a), Including Requirements For: - Use Of Recovered Materials - Energy Conservation, Pollution Prevention, And Waste Reduction - Specification Of Energy Star Or Femp-designated Products (per Far Subpart 23.2) Fws Agency-specific Requirements For It Infrastructure Fws Standardized Physical Security Countermeasure Handbook - Deliver A Discipline-specific Summary Report Detailing Code Changes, Their Impact On The Project And, Required Updates To Construction Documents. 2) ev Charging Station Analysis:- Coordinate With U.s. Fish & Wildlife Service (fws) Staff To Establish The Desired Number Of Ev Charging Stations.- Analyze The Impact Of These Additions On The Phase Ii Design.3) cost Estimate Update- Update The Estimate Of Probable Costs To Reflect Current Market Conditions For Materials, Labor, And Other Project Costs. This Will Include: Base Bid Four (4) Additive Items Proposed Ev Charging Stations. 4) Project Review - Conduct A Web-based Review Meeting To Discuss The Findings And Recommendations Outlined In The Summary Report.3. Inquiries: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In The Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By Email To: Jerry_perry@fws.gov4. Selection Process: Sf 330s Will Be Evaluated In Accordance With The Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Mosthighly Qualified Firms For This Requirement. In Accordance With Far 36.602-3-(c), Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government¿s Intentto (or Not To) Hold Discussions/interviews. If Held, Discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. This May Include In Writing, Via Phone Interview, Or In-person Interview Presentations. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria, And The Most Highly Qualified Firm Will Be Selected And Subsequently Sent The Solicitation. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. A Site Visit May Be Authorized For The Highest Rated Firm During The Negotiation Process At No Cost To The Government. If Negotiations Are Not Successful With The Highest-rated Firm, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until An Award Can Be Made Or The Requirement Is Canceled.5. Submission Requirements: All Responding Firms Are Required To Submit Standard Form 330, Architect-engineer Qualifications, Part I And Part Ii. Instructions And Fillablecopies Of The Sf 330 Document May Be Obtained From The Gsa Forms Library Or On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications. The Sf 330, Part Imust Clearly Indicate The Office Location Where The Work Will Be Performed, The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract, And Theirgeographical Location.you Must Submit Your Qualifications, And Any Supplemental Information (such As Past Performance, Spreadsheets, Backup Data, And Technical Information), Electronically Tojerry_perry@fws.gov No Later Than: 3:00pm (eastern), Tuesday, January 10, 2025.email Subject Lines Must Be Labeled:¿a&e Sol# Doiffb0250022 ¿ E.b. Forsythe Nwr Es Addition To Hq Code Review¿. Files Must Be Readable Using The Current Adobe Portable Document Format (pdf). A. Late Sf 330 Submissions Received After The Due Date And/or Time Will Be Handled In Accordance With Far 15.208(b). Please Allow Sufficient Time For Your Sf 330package To Be Received Prior To The Proposed Closing Date/time.b. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take Regarding Unreadable Offers.c. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.d. Password-protecting Your Offer Is Not Permitted.e. Please Note That The Government Shall Not Accept .zip Files.f. Package Limitations: Sf 330s Shall Be Limited To A Maximum Of Thirty (30), Single Sided, Single-spaced, And Numbered Pages. This Includes A Cover/title Page, Table Ofcontents, And Any Other Relevant Information. If More Than Thirty (30) Single-sided Pages Are Submitted, All Pages After Thirty (30) Pages Will Not Be Evaluated. The Fontfor Text Shall Be Times New Roman 12-point Or Larger.part Ii Of The Sf 330 And Any Contractor Performance Assessment Rating System (cpars) Reports And Past Performance Questionnaires Will Not Count As Part Of Thepage Limitations.the Sf 330 Shall Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.page Limits Apply To The Following Sections Of The Sf 330:* Section E - Resumes (limit To 1 Page Per Team Member)* Section F - Example Projects (limit To 1 Page Per Project)* Section G - Key Personnel Participation In Example Projects (limit 1 Page)* Section H - Additional Information (limit This Section To 8 Pages Total) Provide Additional Information Demonstrating The Proposed Team's Qualifications And Past Experience To Fulfill The Contract Requirements.g. All Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1) Cage Code; 2) Unique Entity Identifier (uei); 3) Tax Id Number; 4) Primary Point Of Contact; 5) Email Address And Phone Number Of The Primary Point Of Contact;h. Note: Only Submissions From Small Business Concerns Will Be Acceptable For This Project. In Order To Be Considered, The Firm Must Be Registered In The System For Award Management (sam) Database (www.sam.gov) And Certified By The Sba As A Small Business Concern; Failure To Accomplish Either Aforementioned Task By The Time The Sf 330 Is Due Shall Result In Elimination From Consideration As A Proposed Contractor.9. Fws Primary Point Of Contact: Jerry W. Perry, Contracting Officer, Email: Jerry_perry@fws.gov.10. Selection Criteria: The Fws Will Utilize The Following Selection Criteria In Descending Order Of Importance To Evaluate Firms:(a) Technical Proposal - Sf 330 Evaluation - Stage