Cable Tenders
Cable Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: Cable Assembly, Power Nsn 6150-01-462-8501
Eskom Holdings SOC Ltd Tender
Telecommunication Services
South Africa
Closing Date17 Oct 2025
Tender AmountRefer Documents
Description: Regret Letter And Award Letter For Installation And Commissioning Of 10 Paired Armored Telephone cabling For Smokestack Lifts Intercom System For A One (1) Year period At Lethabo Power Station
Northern Railway - NR Tender
Scraps
Ireps
India
Closing Date29 Mar 2025
Tender AmountRefer Documents
Description: Scrap Pvc Rubber Insulated Aluminium Cable And Wire Of Sort And Sizes. The Approx Metal Content Is As Under- Aluminium-40% Pvc Rubber Ferrous Dust Etc-60%. Note- Loading By Purchaser. Location: Lying In Godown A, Near Window-01
South Central Railway - SCR Tender
Ireps
India
Closing Date19 Feb 2025
Tender AmountRefer Documents
Description: 700 Hp Demu Dpc-vijayawada- Pl No.98112326 - [hsn Code-86079100] - Cond And U/s Over Aged 700 Hp Demu Dpc [qty - 03 Nos] Bearing With Nos-15014, 15015, 15016 Of Dls/bza. Consisting Of - Engine Block Complete, Ventilation Fan With Motor, Radiator Fan With Motor, Radiators With Expansion Tank, Hydraulic Pump, Hydraulic Oil Tank & Oil Cooler, Fuel Tank, Muffler Tank With Exhaust Bellows, Engine Block Bed, Turbo Super Charges, Air Brake System Valves [ A9,sa9,c2;c3w & Feed Valves], Main Reservoirs, Auxiliary Reservoirs, Wiper Motor & Arm Assemble With Operating Knob, Air Compressor Trc 1000b, Parking Brake Magnetic Valve, Horn Flutes With Operating Valves, Modified Abd Valves, Angle| Cutout Cocks, Mr Safety Valves, Dead Man Relay Valves. Traction Alternator, Traction Motors With Nose Caps, Main Rectifier Assembly, 100v Auxiliary Alternator-18.5kw, Regulator Rectifier Assembly[rra], Master Controler, Bl Box, 100v Gp Relays, Ep Contractors, Em Contractors, 2 Motors Reversers, Speed Sensor & Indicator Assembly, Engine Starting &control Panel, Head Light Unit, Flasher Light Unit, Dc-dc Converter. 8v-450ah Lead Acid Batteries, 6v Batteries . 10v Battries, Truck Assembly, Axle Box With Barings, Buffer Complete, Schaku Coupler Assembly, Brake Cylinders, Wear Pieces, Gear Case Assemblies,24 B/charger Alternator,24v Self Starter, Cable, Control Wiring Lumpsum, Actuator, Fsd, Driver Cab Fan, Brass Bearings, Etc. Note I) In Dpc-15014-main Alternator-01nos, Traction Motor With Nose Caps-04nos, Fans-20 Nos Are Removed. Note-2)in Dpc-15015-rra-01nos, Cylinder Head-02nos, Connecting Rod With Pistion-12nos, Fip-01nos, Turbo Supercharger-02nos, Water Pump With Housing-01nos, After Cooler & Lube Oil Cooler-02nos Are Removed. Note-3)in Dpc-15016-connecting Rod With Pistion-12nos, Fly-wheel-01nos, After Cooler Housing-01nos, Tappet Covers-04nos Are Removed. The Above 03 Dpc S Contain Ferrous =130938.97 Kg, Copper=9131.51 Kg, Brass = 856.20kg, Aluminium = 2715.20kg, Stainless Steel = 2850.00 Kg, Wood=1800kg. Total Qty = 148.292 Mt, Except Rc Items. Sale On Number Basis And Delivery On By Lot Basis Only. Ds-8 Nos- 236200025/26/27. Dt.04.10.2024. Available At Rayanapadu Work Men Spl Siding. Under Control Of Sse/loco/bza.
South Central Railway - SCR Tender
Ireps
India
Closing Date19 Feb 2025
Tender AmountRefer Documents
Description: 700 Hp Demu Dpc-vijayawada - Pl No.98112326 - [hsn Code-86079100] - Cond And U/s Over Aged 700 Hp Demu Dpc [qty - 03 Nos] Baring With Nos-15013, 15019, 15030, Of Dls/bza. Consisting Of - Engine Block Complete, Ventilation Fan With Motor, Radiator Fan With Motor, Radiators With Expansion Tank, Hydraulic Pump, Hydraulic Oil Tank & Oil Cooler, Fuel Tank, Muffler Tank With Exhaust Bellows, Engine Block Bed, Turbo Super Charges, Air Brake System Valves [ A9,sa9,c2;c3w & Feed Valves], Main Reservoirs, Auxiliary Reservoirs, Wiper Motor &arm Assemble With Operating Knob, Air Compressor Trc 1000b, Parking Brake Magnetic Valve, Horn Flutes With Operating Valves, Modified Abd Valves, Angle| Cutout Cocks, Mr Safety Valves, Dead Man Relay Valves. Traction Alternator, Traction Motors With Nose Caps, Main Rectifier Assembly, 100v Auxiliary Alternator-18.5kw, Regulator Rectifier Assembly[rra], Master Controler, Bl Box, 100v Gp Relays, Ep Contractors, Em Contractors, 2 Motors Reversers, Speed Sensor & Indicator Assembly, Engine Starting &control Panel, Head Light Unit, Flasher Light Unit, Dc-dc Converter. 8v-450ah Lead Acid Batteries, 6v Batteries . Truck Assembly, Axle Box With Bearings, Buffer Complete, Schaku Coupler Assembly, Brake Cylinders, Wear Pieces, Gear Case Assemblies,24 B/charger Alternator,24v Self Starter, Cable, Control Wiring Lumpsum, Actuator, Fsd, Driver Cab Fan, Brass Bearings, Cenre Pivot Pin Brass Bush. The Above 03 Dpc S Contain Ferrous =142649.97 Kg, Copper=11901.51 Kg, Brass = 856.20kg, Aluminium = 2485.20kg, Stainless Steel = 2850.00 Kg, Wood=1500kg. Total Qty = 162.243 Mt, Except Rc Items. Sale By Number Basis And Delivery On By Lot Basis Only. Ds-8 Nos- 236200016/17/18. Dt.08.08.2024. Available At Rayanapadu Work Men Spl Siding. Under Control Of Sse/loco/bza.
South Central Railway - SCR Tender
Scraps
Ireps
India
Closing Date19 Feb 2025
Tender AmountRefer Documents
Description: Rail Bus-kakinada - Pl No.98112326 - [hsn Code-86079100] - Cond And U/s Over Aged Wrb Rail Bus [qty - 02 Nos] Bearing With Nos-30016 & 30019 Of Dls/bza. Consisting Of - Engine Block Complete(02 Nos), Buffers(08nos),hooks(04nos),battery Boxes(04nos),fuel Oil Tank(02nos), Carton Shaft(02nos),transmission Oil Core(02nos),radiator Core(02nos), Hydralic Core(03nos),gear Box (02nos),driver Seats(04nos),passenger Benches(32nos),cattle Guard(04nos),cables With Wiring(05kg), Air Brake System Valves [ A9,sa9,air Brake Valves,tappet Covers)(02sets) The Above 02 Rail Bus Contains Ferrous =34335.00 Kg, Copper=40 Kg, Aluminium = 10kg, Total Qty =34.385mt Except Rc Items. Rc Items 1) Wheel Set =04 Sets. All Weights Are Given By The Custodian. Cutting And Dismantling Of Parts Are Permitted For Loading Purpose Only. Ds-8 Nos- 236200015. Dt.05.08.2024. Available At Kakinada Port Station (coa) Under Control Of Sse/loco/bza, Sale By 02 Numbers By Lot Basis. Note-1.rc Items Should Be Handing Over By The Purchaser Before Effecting The Delivery. 2. While Cutting Process Purchaser Has To Be Stock The Similar Type Of Material In The Separate Places In A Heap. Note Purchasers Shall Visit The Lot For Physical Inspection Of The Material And Site Before Bidding In E-auction.
