Call Center Tenders
J zsefv rosi Gazd lkod si K zpont Zrt Tender
Others
Hungary
Closing Date30 May 2025
Tender AmountRefer Documents
Details: Title: Parkolási Rendszer Biztosítása, Egyéb Szolgáltatás
description: A Közbeszerzési Eljárás Tárgya És Mennyisége: Vállalkozói Szerződés Józsefvárosi Gazdálkodási Központ Zrt. (jgk Zrt.) Részére Egységes Integrált Parkolási Rendszer Biztosítására, Rendszertámogatásra, És Kapcsolódó Szolgáltatásokra. Nyertes Ajánlattevő Feladata Jelenleg 11.957 Db Közterületi Díjfizető Várakozóhely Üzemeltetésére/támogatására (mely Mennyiség A Szerződés Ideje Alatt +/- 200 Darabbal Változhat) És Évi 70.000 Pótdíj (mely Mennyiség A Szerződés Ideje Alatt +/- 5.000 Darabbal Változhat) Kiszabására Irányuló Szoftverszolgáltatás Biztosítása. Nyertes Ajánlattevő Feladatai: - Parkolási Üzemeltetést Támogató Ügyviteli Rendszer Biztosítása, Üzemeltetése. Elvárás: Parkolás Üzemeltetési Szolgáltatás Legalább A Műszaki Leírásban Meghatározott Minimális Szintű Támogatását (átlátható És Folyamatos Nyilvántartás Az Egyes Eseményekkel Kapcsolatos Adatokról, Fényképekről, Befizetésekről, Határidőkről, Levelezésekről, Panaszkezelésekről, Behajtásokról, Követelésállományról, Továbbá Fizetési Meghagyások, Peres Eljárások, Végrehajtások Adatairól) Biztosító Ügyviteli Rendszer Rendelkezésre Bocsátása: 1 Db. - A Futamidő Alatt Az Ügyviteli Rendszer Működésének, Üzemvitelének Folyamatos Fenntartása, Az Üzemvitelhez Szükséges – Műszaki Leírásnak Megfelelő - Háttérkapacitások Folyamatos Biztosítása, Az Adatok Tárolása, Mentése, Adathozzáférésnek, Háttér Ügyfélszolgálatnak És Jogszabályi Változásból Eredő Módosítások Átvezetésének Biztosítása. - Az Ügyviteli Rendszer Által Támogatandó Egyidejű Felhasználók Száma Az Ajánlatkérő Részéről Minimum 45 Fő. - A Háttér-ügyfélszolgálat Keretében A Panaszkezelési Esetek Várható Mértéke Eléri Az Évi 25.000 Db-t. - Az Ügyfélszolgálat Részére Call-center Biztosítása Hangrögzítéssel És A Hanganyag Alapügyhöz Történő Csatolásával. - A Rendszer Használatára Vonatkozó Oktatás Biztosítása: Igény Esetén Legfeljebb Havonta Két Alkalommal És Alkalmanként Maximálisan 15 Fő Részére. A Helyszíni, Illetve Telephelyi Oktatás Havi Szintje Maximum 5 Óra/hó. - A Pda-kban Működő Sim Kártya Biztosítása Zárt Apn Hálózatban 4g Hálózati Sebességgel, Amennyiben Ezt A Mobil Szolgáltató Képes Az Adott A Működési Területen Biztosítani, - Az Ajánlatkérő Vonatkozó Felhatalmazása Alapján - A Külső Szervezetekkel Történő Folyamatos, Szükséges És Elégséges Szintű Kapcsolattartás, A Parkolás Üzemeltetési Szolgáltatással Kapcsolatos Ügyek Bonyolítása: • Nemzeti Mobilfizetési Zrt. (és Annak A Későbbiekben Lehetséges, Hivatalos Utódszervei) Online Interfész (mobilparkolás) • Budapesti Városháza Által Kiadott Behajtási És Várakozási Engedélyek Betöltése Változás Esetén Alkalomszerűen, • A Belügyminisztérium Nyilvántartások Vezetéséért Felelős Helyettes Államtitkársága (a Továbbiakban: Bm Nyhát) (és Annak A Későbbiekben Lehetséges, Hivatalos Utódszervei), Jármű És Személyiadat-nyilvántartásaiból Történő Adatkéréshez Kkszb Interface, • Posta Elszámoló Központ (és Annak A Későbbiekben Lehetséges, Hivatalos Utódszervei) Által Küldött Adatok Beolvasása Alkalomszerűen • Nav – A Kiállított Számlák Jogszabályi Előírás Szerinti Továbbítása Érdekében • Banki Tranzakciós Tételek Beolvasása • Forint Átutalás Banki Import File Elkészítése • Magyar Országos Közjegyzői Kamara (és Annak A Későbbiekben Lehetséges, Hivatalos Utódszervei), Továbbiakban Mokk (feladás Xml, Mokk Értesítők/összesítők Csv Betöltés) • Magyar Bírósági Végrehajtói Kar Viekr Rendszere A Végrehajtási Kérelmek Feladása, És Az Érkező Dokumentumok Fogadása Érdekében • Külföldi Rendszámú Járművekre Vonatkozó Pótdíjak Behajtására Szakosodott Szolgáltatóknak Történő