I (pre-selection)factor 1 - Professional Qualification(1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services.a. The A&e Firm Must Be Registered And Licensed To Complete Design Work For Projects Completed In The State Of New Jersey.b. Specific Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm) Of Personnel Proposed For Assignment To The Project.c. The A&e Must Have At Least Five (5) Years Of Engineering Experience.d. Provide Professional License Numbers And/or Proof Of Licensure Of Key Personnel Proposed To Complete Work On The Project.factor 2 - Specialized Experience And Technical Competence(2) Specialized Experience And Technical Competence In The Type Of Work Required:a. Specialized Experience And Technical Competence Will Be Evaluated Based On The Team Members' Knowledge, Both Individually And Collectively As A Team. Experience Should Include: I. Experience And Knowledge Of The Tasks Identified In Paragraph 2 Of This Notice Ii. Facility Upgradesiii. Construction Inspection Services V. Site Investigations Vi. Life Safety And Certification Services And Reportsvii. New Construction And Renovationsb. Firms Shall Submit Project Information On At Least Three (3) But No More Than Five (5) Designs For Projects That Best Match The Scope Of This Project. Designs Must Be Complete Or Substantially Complete Prior To The Due Date Of This Pre-solicitation Notice Of Intent.c. Describe Processes In Relation To Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Building Information Modeling, Equipment Resources, And Any Proposed Subcontractors.factor 3 - Schedule And Capacity(3) Capacity To Accomplish The Work In The Required Time. Provide The Following Items To Demonstrate Capacity:a. Provide Project Lists For Designs In Progress Or Completed By The Personnel Proposed For Assignment To The Project; Indicate How The Team Accomplishes Multiple, Large, And Small Projects Simultaneously, At Different Locations, Within Required Timeframes.b. Provide The Number Of And Types Of Employees (prime And Subcontractor), Including The Availability Of Additional Competent, Regular Employees For Support Of Projects, And The Depth And Size Of The Organization.c. For Any Work Awarded By Fws, Provide Volume Of Work During The Previous 12 Months To The Prime And All Subcontractors.factor 4 - Relevant Past Performance(4) Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.a. Submit The Prime Firm's Past Performance Information To Determine The Degree To Which It Demonstrates The Likelihood It Can Successfully Perform The Requirements Of The Work As Described Herein. Submit Evaluation Information For All Projects Submitted For Factor 2, Specialized Experience, And Technical Competence. If Unable To Obtain A Completed Cpars, Past Performance Questionnaires (ppq) Are Acceptable. Please Utilize The Attached Ppq Document. If Unable To Obtain A Completed Ppq For A Factor 2 Project, Provide The Customer's Contact Information Along With The Contract Information. In The Case Of A Joint Venture, Llc, Or Other Teaming Arrangement Formed For The Purpose Of Competing For This Contract, The Government Will Evaluate The Past Performance Of The Entities That Comprise The Newly Formed Entity. The Government Will Use The Information Either Furnished By The Offeror And Reference(s) And/or Information Obtained From Other Independent Data Sources In Evaluating Past Performance.b. Submit Any Performance Rating Information, Especially For Fws Projects, As Well As Information About The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.c. Submit Any Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services.d. For Firms Without A Record Of Relevant Past Performance Or For Whom Relevant Past Performance Information Is Not Available, The Firm Will Not Be Evaluated Favorably Or Unfavorably. However, Firms Must Document Having At Least Five (5) Years Of Experience.e. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.factor 5 - Location(5) Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of The Criterion Leaves An Appropriate Number Of Qualified Firms Given The Nature And Size Of The Project.a. Firms Must Demonstrate Knowledge Of The Locality Which May Include State Licenses Or Projects Completed For Designs Of Projects Within The State Where The Design Shall Be Constructed.(b) Priced Proposal - Stage Iifactor 6 - Price(1) Price. When Requested By The Contracting Officer, And Following Evaluations Of Stage I Technical Proposals, The Offeror Shall Submit A Price Proposal On The Schedule For Each Item. When Completing The Price Schedule Of The Item(s), The Offeror Shall Provide Fully Loaded Labor Rates. Fully Loaded Rates Shall Include Wages, Overhead, General, Administrative Expenses, And Profit.table 1 - Rating Evaluation Factors:table 1. Rating Evaluation Factorsadjectival Descriptionoutstandingproposal Meets Requirements And Indicates An Exceptional Approach, Understanding And Capability Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.excellentproposal Meets Requirements And Indicates A Thorough Approach, Understanding And Capability Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.acceptableproposal Meets Requirements And Indicates An Adequate Approach, Understanding, And Capability Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is No Worse Than Moderate.marginalproposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach, Understanding And Capability 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 Will Not Result In An Award.neutral (for Past Performance Only)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.