Ministry Of Road Transport And Highways - MORTH Tender
Software and IT Solutions...+2Electrical Works, Electrical and Electronics
Eprocure
India
Closing Date21 Feb 2025
Tender AmountINR 331.8 Million (USD 3.8 Million)
Description: Supply Installation Commissioning Maintenance Of Sensors Data Acquisition Data Transmission Analysis Management Reporting For The Same For Bhms For New Cable Stayed Zuari Bridge, Old Zuari Bridge On Nh-66 And Borim Bridge On Nh-566 In State Of Goa
Province Of Occidental Mindoro Tender
Furnitures and Fixtures
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 1 Million (USD 17.5 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer 11 Units 78,650.00 And Three Side Drawers, With Lock And Keys 5 Laminated Modular Table Cubicle 42 Units 484,129.80 With Grommet Cable Port 6 Open Shelf Cabinet, 7 Units 65,450.00 Five Adjustable Shelves 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table 5 Units 9,717.50 With Printer And Speaker Stand 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule: Advertisement/ Posting Of Request For Quotation: February 03 To 10, 2025 Availability Of Request For Quotation: Beginning February 03 To 10, 2025 Pre-negotiation Conference: February 07, 2025 (friday), 10:00am; Venue: Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 Passcode: Bac2023) Deadline For Submission Of Quotations And Legal/ Technical Documents: 1:30pm Of February 10, 2025 (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) Address To: Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro Pmu Official Email: Omscpmu.main@gmail.com 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 10, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address () Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Michelle Lynne G. Fantone Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 03, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: 556-23-101 Renovate B134-2c Clc
july 22, 2024 construction Statement Of Work
date: July 22, 2024
project Number: 556-23-101
project Name: Renovate B134-2c Clc
location: B134 C-wing 2nd Floor Clc
captain James A. Lovell Fhcc 3001 Green Bay Rd,
north Chicago, Il 60064
part 1: Project Scope Of Work Overview:
contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor.
part 2: Period Of Performance:
the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes:
durations Shown Are In Calendar Days.
actual Award And Ntp Dates Will Be Revised To Match Their Occurrence.
time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp.
see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements:
project Objectives:
this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical.
meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications.
expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service.
list Of Ae Documents To Be Included In This Contract:
see: 00 01 10 Table Of Contents And The Entire Project Manual
see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings
pre-bid Conference:
va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s).
the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation.
prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time.
project Scheduling And Mobilization On Site:
the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance.
critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule.
approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager.
prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area.
the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities.
the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change.
performance Of The Work:
erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths.
containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor.
after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated.
the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space.
prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System.
in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation.
immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System.
perform Selective Demolition And Construction As Described In The Specifications And Drawings.
special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found.
the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable.
restore All Finishes Damaged During The Work Match Existing.
thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes.
part 4: Meetings, Submittals, And Deliverables:
kick-off Meeting And Documentation
the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details.
kick-off Meeting Documentation:
prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project.
the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc.
it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule.
to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award.
develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status.
the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area.
preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule.
not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable.
include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule.
do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit.
the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status.
as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To:
access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans.
submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work.
project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access.
(*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto.
submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan.
submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation.
public Safety Compliance Requirements:
the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff.
contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information.
all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill.
quality Control Plan And Quality Assurance Plan:
01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity.
submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23.
submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects.
(dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work.
to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer.
construction Progress Meetings:
the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance.
include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting.
construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule.
daily Reports:
the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area.
use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required.
the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day.
no Photography On Va Premises Is Allowed Without Written Permission Of The Cor.
in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture.
acceptance And Closeout:
acceptance Criteria For The Work:
schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor.
provide Factory Startup And Certification Of All Systems.
demonstrate The Operation Of The System.
newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications.
startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process.
closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To:
as-built Record Drawings Of The Installed Condition As Cad And Pdf Files.
approved Shop Drawings.
operations And Maintenance Manuals.
spare Parts Lists.
all Photographs.
all Daily Reports.
all Communications.
all Pay Applications.
all Communication, Change, And Cost Data.
all Safety Records.
a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package).
where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty.
where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years).
note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct.
lien Waivers And Other Documents Required By The Contracting Officer.
part 5: Applicable Performance Standards
all Work Shall Comply With
all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies.
codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp
01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc)
01 35 26 Safety Requirements
01 35 33 Infection Control Requirements
01 40 00 Quality Requirements
01 41 00 Regulatory Requirements
01 42 16 Definitions And Abbreviations
coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa.
ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services.
the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts.
no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed.
the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege.
safety:
prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26
safety Requirements.
the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies:
all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace.
01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended.
because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents.
prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity.
all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space.
immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work.
exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations.
fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems.
infection Control:
01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required.
prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33
infection Control Requirements.
review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents.
provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier.
before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction.
walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided.
block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System.
1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening.
provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened.
when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening.
broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust.
provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area.
provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day.
do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building.
part 6: Site-specific Requirements
project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day.
comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy.
normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday.
normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va.
no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday.
no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours.
any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only.
crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
all Building Systems Shall Be Maintained In Full Operation At All Times:
request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care.
shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance.
deliveries, Parking, Elevators:
deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day.
no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park.
contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight.
construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy.
no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors.
trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators.
no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work.
no Music Radios Within Work Areas.
no Noise Generated Within The Work Area Can Be Allowed To Leave It.
the Use Of Powder-actuated Fasteners Is Forbidden.
performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden.
two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System.
before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section.
va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor.
compatible System Procurements Shall Include The Following:
locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va.
exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924.
building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments.
sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems:
fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex.
building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago.
proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman
patient Lift Systems And Components: Guldmann
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: 2
department Of Veterans Affairs request For Qualifications (rfq)
no. 36c77625q0008 dayton Va Medical Center redevelopment Opportunity
dayton, Ohio 7 October 2024 date And Time Responses Due: February 7, 2025, At 3pm Est date And Time Questions Due: October 25, 2024 disclaimer the Information Presented In This Request For Qualifications And All Supplements, Revisions, Modifications, Updates, And Addenda Thereto (collectively, The Rfq ), Including (without Limitation) Narrative Descriptions And Information, Is Not Represented To Be All Of The Information That May Be Material To An Offeror S Decision To Submit A Response To This Rfq To Finance, Design, Develop, Renovate, Construct, Operate And Maintain The Project (as Defined Below) On A Portion Of The U.s. Department Of Veterans Affairs (va) Campus Named In Attachment A. neither Va, Nor Any Of Its Contractors, Subcontractors, Officers, Employees, Counsel, Advisors, Or Agents Make Any Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, As To The Accuracy Or Completeness Of This Rfq Or Any Of Its Contents Or Materials Referred To Or Provided Pursuant To Or In Connection With This Rfq, And No Legal Liability With Respect Thereto Is Assumed Or May Be Implied. Any Information Or Site Description Is Merely Provided To Assist Offerors In Their Independent Analysis Of The Decision To Submit A Response. The Transactions Contemplated By This Rfq Involve Significant Risks. Offerors And Their Advisors Should Review Carefully All The Information Set Forth In The Rfq And Any Additional Information Available To Them To Evaluate Such Risks. no Additional Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, Will Be Made By Va. No Person Has Been Authorized To Make Or Give On Behalf Of Va Any Other Written Or Oral Representation, Warranty Or Assurance With Respect To The Project Or The Accuracy Or Completeness Of The Information Provided In This Rfq Or Otherwise And, If Any Such Representation, Warranty, Or Assurance Is Made Or Given, It May Not Be Relied Upon By Any Offeror As Having Been Made By Or On Behalf Of Va, And Va Shall Not Have Any Liability For Or With Respect To Such Statements. table Of Contents 1 Executive Summary 1
1.1 Authority To Outlease 1
1.2 Rfq Terms And Condition Acceptance 2
2 Proposed Development Of Site 2
2.1 Overview Of Solicitation Structure 2
2.2 Location, Background And Description Of The Site 3
2.3 Development Considerations 3
2.3.1 National Historic Preservation Act 3
2.3.2 National Environmental Policy Act And Other Environmental Considerations 4
2.3.3 Infrastructure 4
2.3.4 Legal Considerations 4
2.3.5 Prevailing Wages 5
2.3.6 Handicap Accessibility 6
2.3.7 Eul Statutory Requirements 6
2.3.8 Hrp Statutory Requirements 6
2.3.9 Va S Goals And Objectives 6
2.3.10 Other Considerations 7
3 Lease Exhibits 7
4 Submital Requirements 8
4.1 Time And Date Of Submission 8
4.2 Manner Of Submission 8
4.3 Response Content 9
4.3.1 Cover Letter With Background And Administrative Information 10
4.3.2 Legal Requirements 11
4.3.3 Section 1: Development And Operations Concept 12
4.3.4 Section 2: Development Team Qualifications, Experience, And Past Performance 15
4.3.5 Section 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance 16
4.3.6 Section 4: Financial Wherewithal And Experience Securing Financing 17
5 Evaluation Criteria 18
5.1 Initial Review 18
5.2 Formal Presentations 18
5.3 Selection Process 18
5.4 Selection Timeline 18
5.5 Evaluation Factors 19
6 Miscellaneous Terms And Conditions Applicable To This Rfq 23
6.1 Authorizations By Submission Of Response 23
6.2 Teaming Arrangements And Special Purpose Entities 23
6.3 Hold Harmless 23
7 Ineligibility 23
8 Additional Information 24
attachment A: Site Information 25
attachment B: Supportive Housing Sample Lease Exhibit Outlines 32
attachment C: Non-supportive Housing Sample Lease Exhibit Outlines 33 department Of Veterans Affairs Rfq #36c77625q0008
26
request For Qualifications
dayton Va Medical Center
redevelopment Opportunity
dayton, Ohio executive Summary
the United States Department Of Veterans Affairs (va), Under Its Enhanced-use Leasing (eul) Authority (38 United States Code (u.s.c.) §⧠8161 To 8169) And The Historic Reuse Program (hrp) Authority Derived From Title 54 U.s.c. §⧠306121-306122 (formerly Section 111), Is Pleased To Issue This Request For Qualifications (rfq Or Solicitation), Seeking Competitive Responses From Qualified Organizations (offerors) To Serve As Developer(s) In Redeveloping Underutilized Vacant Buildings (described In Attachment A) On The Dayton Va Medical Center Campus In Dayton, Ohio. Redevelopment May Occur Under Va S Eul Authority To Benefit Veterans (directly Or Indirectly) And/or Create Permanent Supportive Housing For Homeless And/or At-risk Veterans And Their Families Or Under Va S Hrp Authority To Reuse And Preserve The Historic Property. authority To Outlease
va Is Authorized To Outlease Land And Improvements To Non-federal Entities Through The Eul Program Or Hrp. Such Leases Can Have A Term Of Up To Ninety-nine (99) Years. va S Office Of Asset Enterprise Management (oaem) Administers The Eul Program. The Eul Authority Allows Va To Partner With The Public Or Private Sector To Maximize Returns To Veterans From Underutilized Capital Assets. It Allows Selected Developers To Finance, Design, Develop, Renovate, Construct, Operate And Maintain Supportive Housing And/or Commercial/other Use(s) That Benefit Veterans Directly And/or Indirectly. Va Envisions That Development Of The Eul Site Will Entail Well-planned And Coordinated Endeavor, Which Is Compatible With The Campuses Ongoing Mission-related Activities And The Surrounding Non-va Community. Va S Eul Authority Allows Va To Make Capital Contributions To Eul Projects Using Minor Construction Appropriations Funds. the Hrp Authority Allows Va To Manage, Outlease, Or Exchange Historic Facilities (available Land, Buildings, And Other Resources) In A Manner Consistent With Va S Obligation To Maintain Historic Assets. An Hrp Agreement Can Be Either A Long-term Outlease (up To 99 Years) Of Facilities Under Va S Jurisdiction Of Control To The Public Or Private Sector Or An Exchange Of Historic Properties. This Program Is Administered By The Office Of Real Property (orp) Within Va S Office Of Construction And Facilities Management (ocfm). Unlike Under Eul Authority, Va Is Not Authorized To Make Capital Contributions To Projects Under Its Hrp Authority. offeror(s) Under Both Va Authorities Will Be Authorized And Responsible For Financing, Designing, Developing, Renovating, Constructing, Operating, And Maintaining The Development Site In Accordance With Detailed Development Plan Approved By Va ( Development Plan ) And Applicable Federal, State, And Local Laws, Codes, Ordinances, And Regulations. rfq Terms And Condition Acceptance
va Reserves The Right, At Any Time, Without Notice, At Its Sole And Absolute Discretion, To: (a) Reject Any Or All Responses; (b) Extend Any Deadline Set Forth In This Rfq; And (c) Terminate The Rfq Process, In Whole Or In Part. proposed Development Of Site
for Offerors Proposing Under Va S Eul Authority, Public Law No. 117-168, The Sergeant First Class Heath Robinson Honoring Our Promise To Address Comprehensive Toxics Act Of 2022 (pact Act) Allows Va To Enter Into Euls That Provide Supportive Housing Or Enhance The Use Of The Leased Property By Directly Or Indirectly Benefitting Veterans. project Types May Include But Are Not Limited To: supportive Housing
skilled Nursing Facilities
assisted Living Facilities
technical Job Training Centers
research Facilities
mixed-use, Etc. projects That Are Unlikely To Meet Statutory Requirements For Euls Include But Are Not Limited To: commercial Hotels warehouses, Etc.
pursuant To 38 U.s.c. § 8162(b)(5), A Proposed Eul May Not Provide For Any Acquisition, Contract, Demonstration, Exchange, Grant, Incentive, Procurement, Sale, Other Transaction Authority, Service Agreement, Use Agreement, Lease, Or Lease-back By Va Or Any Other Federal Entity. Va May Only Receive Cash Consideration And No Forms Of In-kind Consideration Can Be Accepted In Lieu Of Cash Consideration. Va May Enter Into An Eul Without Receiving Consideration.
for Offerors Proposing Under Hrp Authority, Va May Lease Or Exchange Its Historic Property So Long As The Lease Or Exchange Will Adequately Ensure The Preservation Of The Historic Property.
overview Of Solicitation Structure
through This Rfq, Va Is Presenting A Site Available For Redevelopment For An Offeror; Offerors May Submit A Single Response To This Rfq To Develop The Site Referenced In Attachment A. See Sections 4 And 5 Of This Rfq For Required Response Content And Evaluation Criteria. location, Background And Description Of The Site