Adatátadás/adatátvétel • Magyar Posta Zrt. Elektronikus Feladójegyzék Kezelése. A Biztosított Rendszernek Képesnek Kell Lennie A Központi Gépjármű, Illetve A Személyiadat-és Lakcímnyilvántartó Adatbázisából Adatokat Közvetlenül Saját Szoftverrel Vagy Szoftverfunkcióval Zárt Rendszerben Lekérdezni És Azt A Saját Adatbázisában Rögzíteni, Kezelni Egyedileg És Kötegelt Módon (a Szükséges Hatósági Engedélyeket És A Regisztrációs Folyamatot Az Ajánlatkérő Biztosítja A Kkszb Csatlakozáshoz). A Lekérdezést Az Alábbi Szolgáltatásokra Vonatkozóan Kell A Szállított Rendszernek Biztosítania: - Járműadatok Lekérdezésére Rendszám És Időpont Alapján - Személyiadat- És Lakcím Nyilvántartás Lekérdezésére 4t Alapján (nszl Lekérdezés), - Parkolási Igazolvány Adatainak Lekérdezésére Okmányszám Alapján, - Ideiglenes Rendszám Adatok Lekérdezésére Rendszám És Időpont Alapján. A Parkolás Ellenőrző Szoftvernek Alkalmasnak Kell Lennie Arra, Hogy Az Ajánlatkérő Alábbi, Már Működő Hardware És Szoftver Környezetében Működjön: - Korlátlan Számú, De Legalább 26 Db Kéziszámítógép (zebra Tc27, Samsung A51, Samsung A52 Típusú) - Korlátlan Számú, De Legalább 26 Db Mobil Nyomtató Berendezés (zebra Rw420, Zq520, Zq521 Típusú) További Elvárás, Hogy A - Hardver Alapinfrastruktúra Szükséges Szoftverlicence-it Is A Nyertes Ajánlattevő Biztosítsa A Műszaki Kiírásnak Megfelelően. A Szerződés Teljesítésével Szemben Támasztott Tervezett Követelményeket, A Beszerezni Kívánt Szolgáltatásra Vonatkozó Követelményeket A Csatolt Szerződéstervezet, Műszaki Dokumentum Tartalmazza.
Budapesti Dr Manninger Jen Baleseti K Zpont Tender
Healthcare and Medicine
Hungary
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Title: Képalkotó Diagnosztikai Szolg. A Bmjbk Részészére
description: Képalkotó Diagnosztikai Szolgáltatás A Bmj Bk Részére 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Bevonásával, Közfinanszírozott Betegellátás Érdekében Járó-, És Fekvő Humán Egészségügyi Szolgáltatások Nyújtása Ajánlatkérő Továbbá Annak Területi Ellátási Kötelezettség Alá Eső Betegek Részére. Nyertes Ajánlattevő Az Ajánlatkérő Betegei Részére Járó- És Fekvőbeteg Röntgen Vizsgálatok, Ultrahang Vizsgálatok, Ct És Mr Vizsgálatok Végzését És Leletezését Kell Hogy Elvégezze Az Ajánlattevő Által Biztosított Készülékkel És Szakszemélyzettel, Az Ajánlatkérő Telephelyén, Az Ajánlatkérő Befogadott Kapacitásának Megfelelő Volumenben, Folyamatos (7/24 Órás) Call Center Szolgáltatást Üzemeltetve. Mennyiség Mindösszesen Legfeljebb Az Alábbiak Szerinti Mennyiségbe, Az Egészségügyi Szolgáltatások Egészségbiztosítási Alapból Történő Finanszírozásának Részletes Szabályairól Szóló 43/1999. (iii. 3.) Korm. Rend. Alapján, Mindösszesen Legfeljebb Nettó 1.158.692.809 Ft Értékben. 1.1.1. Normál Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 15.840.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +10%-os Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.2. Normál Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 93.060.000 Ft Keretösszegig Mértékig, Továbbá Amennyiben A Tárgyhónapra Jelentett, Elszámolható És Visszaigazolt Járóbeteg-szakellátási Teljesítmény Meghaladja A Keretösszeget, Akkor A Többletteljesítményt 10 Százalékos Többletmennyiségig 30 Százalékos Díjjal, 10 És 20 Százalék Között Többletmennyiségig 20 Százalékos Díjjal (2. Melléklet Szerinti Díjtételek) Számolja El És Ezeknek Megfelelő Mértékű Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.3. Korrekciós Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.4. Korrekciós Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani A Szolgáltatás Teljeskörű, Az Ellenértéknek Minden Költséget Tartalmaznia Kell. 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Folyamatos Üzemeltetéséhez Szükséges Szakszemélyzet Biztosítása A Műszaki Leírásban Rögzített Szakmai Paraméterek Szerint Az Ajánlatkérő Telephelyén. 