Offizielle Bezeichnung Tender
Others...+1Software and IT Solutions
Germany
Closing Date3 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Offizielle Bezeichnung Tender
Others...+1Software and IT Solutions
Germany
Closing Date14 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Concepcion Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 485 K (USD 8.3 K)
Details: Description Request For Proposal: Date: Jan. 13, 2025 Quotation No.: Rfp-25-01-003 Request For Expression Of Interest: The Concepcion Water District, Through The Corporate Budget For The Contract Approved By The Governing Boards For The Year 2025 Intends To Apply The Sum Of Four Hundred Eighty-five Thousand Eighty-six Pesos [php485,086.00] Only, Being The Approved Budget For The Contract (abc) For The Construction Of Pump House With Genset Area At Sta. Rita Pumping Station, Concepcion, Tarlac. 1. Proposals Received In Excess Of The Abc Shall Be Automatically Rejected; 2. Prospective Bidders Should Have Experience To Undertake A Similar Project Within The Last Five Years With An Amount Of At Least 50% Of The Proposed Project For, And Have Key Personnel And Equipment Available For The Execution Of The Project; 3. The Concepcion Water District Now Calls For The Submission Of Quotations/proposals And Eligibility Documents For The Project. Interested Contractor Must Submit Their Quotations/proposals And Eligibility Documents On Or Before Jan. 17, 2025, 10:00 Am At Concepcion Water District, San Jose Concepcion, Tarlac Or Through Email: Concepcionwaterdistrict@yahoo.com; 4. The Bac Shall Draw Up The Short List Of Contractor From Those Who Have Submitted Expression Of Interest (quotation/proposal) And Have Been Determined As Eligible In Accordance With The Provisions Of Ra 9184, Otherwise Known As The “government Procurement Act” And Its Implementing Rules And Regulations (irr); Bidding Will Be Conducted Through Alternative Mode Of Procurement Through Small Value Procurement Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184; 5. The Concepcion Water District Reserves The Right To Reject Any And All Proposals, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders; Terms And Conditions: 1. Mobilization: Asap 2. Completion Of Works Must Be Within One Hundred Twenty (120) Calendar Days Upon Mobilization. 3. Payment Terms: Within Thirty (30) Days After Satisfactory Completion Of The Project. 4. Any Additional Materials Necessary To Complete The Project That Are Not Listed In The Bill Of Materials Shall Be Provided By The Contractor At Their Own Expense. 5. The Contractor Shall Be Responsible For Submitting The Building Permit Application And Covering All Associated Fees. 6. Prices Are Inclusive Of 7% Gov’t Tax (to Be Deducted Upon Payment, Bir Tax Cert. 2307 Is Issued. 7. Must Have A Minimum Of Five (5) Years In Construction And Carpentry Works. 8. Accomplishment Report Must Be Submitted By The Contractor. 9. Others/documentary Requirements: A. Mayor’s/business Permit Must Be Submitted By The Contractor; B. Philgeps Registration No./platinum Member; C. Updated Dti For Single Proprietor & Updated General Information Sheet For Corporation; D. Annual Income Tax/business Tax Return, Paid Thru Efps Shall Be Accepted. E. Conduct Site Inspection And Provide Detailed Bill Of Materials. F. Attached Drawings/sketch G. Building Plans Duly Signed By Professional Electrical Engineer And Architect. For Further Information, Please Refer To: Approved By: Sgd. Sgd. Ernien Dale C. Mercado Engr. Andrew T. Pablo Bac Secretariat Bac-chairperson Project: Construction Of Pump House With Genset Area Location: Brgy. Sta. Rita Concepcion, Tarlac. Title: Cost Estimate I. Estimate And Bill Of Materials For Pump House Item No. Scope Of Work Qty Unit Materials Labor Total Cost Unit Cost Sub Total Unit Cost Sub Total 1 Excavation/backfilling 3 Cu.m 2 Fill Materials And Compaction 2 Dt/l 3 Sand 3 Dt/l 4 3/4 Crushed Gravel 5 Cu.m 5 Portland Cement 194 Bags 6 Deformed Bar 9mm X 6m 80 Pcs 7 Deformed Bar 10mm X 6m 134 Pcs 8 Deformed Bar 12mm X 6m 64 Pcs 9 Gi Tie Wire #16 26 Kgs 10 Concrete Hollow Blocks (chb 5" Thk) 1620 Pcs 11 Formworks 28 Sq.m 12 Scaffoldings 1 Lot 13 Steel Door With Steel Jamb And Accessories 1-0.80 X 2.10 1 Set 14 Steel Door With Steel Jamb And Accessories 2-0.70 X 2.10 1 Set 15 Window Glass Jalousies 1 Lot 16 Steel Trusses (includes Genset Steel Trusses) 1 Lot 17 Rib-type Long Span Roofing (includes Genset Roofing) 1 Lot 18 Hardiflex Ceiling On Metal Furring (interior) 20 Sq.m 19 Spandrel Eaves Ceiling (outside) 22 Sq.m 20 Gi Pipe 3" S-40 (genset) 1 Pc 21 2" X 2" Steel Matting Doubled W/ 1/2" X 1/2" Hd Wire Mesh Framed With 1-1/4" Gi Pipe 243 Sq.ft 22 Painting Works: (inside And Outside) -wall -ceiling 1 Lot Sub-total Grand Total Submitted By: Contractor/service Provider’s Name: _________________________________________ _________________________________ Authorized Signature Over Printed Name Date: __________________
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: Division02-existing Conditions Division03-concrete Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division10-specialties Division11-equipment Division12-furnishings Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication Division28-electronic Safety And Security ***documents Are Available Through The Construction Association*** New Pnb Public Health Laboratory Centre Hospitalier Universitaire Dr-georges-l.-dumont Moncton, Nb 848-ha1 By478a Bid Depository Tender Closing Date January 14, 2025. Address All Inquiries To Architects 4 Limited 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time December 12, 2024 At 10:00 Am Contact Georges Cormier 506-850-9611 Pay Equity The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. The Women's Equality Branch Has Developed An Online Pay Equity Learning Module For Employers. To Complete The Module And Obtain Your Certificate Of Completion, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Page 2 Of 2 description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025. scope Of Work: intent
provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding. Â The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures. design Efforts Shall Include: conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards.
utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope.
provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include:
provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor.
make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage.
examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible.
examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue.
provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required:
a/e Satisfy The Following Milestones:
schematic Design (30%)
drawings
outline Specifications And A Draft Of The Submittal Register
construction Cost Estimate
design Development Review Meeting
final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set.
drawings
full Specifications And The Submittal Register
construction Cost Estimate
design Development Review Meeting
construction Documents (100%)
drawings
full Specifications
construction Cost Estimate
construction Documents Review Meeting
.
the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes.
national Cad Standards And Standard Details Pg-18-4
vha Program Guide Pg-18-3
va Master Construction Specifications Pg-18-1
h-18-8 Seismic Design Requirements
sanitary Design Manual For Hospital Projects
pg-18-13 Barrier Free Design Handbook
nfpa Codes
design Manuals Pg-18-10
cultural Resource Management D-7545 & H-7545
government-furnished Record Drawings (a/e To Field Verify Conditions)
pg-18-15 A/e Submission Requirements.
pg-18-12 Design Guides (graphical, By Function)
pg-18-14 Room Finishes, Door, And Hardware Schedules
facility Guidelines Institute (fgi)
american Institute Of Architects (aia)
a/e Shall Address The Following Items In The Design: estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal. access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process.
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer.
the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions:
one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings.
two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications. two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations.
provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule.
in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above:
brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times.
list Of Sole Source Items With Justification (if Applicable).
list Of Or-equal Items With Justification (if Applicable). schedule: overall Period Of Performance: 210 Days From The Notice To Proceed.
site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed.
schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided.
the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed. any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay.
evaluation Factors For Award
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows: part I Technical Capability
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors: specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date. professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As
appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located. capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity. knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area. design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal. experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. part Ii Past Performance
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance. past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects. part I Technical Capability
first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating. evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section. adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. sub-factor 1 Specialized Experience And Technical Competence criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information: project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc). project Owner And Name And Telephone Number Of Owner S Contact Person. indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc. project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s). project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received. sub-factor 2 Professional Qualifications criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project: project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software. other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above: name And Title project Assignment name Of Firm With Which Associated sub-factor 3 Capacity criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements. sub-factor 4 Knowledge Of The Locality criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center). minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center sub-factor 5 Design Quality Control Plan criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award. minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides: a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities. the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope. sub-factor 6 - Experience In Construction Period Services criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided. part Ii Past Performance
next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating. criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated. relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. -- End Of Item 8. Evaluation Criteria -- release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6. if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00. the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other. projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order. all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas: the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents. design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments. designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat. projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements. although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development. capability Statement all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement. the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address. 2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities. 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above. please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns. the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms. this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025. please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
631-640 of 705 archived Tenders