the Intent Of This Solicitation Is To Outline The Requirements For Selection Of A Developer(s) And Its Team(s) For Purposes Of Redeveloping Underutilized Vacant Buildings. It Is Expected That Any Redevelopment Would Also Enhance The Dayton Va Medical Center Campus. the Developer Entering Into An Eul Or Hrp Agreement With Va Will Be Responsible For All Financing, Designing, Developing, Renovating, Constructing, Operating, And Maintaining The Facility. pursuant To 38 U.s.c. §8163, Va Conducted A Public Hearing On The Eul Concept On September 26, 2022, At 6:00 Pm Est; Virtually With The Microsoft Teams Video Conference Application. attachment A Contains Additional Information Regarding The Location, Background Information, And Description Of The Subject Site. Development Considerations
in Deciding Whether To Submit A Response To Develop The Proposed Site, The Offeror Should Consider Certain Factors. national Historic Preservation Act
prior To Entering Into An Eul Or Hrp Agreement With Va, The Offeror Shall Work With Va To Fulfill The Requirements Of The National Historic Preservation Act, 54 U.s.c. §⧠300101, Et Seq. ( Nhpa ) In Conjunction With The Development And Finalization Of The Proposed Development Plans. Section 106 Of Nhpa, 54 U.s.c. §⧠306108, Requires The Consideration Of The Effects Of The Project On Historic Properties Listed Or Eligible For Listing In The National Register Of Historic Places (nrhp) And Provides Representatives Of The State And Local Governments, Tribes And Other Interested Consulting Parties Sufficient Opportunity To Comment On The Development Plan Prior To Execution Of The Eul Or Hrp Agreement. Section 106 Of The Nhpa Also Requires The Developer To Seek Ways To Avoid, Minimize, Or Mitigate Adverse Effects (e.g., Demolition) That The Development Plan Might Have On Any Historic Properties During The Execution Stage Of The Eul Or Hrp Agreement. Consummation Of This Effort Will Be Accomplished By Va. Va Will Act In Concert With The Offeror, When Necessary, In The Accomplishment Of Historical Compliance. For Guidelines Related To Historic Preservation Requirements, Visit Https://www.achp.gov/protecting-historic-properties. national Environmental Policy Act And Other Environmental Considerations
the Eul Or Hrp Project Will Be Subject To All Applicable Federal, State, And Local Environmental Laws, Codes, Ordinances, And Regulations, Including But Not Limited To, The Comprehensive Environmental Response, Compensation, And Liability Act ( Cercla ), 42 U.s.c. §⧠9601-9675; The Resource Conservation And Recovery Act ( Rcra ), 42 U.s.c. §⧠6901, Et Seq; And The National Environmental Policy Act ( Nepa ), 42 U.s.c. §⧠4321-4347. Nepa Requires That Federal Agencies, Including Va, Identify And Evaluate The Potential Environmental Impacts Of A Major Federal Action (e.g., An Eul) On The Human Environment. Va Will Complete The Nepa Analysis Upon Va S Selection Of The Offeror. The Offeror Will Be Required To Provide Development-specific Information To Support The Analysis. The Nepa Analysis Must Be Completed By Va, Prior To Execution Of The Eul Or Hrp Agreement. The Offeror Will Be Responsible For Complying With Mitigation Requirements Of The Nepa Analysis, If Required. The Offeror Shall Comply With All Applicable Environmental Laws And Will Be Responsible For Any Required Cleanup/remediation Activities. Additionally, The Offeror Will Be Responsible For Any Necessary Environmental Studies, Reports, Site Assessments, Seismic, Etc. That Are Needed By Offeror To Meet Offeror S Obligations. Lastly, The Offeror Will Be Responsible For Complying With Any Regulatory Requirements For The Abatement And Removal Of Any Asbestos And/or Lead-containing Material. infrastructure
any Available Information About Infrastructure Regarding The Site Is Included In Attachment A. It Is The Responsibility Of The Offeror To Pay Utility Providers For All Utilities Through Separate Metering. It Is The Responsibility Of The Offeror To Bring In The Necessary Utility Lines (water, Sewer, Gas, Electricity, Fiber Optics, Communication, Cable, Etc.) To Operate The Eul Or Hrp Site. Va Is Not Obligated To Provide Selected Offeror Access To Va Owned Utilities Or Resources. legal Considerations
overview the Offeror Is Responsible For Conducting Its Own Due Diligence Regarding The Eul Or Hrp Site Including, Without Limitation, Whether (a) The Development Of The Eul Or Hrp Site, As Contemplated By The Response, Can Be Accomplished In Compliance With Applicable Federal, State, And Local Requirements (including Fire, Life Safety, Accessibility, Zoning, State And Local Building Codes, And Other Local Land Use Restrictions); (b) The Condition Of The Eul Or Hrp Site Is Suitable For The Offeror S Contemplated Use; (c) The Necessary Permits, Variances, Special Exceptions And Other Governmental Actions Or Approvals Required For The Contemplated Developments Can Be Reasonably Obtained (at No Cost Or Expense To Va); And (d) The Contemplated Use(s) Is Otherwise Practical And Economically Feasible. Property Is Under Concurrent Jurisdiction. Prior To The Execution Of The Lease Agreement, Offeror Will Need To Have Written Executed Agreements (e.g., Memorandum Of Understanding) Regarding Fire, Police, And Emergency Services In Place, Including Va Concurrence. taxes in Accordance With The Pertinent Provisions Of The Eul Statute (i.e., 38 U.s.c. § 8167), The Offeror During The Eul Term Will Be Subject To Any And All Applicable State And Local Taxes, Fees, Assessments, And Special Assessments Legally Chargeable To The Eul, The Offeror S Leasehold Interest, And The Offeror S Underlying Improvements. However, Neither Va S Interest In The Eul Nor The United States Fee Interest In The Underlying Properties Shall Be Subject, Directly Or Indirectly, To Any State Or Local Laws Relative To Taxation, Fees, Assessments Or Special Assessments. security
offeror Is Responsible For Providing Security On The Site. The Offeror Shall Include In Their Response An Overview Of The Physical Security And Electronic Monitoring That Will Be Provided Based Upon The Individual Space Requirements And Tenant Mix Of The Proposed Eul Or Hrp Project. As Part Of The Response, It Should Be Noted That It Is The Requirement Of The Offeror To Provide Security 24/7 For The Site. energy Conservation And Sustainable Design Requirements
the Va Sustainable Design Manual () Is The Guidance That Defines The Methodology To Incorporate Sustainable Design, Including Energy Efficiency, In The Eul Or Hrp Project. Va Encourages Offerors To Incorporate Sustainability Over And Above The Standards Found In The Current Va Sustainable Design Manual. In Previous Projects, Some Developers Have Proposed More Aggressive Energy Efficiency And Sustainability Milestones That Made Their Proposals, All Other Elements Considered Equal, More Attractive. To Take Advantage Of Existing Sustainability Work In The Private Sector That Is Well Accepted In The Construction Industry, Va Has Determined That Using A Third-party Rating System Is The Best Method For Fulfilling Va Sustainable Building Requirements In The Eul Or Hrp Project. The Offeror May Propose Using The Leadership In Energy And Environmental Design (leedâ®) Rating System, The Green Globesâ® Rating System, Or An Alternate Rating System. Va Requires That The Project Achieve At Least Leed Silver, Two Green Globes, Or An Equivalent Certification Level By The Alternate Rating Organization. Offerors Proposing To Use An Alternate Rating System Must Submit A Memo To The Va Project Manager Demonstrating That The Alternate Solution Achieves An Equivalent Level Of Certification As Leed Silver, Two Green Globes, Or Both. prevailing Wages
unless The Offeror Can Demonstrate To The Satisfaction Of Va In The Form Of A Written Determination Or Written Correspondence From The U.s. Department Of Labor That The Offeror Or The Project Are Exempt Therefrom, Offeror Shall Comply With The Requirements Of The Davis-bacon Act, As Amended, 40 U.s.c. § 3141, Et Seq. And The Relevant Rules, Regulations, And Orders Of The Secretary Of Labor Applicable Thereto. handicap Accessibility
the Offeror Will Be Required To Ensure That Its Design, Development, Construction, Operation, And Maintenance Plan And Activities On The Site Comply In All Respects With The Americans With Disabilities Act Of 1990, 42 U.s.c. §⧠12101, Et Seq., And The Architectural Barriers Act Of 1968, 42 U.s.c. §⧠4151, Et Seq., As Amended. eul Statutory Requirements
va S Eul And Statutory Requirements Are Codified At 38 U.s.c. §⧠8161-8169 And As Amended. public Law No. 117-168, The Sergeant First Class Heath Robinson Honoring Our Promise To Address Comprehensive Toxics Act Of 2022 (pact Act). Sec. 705 Of The Pact Act, Modifications To Enhanced-use Lease Authority Of Department Of Veterans Affairs . hrp Statutory Requirements
va S Hrp Is Authorized By The Nhpa, Specifically Title 54 Of The United States Code Section 306121-306122. This Authority Allows Federal Agencies Such As Va To Outlease Or Exchange Unneeded Historic Properties And Retain Proceeds To Fund Agency Preservation Activities. va S Goals And Objectives
va Has The Following Goals And Objectives For The Project: reuse Underutilized Va Properties. This Could Take The Form Of Safe, Affordable, Smoke-free Housing For Veterans And Their Families Who Should Have Priority Placement In Any Housing Project Created On The Site. If Hud-vash Is Used, The Service Provider Must Provide Service Above And Beyond Those Provided By Hud And Va. It Is The Intent That Va Will Provide Case Management Services To Eligible Veterans. This Could Also Take The Form Of Another Use That Benefits Veterans Directly Or Indirectly, Including Commercial Use(s), And/or Reuses And Preserves Historic Property. Note: The Dayton Va Medical Center Will Not Accept Any Uses Of The Site That Are Industrial. (b) Avoid Ongoing Operating Costs Associated With The Upkeep Of Vacant And/or Underutilized Assets. (c) Provide An Innovative Solution Within Current Authority To Preserve A Va-owned, Historic Property. (d) Meet Va S Obligations Under Nhpa To Better Preserve And Protect The Property. other Considerations
va Will Not Participate In Or Allow Its Or The United States Underlying Fee Interest In The Land To Be Used As Security For Financing For The Project Or Otherwise, Including Without Limitation, Providing Any Kind Of Guaranty Or Act In Any Way As A Beneficiary For A Financing Vehicle. in Regard To Any Proposed Project-related Financing To Be Obtained By The Offeror, Va As A General Rule Will Not Approve Any Financing That Includes Requirements That Operate To Deny, Restrict, Or Subordinate Va S Right To Terminate The Eul Or Hrp Agreement Upon The Offeror S Failure To Cure An Outstanding Event Of Default Thereunder. This Includes Any Document, To Include The Eul Or Hrp Agreement That Would Prevent Va From Terminating The Eul Or Hrp Agreement Due To Cross Default Arising From One Or More Parcels On The Property. Any Proposed Project Financing That Does Not Comply With This Restriction Must Be Explicitly Identified In The Rfq Response For Va S Unilateral Review And Evaluation. The Successful Offeror Must Establish And Maintain Positive Relations And Communications With State And Local Governmental Authorities And The Local Communities During Negotiations With Va And Any Of Its Representatives. the Successful Offeror Must Integrate Development Activities With Cultural Resources And Historical And Environmental Policy Management Requirements In Support Of Va S Mission And Operations. the Offeror Will Be Responsible For Coordinating The Work Schedule(s) With Va In Order To Minimize Disruption To The Campus Activities And Operations. This Coordination Includes The Work Of Any Contractor Or Subcontractor That The Offeror Retains In Connection With The Project. lease Exhibits
following Its Selection, The Offeror Will Be Responsible For Preparing Detailed Lease Exhibits To Include A Development Plan, Operations And Maintenance Plan, And (if Housing Is Proposed) A Tenant Selection Plan For The Project. Attachment B Contains Sample Outlines For Supportive Housing Lease Exhibits. Attachment C Contains Sample Outlines For Non-supportive Housing Lease Exhibits. In Addition, The Offeror Will Need To Provide Other Lease Exhibits Such As A Site And Design Plans. Following Offeror Selection, Va Will Provide Detailed Lease Exhibit Templates. va Recognizes That Formulation Of The Lease Exhibits Will Require The Offeror To Work Closely And Cooperatively With Va. Va Will Provide Final Approval And Cooperate With The Offeror During The Drafting Process To Facilitate Preparation Of The Final Development Plan. It Is Anticipated That The Offeror Will Provide Va With Drafts Of The Lease Exhibits Throughout The Drafting Process. The Lease Exhibits Will Be Subject To Va S Review And Approval And May Be Subject To Review And Comment By Local Government And Other Stakeholders. submital Requirements
time And Date Of Submission
responses Must Be Received By February 7, 2025, At 3:00 Pm Est (the Closing Time ). Responses Received After The Closing Time Will Not Be Considered. questions Regarding This Rfq May Be Submitted In Writing By Emailing De Carol Smith At Decarol.smith@va.gov And Shahidat Abbas At Shahidat.abbas@va.gov By September 30, 2024. Questions Received After This Date May Not Be Considered. Responses Will Be Provided By An Amendment To The Rfq. All Government Communication Regarding This Rfq Shall Be From The Portfolio Managers, De Carol Smith And Shahidat Abbas. manner Of Submission
responses Will Be Accepted By Electronic Means And Hard Copy. For Electronic Submission, Please Submit Responses Via Email To De Carol Smith At Decarol.smith@va.gov And Shahidat Abbas At Shahidat.abbas@va.gov. Please Note, Due To The Size Of Response Content, Offeror Will Need To Submit Rfq Response In Multiple Emails (20mb Capacity Per Email To Include Attachments) Labeled By Section Name And Subsection (see Rfq Section 4.3 For Additional Details). The Entire Response Must Be In Pdf Format. In Addition, Any Excel Or Other Spreadsheets That Allow Data To Be Manipulated Must Be Included In Their Native (i.e., Excel), Unprotected And Accessible Format. However, One Hard Copy Must Be Delivered By Mail, Courier, Or Hand Delivery To The Following Address:
attention: C. Brett Simms
designated Va Representative department Of Veterans Affairs
office Of Asset Enterprise Management (044c) 810 Vermont Avenue, Nw
washington, Dc 20420 each Hard Copy Of The Response Must Be Bound In A Three-ring Binder (to Allow Va To Easily Remove Parts For Copying And/or Circulation). responses Must Be In A Sealed Envelope Or Package With The Following Information Conspicuously And Legibly Written Or Typed On The Outside: offeror S Name; offeror S Complete Mailing Address;
name And Contact Information For Offeror S Contact Person (e.g., Telephone, Email And Facsimile); And
the Following Statement (to Be Completed Upon Delivery To Va): Response Received By Va As Of _____________(time) On _____________ (date) response Content
each Response Must Contain The Following Sections Applicable To The Offeror S Proposed Project In The Following Order, With Each Section Clearly Labeled, Beginning On A New Page And Not Exceeding The Applicable Section Page Limit. section #
section Name And Subsections (note: Separate Sections And Subsections With Tabs In Hard Copies)
page Limit
na
cover Letter (including Background And Administrative Information)
5 Pages
1
development And Operations Concept team Composition And Structure
development Concept
alignment Of Development Concept With Va Goals And Objectives
project Financing Plan
project Timeline
management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services)
proposed Veteran Hiring And Community Relations Strategies For Project
25 Pages (includes Resumes)
2
development Team Qualifications, Experience, And Past Performance
development Qualifications And Experience
development Past Performance
development Team Key Personnel Qualifications
tab 2d: Veteran Hiring And Community Relations Experience
20 Pages
3
property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance tab 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience tab 3b: Property Management (and, If Applicable, Supportive Services) Past Performance
tab 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel Qualifications
20 Pages
4
financial Wherewithal And Experience Securing Financing
tab 4a: Financial Wherewithal
tab 4b: Experience Securing Financing
15 Pages (excludes Financial Statements)
appendix A
financial Statements And Auditor S Opinion Letter
no Limit
appendix B
explanation Of Any Legal Issues (if Any)
no Limit pages Submitted That Are In Excess Of Any Page Limit (including A Section Page Limit) Will, At Va S Sole Discretion, Be Discarded And Not Reviewed Or Evaluated By Va. Supporting Data, Such As Explanations Of Any Legal Issues, And Auditor S Opinion Letter, Will Not Count Against The Page Limits. Responses Must Be Typewritten In Arial 11-point Font Size Or Greater. For Purposes Of The Response, A Key Team Member Should Be Considered Any Member That Will Be Responsible For Approximately 20% Or More Of The Services Or Fees Under This Proposed Project. cover Letter With Background And Administrative Information
a Cover Letter (on The Offeror S Letterhead) Must State That The Offeror Has Read And Agrees To Comply With All The Terms, Conditions, And Instructions Provided In This Rfq. Any Requests For Waivers Or Exceptions Must Be Clearly Identified In The Cover Letter And Shall Be Subject To Va S Review And Approval. the Cover Letter Must Also Contain The Following General Information About The Offeror And The Offeror S Team (if Applicable). (note: In The Case Of An Offeror That Is A Special Purpose Entity, Include Information On Each Partner, Member, Or Shareholder Of The Offeror.) administrative Information: Company/organization Name; Employer/tax Identification Number; Dunn And Bradstreet (duns) Number; Proof Of Vetbiz Verification (if A Service-disabled Veteran-owned Small Business Or Veteran-owned Small Business); Mailing Address; Main Telephone Number; And Main Facsimile Number. authorized Representative: Name And Contact Information (mailing Address; Telephone Number; E-mail Address; And Facsimile Number) Of The Representative Authorized To Act On Behalf Of The Offeror. day-to-day Point Of Contact: Name And Contact Information (mailing Address; Telephone Number; E-mail Address; And Facsimile Number) Of The Individual Designated By The Offeror As The Person To Whom Questions And/or Requests For Information Are To Be Directed. form Of Business: Description Of The Offeror S Form Of Business (whether A For-profit Corporation, A Nonprofit Or Charitable Institution, A Partnership, A Limited Liability Company, A Business Association Or A Joint Venture), State Of Incorporation, And A Brief History Of The Organization And Its Principals: articles Of Incorporation, Partnership, Joint Venture, Or Limited Liability Company Agreement (note: For Any Offeror Or Team Member, As Applicable, That Is A Sole Proprietorship, Provide Current Mailing Address And A Summary Of Current Business Activity); current Certificate Of Good Standing; by-laws; copy Of Corporate Resolutions, Certified By A Corporate Officer, Authorizing The Offeror S Submission Of, Or Team Member S Participation With The Offeror In The Submission Of, The Response And The Entity S Authority To Proceed With The Project (assuming An Rfq Award Is Made, And Va S Approval Is Obtained); And list Of Principals. legal Requirements
state Whether The Offeror Or Any Offeror S Team Member, As Applicable, Has Ever Been Terminated For Default, Non-compliance, Or Non-performance On A Contract Or Lease, Or Debarred From Any Federal, State, Or Local Government Contracts And, If So, Provide The Date And A Detailed Description Of The Occurrence In An Appendix (note: This Additional Detail Does Not Count Against Page Limits); And list Each Instance Within The Past Ten (10) Years And Explain In Sufficient Detail In An Appendix As Necessary (detail Does Not Count Against Page Limits) In Which The Offeror, Or Any Offeror S Team Member, Or Any Principal, Partner, Director, Or Officer Of Such Entities Was: convicted Of Or Pleaded Guilty Or Nolo Contendre To A Crime (other Than A Traffic Offense); subject To An Order, Judgment, Or Decree (including As A Result Of A Settlement), Whether By A Court, An Administrative Agency, Or Other Governmental Body, Or An Arbitral Or Other Alternative Dispute Resolution Tribunal, In Any Civil Proceeding Or Action In Which Fraud, Gross Negligence, Willful Misconduct, Misrepresentation, Deceit, Dishonesty, Breach Of Any Fiduciary Duty, Embezzlement, Looting, Conflict Of Interest, Or Any Similar Misdeed Was Alleged (regardless Of Whether Any Wrongdoing Was Admitted Or Proven); subject To An Action Or Other Proceeding, Whether Before A Court, An Administrative Agency, Governmental Body, Or An Arbitral Or Other Alternative Dispute Resolution Tribunal, Which, If Decided In A Manner Adverse To The Offeror, Team Member, Principal, Partner, Director, Or Officer (as Applicable), Would Reasonably Be Expected To Adversely Affect The Ability Of The Offeror Or Team Member To Perform Its Obligations With Respect To The Project (including The Ability To Obtain Or Repay Financing); debarred, Suspended, Proposed For Debarment, Declared Ineligible Or Voluntarily Excluded From Covered Transactions By Any Federal, State, Or Local Department Or Agency; notified That It Is In Default Of Any Federal, State, Or Local Contract Or Grant If Yes, Provide The Reason For The Default And Whether The Default Was Cured; terminated For Cause Or Default On One Or More Public Transactions (federal, State, Or Local); And party To Litigation Or A Formal Alternative Dispute Resolution (adr) Process (e.g., Binding Arbitration) Involving A Claim In Excess Of $50,000. For Those Matters Involving A Claim Equal To Or In Excess Of $500,000, Describe In Detail The Litigation Or Adr Process section 1: Development And Operations Concept
in This Section, The Offeror Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror S Overall Development And Operations Concept. Specifically, This Section Must Include The Following: tab 1a: Team Composition And Structure provide Brief Descriptions Of Offeror Entity And The Offeror S Team Members (i.e., Organizational Purposes Or Missions, Services Provided, Etc.), Including Key Roles And Responsibilities. The Offeror Should Describe Past Experience Working With The Offeror S Team Members. Provide An Organizational Chart Showing The Relationship Between The Offeror And The Offeror S Team Members, As Appropriate, Along With Their Roles And Responsibilities. Explain The Offeror S Approach To Managing The Team, Including Prior Experience Engaging And Overseeing The Work Of Multiple Team Members And Subcontractors. tab 1b: Development Concept state Whether The Offeror S Development Concept Falls Under Va S Eul Or Hrp Authority (see Rfq Sections 1.1 And 2). Provide A Brief Description Of The Offeror Team S Understanding Of Va S Development Objectives (see Rfq Section 2.3.8), The Developer Concept (to Also Include Site Construction And Building Design), And The Developer S Assets And Infrastructure To Be Redeveloped Under Va S Eul Authority Into Supportive Housing Or Commercial/other Use(s) That Benefit Veterans Directly Or Indirectly Or Under Va S Hrp Authority To Reuse And Preserve The Historic Property (see Rfq Section 2). Identify Potential Risks And Challenges Associated With The Project And Related Mitigation Strategies. Describe The Offeror S Plan To Identify And Evaluate Potential Assets For Redevelopment And Undertaking All Necessary Investigation Activities To Produce Development Scenarios. List Any Required Studies To Be Performed. Provide A Timeline For Development Of These Scenarios And Plans, Including Any Required Studies. tab 1c: Alignment Of Development Concept With Va Goals And Objectives identify How Proposed Development Will Meet Va S Goals And Objectives As Outlined In Rfq Section 2.3.9. As Applicable, State What Direct Or Indirect Veteran Benefits The Project Will Provide And How Historic Assets Will Be Preserved. tab 1d: Project Financing Plan provide A Narrative That Describes The Offeror Team S Strategy To Obtain Financing For This Project, Including Contingency Plan(s) In The Event One Or More Sources Of Funding Are Not Available. The Narrative Should Also Explain Key Assumptions Reflected In The Following Required Budgets To Be Provided In A Working Microsoft Excel Document (excluded From Page Count): development Budget Sources And Uses: Development Budget Must Show Estimated: (a) Total Development Costs For The Project, Including Hard And Soft Costs; (b) Financing Costs, Including Types And Amounts Of Debt And Equity, And Underlying Amortization Periods; (c) Ownership Structure, Including Percentage Of Ownership By The Offeror (or In The Case Of A Special Purpose Entity, Each Team Member); And, (d) All Capital Funding Sources (e.g., Low Income Housing Tax Credit Equity, Equity Provided By The Lessee, Federal, State And Local Government Funding, Grant Proceeds, Loan Proceeds, Etc.) Used To Finance The Project. Note That Va Is Authorized To Provide Eul Projects With A Capital Contribution, But Va Is Not Authorized To Make Capital Contributions To Projects Under Its Hrp Authority. annual Operating Budget: List All Estimated Annual Revenues For The Project, Including Expected Monthly Rents By Unit Type And The Basis For /source Of Rent (e.g., Rental Vouchers). In Addition, List All Expected Annual Operating Expenses Associated With The Project. Provide A 30-year Cash Flow Projection In A Working Microsoft Excel Document (excluded From Page Count). annual Supportive Services Budget (if Applicable): List All Expected Annual Supportive Services Expenses For The Eul Or Hrp Site And Projected Sources Of Funding. tab 1e: Project Timeline the Offeror S Response Must Contain A Timetable For The Project Containing The Following Key Dates: project Financing Sources: Anticipated Application, Award, And Closing Dates For Each Project Phase (as Applicable). design Milestones: Completion Dates For Each Project Phase (as Applicable). eul Or Hrp Agreement Execution: Eul Or Hrp Agreement Execution Cannot Occur Until All Financing Commitments Have Been Obtained. For Eul Projects, The Eul Agreement Cannot Be Executed Until The Office Of Management And Budget Has Completed Its Review Of The Eul, And Congress Has Been Provided 45-day Notification Of Va S Intent To Execute The Eul; construction: Start And Completion Dates For Each Project Phase (as Applicable); And, occupancy: Date The Facility Is Open For Operation For Each Project Phase (as Applicable). tab 1f: Management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services) describe The Offeror Team S Approach To Operation, Management, Security, And Maintenance Of The Project In Accordance With Private Sector Standards. Provide A Staffing Plan (number Of Ftes And Type) For The Ongoing Operation Of The Project. The Response Shall Contain The Physical And Electronic Security Measures That Will Be Provided Based Upon The Individual Space Requirements And Tenant Mix Of The Proposed Eul Or Hrp Project. Include Proposed Approach For Management And Operations Within The Development Team, Property Management, Subcontractors, And Supportive Services (if Applicable). tab 1g: Proposed Veteran Hiring And Community Relations Strategies For Project describe The Offeror S Outreach Strategies To Maximize Participation Of Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Local Small Businesses, And Other Small Businesses, In All Aspects Of The Evaluation Of Assets And Subsequent Development Processes. Provide A Summary Of The Offeror Team S Plan To Increase Employment Opportunities (to Also Include Internships) For Veterans Associated With This Project. Explain The Offeror Team S Experience And Customized Approach To Managing Community Relations And Interacting With State And Local Government Officials (i.e., Zoning, Environmental, Shpo, Local Community, Stakeholders, Etc.). Describe Any Experience In Managing Relations With The Surrounding Community. section 2: Development Team Qualifications, Experience, And Past Performance in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Team S Relevant Experience And Operations Qualifications, Experience, And Past Performance. Specifically, This Section Must Include The Following: tab 2a: Development Team Qualifications And Experience list And Explain In Sufficient Detail The Offeror Team S Relevant Development Qualifications And Experience. Identify Any Past Experience Working With Va And Federal, State And Local Governments, If Any. tab 2b: Development Team Past Performance describe Three (3) Similar Relevant Development Efforts (past Or Current) Developed By The Offeror Or One Of Its Team Members That Are Comparable To The Subject Project To Be Developed. Each Project Described Should Have Been Completed Within The Past Ten (10) Years. For Each Project Listed, The Following Information Should Be Included: project Name
location
type Of Project / Use size Of Project (square Footage, Units, Number Of Buildings, Acreage, Etc.)
amount, Type, And Sources Of Financing
historic Buildings (if Any)
description Of The Associated Infrastructure
date Of Project Completion number Of Years Involved With The Development
role Of The Offeror Team Member(s) contact Information For A Reference Who Va Can Contact Regarding Performance And Client Or Stakeholder (as Applicable) Satisfaction. Note: Including A Reference On This List Will Constitute Authorization For Va To Contact And Discuss The Offeror S Or Team Member S Performance. tab 2c: Development Team Key Personnel Qualifications identify The Key Personnel Who Will Lead The Developer S Community/neighborhood Planning Tasks, As Well As The Day-to-day Point Of Contact. For Each Key Personnel Named Provide A:
description Of Their Proposed Role;
discussion Of The Extent To Which Key Personnel Have Worked Together On Other Similar Projects; And,
resume That Includes A Description Of The Person S Duties And Responsibilities, Education, Years Of Relevant Experience, Certifications/licenses, Skills, Expertise, Other Relevant Qualifications (note: Resumes Count Against Page Limits). tab 2d: Veteran Hiring And Community Relations Experience describe Any Experience Implementing Targeted Veteran Hiring Efforts And The Results Of Those Efforts. Explain The Offeror Team S Experience Managing Community Relations And Interacting With State And Local Government Officials (i.e., Zoning, Environmental, Shpo, Local Community, Stakeholders, Etc.). Describe Any Experience In Managing Relations With The Surrounding Community For Comparable Developments. section 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance
in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Property Management Team S Supportive Housing Or Commercial/other Use(s) Development And Operations Qualifications, Experience, And Past Performance. Specifically, This Section Must Include The Following: tab 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience list And Explain In Sufficient Detail The Offeror Team S Relevant Supportive Housing Or Commercial/other Use(s) Property Management Qualifications And Experience. Identify Any Past Experience Working With Va, Federal, State And Local Governments, If Any. tab 3b: Property Management (and, If Applicable, Supportive Services) Past Performance describe Three (3) Similar Supportive Housing Or Commercial/other Use(s) Management Efforts (past Or Current) Developed By The Offeror Or One Of Its Team Members That Are Comparable To The Subject Project To Be Developed. Each Project Described Should Have Been Completed Within The Past Ten (10) Years. For Each Project Listed, The Following Information Should Be Included: project Name
location
type Of Project / Use(s)
size Of Project (square Footage, Units, Number Of Buildings, Acreage, Etc.)
amount, Type, And Sources Of Financing
historic Buildings (if Any)
description Of The Associated Infrastructure
date Of Project Completion number Of Years Involved With The Development
role Of The Offeror Team Member(s) contact Information For A Reference Who Va Can Contact Regarding Performance And Client Or Stakeholder (as Applicable) Satisfaction. Note: Including A Reference On This List Will Constitute Authorization For Va To Contact And Discuss The Offeror S Or Team Member S Performance also, Provide A Summary Of The Proposed Management And Operations Plans Specific To The Proposed Project Site And Use. Tab 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel identify The Key Personnel Who Will Lead The Property Management (and, If Applicable, Supportive Services) Planning Tasks, As Well As The Day-to-day Point Of Contact. For Each Key Personnel Named Provide A:
description Of Their Proposed Role;
discussion Of The Extent To Which Key Personnel Have Worked Together On Other Similar Projects; And,
resume That Includes A Description Of The Person S Duties And Responsibilities, Education, Years Of Relevant Experience, Certifications/licenses, Skills, Expertise, Other Relevant Qualifications (note: Resumes Count Against Page Limits). section 4: Financial Wherewithal And Experience Securing Financing
in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Team S Financial Wherewithal And Ability To Secure Financing For Comparable Development Projects. Specifically, This Section Must Include The Following: tab 4a: Financial Wherewithal provide A General Overview Of The Offeror Team S Financial Stability And Evidence Of Their Financial Wherewithal To Develop Supportive Housing Communities And/or Other Relevant Use(s) With Associated Infrastructure, Roads, And Amenities. Please Attach Supporting Documentation To Include An Auditor S Opinion Letter(s) And The Offeror And Its Team Members Most Recent Audited Financial Statements. If Audited Financial Statements Are Not Available, Please Submit Unaudited Financial Statements. (note: Supportive Documentation And Financial Statements Do Not Count Against The Page Limits.) tab 4b: Experience Securing Financing summarize The Offeror Team S Experience Directly Securing Financing For Similar Projects To The Proposed Project In The Last 10 Years. Provide Brief Descriptions Of Three (3) Similar Efforts For Which The Offeror S Team Has Directly Secured Financing. For Each Example, Include Project Information, Including: project Name location description Of Project Type / Use(s)
total Development Cost
specific Funding Sources Secured, And role Of The Offeror Team Member. evaluation Criteria Initial Review
following The Rfq Submission Deadline, Va Will Initially Review All Submissions For Completeness And Adherence To The Requirements And Conditions Set Out In This Rfq. Va Reserves The Right To Reject Submissions That Are Incomplete Or Fail To Adhere To The Requirements Set Forth In This Rfq. Formal Presentations
complete And Acceptable Submissions Will Be Further Reviewed And Evaluated By Va, Ranked In Order, And A Competitive Range Established. Offerors Whose Submissions Are Found To Be Within The Competitive Range May Be Given The Opportunity, At Va S Sole Discretion, To Make A Formal Presentation To Va And Receive Questions Regarding Their Response. If A Presentation Is Required, Notice Will Be Provided To Those Offerors Asked To Make A Presentation And The Details Regarding That Presentation (i.e., Length Of Presentation, Etc.) Will Be Provided In The Notice. Selection Process
the Government Intends To Review All Factors For Award In Making A Selection. Selection Will Be Based On An Integrated Assessment Of The Factors Set Forth In Section 5.5 Below. Selection Timeline
va Anticipates Selection Of A Developer By December 2024. Evaluation Factors
the Responses Will Be Evaluated Based On The Following Four Equally Weighted Factors. Where Factors Include Subfactors, Each Subfactor Will Also Be Equally Weighted. The Evaluation Factors Are As Follows: 5.5.1 Factor 1: Development And Operations Concept factor 1 Will Consist Of An Assessment Of The Offeror S Team Composition And Structure, Development Concept, Alignment Of Development Concept With Va S Goals And Objectives, Financing Plan, Timeline, Project Management Approach, And Veteran Hiring And Community Relations For This Project. Factor 1 Is Comprised Of The Following Seven (7) Equally Weighted Subfactors: subfactor 1a: Team Composition And Structure va Will Assess The Offeror Team S Composition To Assess Capabilities And Skillsets, Including Key Roles And Responsibilities. Va Will Also Assess The Extent To Which The Offeror S Team Has Worked Together Previously On Similar Projects. The Organizational Chart Will Be Reviewed To Understand The Relationships Between The Different Team Members And Establish Whether Clear Lines Of Accountability Are In Place. subfactor 1b: Development Concept va Will Review The Offeror Team S Understanding Of The Requirements And Developer Technical Approach (to Include Development Concept And Proposed Site Construction/building Design) To Assess How The Offeror Team Proposes To Effectively Accomplish The Project. The Response Should Identify Whether The Offeror Is Proposing Under Va S Eul Or Hrp Authority, Demonstrate The Offeror Team S Understanding Of The Complexity Of The Project, Potential Risks And Challenges, Proposed Mitigation Strategies, And The Importance Of Close Communication And Collaboration With Va Throughout The Process. Additionally, Va Will Assess The Viability Of The Proposed Timeline For Development Of These Scenarios And Plans, Including Any Required Studies. subfactor 1c: Alignment Of Development Concept With Va Goals And Objectives va Will Assess If Offeror(s) Development Plans Include A Clear Concept That Meets Va S Goals And Objectives As Outlined In Rfq Section 2.3.9, Including Whether Project Provides Direct And/or Indirect Benefits To Veterans And/or Provides For Preservation Of The Historic Property. subfactor 1d: Project Financing Plan a Realistic And Viable Financing Plan Should Be Provided For The Project. Va Will Review The Anticipated Sources And Uses For The Project For Development, Operations, And Provision Of Services (if Applicable), As Well As The Proposed Operating And Supportive Services (if Applicable) Budgets, To Assess The Offeror Team S Understanding Of The Project And Funding Availability, Including Contingency Plans. subfactor 1e: Project Timeline va Will Review The Proposed Project Timeline For Completeness And Inclusion Of All Required Milestones. The Offeror Team Should Provide A Realistic Project Development Timeline For Va S Review. subfactor 1f: Management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services) va Will Evaluate The Offeror Team S Approach To Development, Operation, Property Management, Security, And Maintenance Of The Project In Accordance With Private Sector Standards And Ensuring The Long-term Viability And Security Of The Project. The Property Management Plan Should Be Customized To The Proposed Product Type. Va Will Assess The Viability Of The Staffing Plan For The Proposed Operations Of The Project. The Subcontractor Management Approach Should Demonstrate The Offeror S Ability To Manage Multiple Entities Across Disparate Fields And Locations To Achieve A Common Goal. subfactor 1g: Proposed Veteran Hiring And Community Relations Strategies For Project va Will Assess The Offeror Team S Community Relations Strategy For The Project And The Extent Of The Offeror Team S Local Knowledge And Understanding. Va Will Also Assess The Extent To Which The Offeror Team S Prior Experience And Proposed Outreach Plan Will Maximize The Participation Of Sdvosbs, Vosbs, Local Small Business, And Other Small Businesses In All Aspects Of The Evaluation Of Assets And Subsequent Development Processes. It Is Also Important That The Offeror Team Provide A Clear And Realistic Plan To Hire Veterans (and Provide Internships For Veterans) In Association With This Project. 5.5.2 Factor 2: Development Team Qualifications, Experience, And Past Performance
the Focus Of Factor 2 Is On The Offeror Team S Relevant Development Team Qualifications, Experience, And Past Performance. Factor 2 Is Comprised Of The Following Four (4) Equally Weighted Subfactors: subfactor 2a: Development Team Qualifications And Experience va Will Review The Extent To Which The Offeror S Team Has Demonstrated Expertise And Experience Developing Projects Similar To That Which The Offeror Is Proposing, Including Experience Working With Federal, State, And Local Government Entities. Va Will Also Evaluate The Offeror Team S Track Record Of Working With Qualified Property Management And Supportive Services Providers (as Applicable) And Their Associated Qualifications And Experience. subfactor 2b: Development Team Past Performance va Will Assess The Extent To Which The Offeror S Team Has A Proven Track Record Of Successfully Developing Relevant Projects To The Proposed Project. The Projects Identified Should Be Of Similar Size, And Scope To What Is Being Proposed For The Eul Or Hrp Site. The Information Provided For Each Of The Projects Will Be Reviewed For Completeness And Relevancy. subfactor 2c: Development Team Key Personnel Qualifications va Will Review The Qualifications Of The Proposed Key Personnel To Assess Their Ability To Successfully Complete The Developer S Responsibilities And Assist Va In Developing And Implementing The Most Viable Development Scenario. The Key Personnel Roles Should Be Clearly Identified, Along With Each Person S Relevant Experience, Skills, Expertise, And Education. subfactor 2d: Veteran Hiring And Community Relations Experience offeror Teams Will Be Evaluated On Their Experience And Success In Undertaking Veteran Hiring Efforts For Similar Projects. Va Also Intends To Evaluate The Offeror Team S Experience With Managing Community Relations. Offeror Teams Should Demonstrate Local Market Knowledge And Experience Working With The Stakeholder Community On Similar Projects To The Proposed Project. 5.5.3 Factor 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance
the Focus Of Factor 3 Is On The Offeror Team S Relevant Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance. Factor 3 Is Comprised Of The Following Three (3) Equally Weighted Subfactors: subfactor 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience va Will Review The Extent To Which The Offeror Team Has Demonstrated Expertise And Experience Managing And Operating Comparable Projects To The Proposed Project And Experience Working With Federal, State, And Local Government. Va Will Also Evaluate The Proposed Property Management And Supportive Services Provider S (if Applicable) Associated Qualifications And Experience. Va Will Also Consider The Adequacy Of Safety And Security Measures Implemented Successfully At Other Similar Projects. subfactor 3b: Property Management (and, If Applicable, Supportive Services) Past Performance va Will Assess The Extent To Which The Offeror Team Has A Proven Track Record Of Successfully Managing And Operating Comparable Projects To The Proposed Project. The Projects Identified Should Be Of Similar Size, Scope, And Complexity To The Proposed Project. The Information Provided For Each Of The Projects Will Be Reviewed For Completeness And Relevancy. subfactor 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel va Will Review The Qualifications Of The Proposed Project Operations Key Personnel To Assess Their Ability To Successfully Manage The Project For The Duration Of The Lease Term. The Key Personnel Roles Should Be Clearly Identified, Along With Each Person S Relevant Experience, Skills, Expertise, And Education. 5.5.4 Factor 4: Financial Wherewithal And Experience Securing Financing
factor 4 Consists Of An Evaluation Of The Offeror Team S Financial Wherewithal And Experience Securing Financing For Comparable Projects. Factor 4 Is Comprised Of Two (2) Equally Weighted Subfactors: subfactor 4a: Financial Wherewithal va Will Assess The Financial Wherewithal Of The Offeror S Team To Undertake Their Proposed Development. Va Will Evaluate Whether The Response Has Provided Sufficient Evidence And Documentation, As Required By The Rfq, To Demonstrate The Financial Wherewithal And Current Financial Capacity To Successfully Execute A Project Of This Size, Scope And Complexity. subfactor 4b: Experience Securing Financing va Will Review The Offeror Team S Experience Securing Financing Similar To Funding Needed For The Proposed Development On The Site. The Offeror S Team Should Demonstrate A Proven Track Record Of Directly Securing Traditional And Non-traditional Project Financing. miscellaneous Terms And Conditions Applicable To This Rfq authorizations By Submission Of Response
any And All Information Provided By An Offeror And Its Team Members May Be Used By Va To Conduct Credit And Background Checks. teaming Arrangements And Special Purpose Entities
multiple Offerors May Form A Joint Venture For The Purpose Of Submitting A Response To This Rfq. A Special Purpose Entity May Also Be Created For The Purpose Of Submitting A Response. Va May Require That Financial And Performance Guarantees Be Provided By These And Other Offerors As Well As Team Members. Potential Offerors Who Do Not Have Strong Experience Or Skills In All The Required Areas (e.g., Financial Structuring, Development, Property Management, Operations, Services Delivery, Etc.) May Consider Submitting Responses Jointly With Entities Whose Experience Can Complement Their Own. (note: Va Will Not Be Involved In Facilitating Partnering Or Teaming Arrangements.) hold Harmless
by Participating In The Rfq Process, Each Offeror Agrees To Indemnify And Hold Harmless Va And The United States Government And Each Of Their Respective Officers, Employees, Contractors, And Advisors From And Against Any And All Real Estate And Other Brokerage Fees Or Commissions, Finder S Fees, And Other Forms Of Compensation Related In Any Way To Activities Undertaken By Any Person As A Result Of Such Person S Efforts Towards And/or Participation In This Rfq Process Or The Submission By Such Person Of A Response, And Liabilities, Losses, Costs, And Expenses (including Reasonable Attorney S Fees And Expenses) Incurred By Any Indemnified Party (including Va) As A Result Of, Or In Connection With, Any Claim Asserted Or Arising As A Result Of, Or In Connection With, This Rfq Process. ineligibility
the Following Persons (including Entities) Are Ineligible To Be An Offeror Or A Team Member Of An Offeror Or Otherwise Participate In The Project (including As A Contractor, Subcontractor, Or Professional): (a) Any Person That Has Been Debarred Or Suspended From Doing Business With Va; (b) Neither Such Person Nor Any Of Its Partners, Members, Or Principal Stockholders Is Listed On Any Non-procurement Or Reciprocal Lists On The Most Current System For Award Management Published By The U.s. General Services Administration Atâ www.sam.gov, As Updated From Time To Time, Or Any Replacement Thereof; (c) Neither Such Person Nor Any Of Its Partners, Members, Or Principal Stockholders Is A Person Who Poses A Security Or Safety Risk As Determined By The Secretary Of State, Including But Not Limited To Any Person Who Either Represents A Country, Or Is A Member Of Or Provides Political, Financial Or Military Support To A Group, That Is Listed In The Most Current Patterns Of Global Terrorism Report, Issued By The Secretary Of State In Compliance With 22 U.s.c. § 2656f(a), Available From The Superintendent Of Documents, U.s. Government Printing Office, Washington, Dc 20402 And Also Available Atâ http://www.state.gov/global/terrorism/annual_reports.html; And (d) Neither Such Person Nor Any Of Its Partners, Members Or Principal Stockholders Is Subject To A Criminal Indictment Or Information For A Felony In Any Court In The United States. For Purposes Of This Solicitation, The Term Principal Stockholder Shall Mean Any Person Who Is A Beneficial Owner (as Defined For Purposes Of Rule 13d-3 Of The Securities And Exchange Act Of 1934, As Amended And Promulgated By The Securities And Exchange Commission) Of Ten Percent (10%) Or More Of The Outstanding Stock Or Other Equity Of The Offeror. additional Information
all Of The Information Required To Be Provided In Each Response Pursuant To Section 8 Of This Rfq Is Important To Va S Analysis And Evaluation Of Each Response. Va May Utilize Outside Sources In Addition To All Of The Information Provided In A Response In Evaluating Each Offeror S Submission. neither Va Nor Any Of Its Contractors, Subcontractors, Officers, Employees, Counsel, Advisors, Or Agents, Make Any Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, As To The Accuracy Or Completeness Of This Rfq Or Any Of Its Contents Or Materials Referred To Therein, And No Legal Liability With Respect Thereto Is Assumed Or May Be Implied. va Reserves The Right To: (a) Make A Selection Under This Rfq As A Result Of Initial Offers Submitted; And (b) Reject Any Or All Offers At Any Time Prior To Award And Cancel This Solicitation. Therefore, All Initial Offers Should Comprehensively Address Each Of The Requirements Set Forth Herein And Contain The Offeror S Best Terms. by Submitting A Response, Each Offeror Accepts All The Terms And Conditions Set Forth In This Rfq, And Any Updates, Supplements, And Amendments Thereto. Any Conflict (whether Actual Or Perceived) Between Different Parts Of This Rfq, As Between An Offeror And Va, Shall Be Resolved At The Sole And Absolute Discretion Of Va. in No Event Shall Va Be Liable For Any Fees, Costs, Or Expenses Associated With Any Of The Offeror S (or Their Brokers, If Any) Activities (e.g., Preparation, Discussions, Clarifications, Submissions, Or Negotiations), Relating Directly Or Indirectly To This Solicitation. Accordingly, As A Condition Of Submitting Its Response, Each Offeror Hereby Agrees To Indemnify And Hold Va Harmless For Any And All Such Fees, Claims, Liabilities, And Costs Arising In Connection With This Rfq And Its Underlying Process. any Relationship Between Va And An Offeror Arising From The Solicitation Is Subject To The Specific Limitations, Terms, Conditions, And Representations Expressed In This Rfq. Any Substantive Questions Or Concerns To Include Conflicts, Apparent Conflicts, Or Any Other Substantive Matters Regarding This Rfq Which May Arise During Preparation Of An Offeror S Response Should Be Addressed, In Writing, To: Decarol.smith@va.gov And Shahidat.abbas@va.gov.
5241-5250 of 5535 active Tenders