1 Db Mr Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Asszisztensi Elérhetőséggel És Folyamatos Mr Vizsgálat Készítési Lehetőséggel, Leletezéssel. 1 Db Ct Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Vizsgálati Lehetőséggel És Leletezéssel. 3 Db Ultrahang Készülék Működtetésével, 1 Db Ultrahang Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológus Szakorvosi, Egyéb Készülékek Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Történő Szakorvosi Működtetéssel. 9 Digitális Röntgen Készülék Működtetése, Amelyből 3 Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológusi Asszisztensi Jelenléttel, És Radiológusi Szakorvosi Leletezéssel, A Többi 6 Készülék Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Szükséges Radiológus Asszisztensi Jelenlét, Radiológus Szakorvosi Leletezéssel A Különböző Képalkotó Modalitásokkal Végzett Vizsgálatok Képi Eredményének Pacs Rendszeren Való Tárolása, Pacs Rendszeren Való Elérhetőségének Biztosítása. A Pacs Rendszer Intézeti Informatikai Rendszerrel (ihs Működtetésű E-mesol) Kompatibilis Működtetése, A Leletek Intézeti Informatikai Rendszerre Küldésének Biztosításával. Hagyományos Röntgenfelvételek Készítése Során A Lelet Tartalmazzon Méretezést Segítő Mércét, Az Elkészült Felvételen Való Méreteknek A Valóshoz Történő Viszonyításához. A Részletes Műszaki Leírás És Részletes Mennyiség Meghatározása A Felhívást Kiegészítő További Közbeszerzési Dokumentumokban Került Meghatározásra. Ajánlatkérő A Megadott Teljes Keretösszeg 70%-ára Vállal Lehívási Kötelezettséget.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions...+1Healthcare and Medicine
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Description: Draft
statement Of Work
contract Title. trackcore Electronic Tissue Tracking System background. michael E Debakey Va Medical Center (medvac) Will Need To Track And Manage Biological And Non-biological Implant Inventory Using Trackcore Implant And Tissue Tracking System Effectively And Efficiently. Reviewed By Joint Commission Resources, The Systems Assist The Facilities In Meeting Regulatory Agency And Va Requirements Related To Implants. These Requirements Include The Ability To Bidirectionally Track All Implants/products From Donor To Facility To Patient And Back, Per Joint Commission Standards. System Users Quickly And Accurately Pull Implant Information Related To Recalls, Addressing Stocked Inventory As Well As Patients Affected By Recalled Implants. This Program Reports, In Real-time, Current Stock Levels, Par Levels, Alerts For Expiring Products, And Cost, As A Few Examples. The System Maintains Fda/aatb Certificate And Ifu S For Each Vendor With The Option To Upload Other Documents. Objectives the Contract Will Provide Continued Licensure And Rfid Services For The Michael E Debakey Va Medical Center Trackcore Implant And Tissue Tracking System (trackcore) For Tracking And Managing All Implant Inventory. to Allow All Specialty Providers At The Michael E Debakey Va Medical Center To Access The Trackcore Web-based Software To Track And Document Implanted Tissue Implants For All Veteran Patients At The Medvac.
for Recalls, Trackcore Will Continue To Allow The Facilities To Quickly Locate Stocked Implants And Determine If Any Patients Are Affected. place Of Performance michael E Debakey Va Medical Center
2002 Holcombe Blvd.
houston, Texas 77030 period Of Performance performance Period Is From 11-1-2025. The Contractor Shall Provide Deliveries And Maintenance Under This Contract During Normal Va Working Hours (8:00 A.m. 4:30 P.m.), Monday Through Friday Unless Otherwise Approved By The Contracting Officer. base Year From 11-1-2025 To 10-31-2026
option Year One 11-1-2026 To 10-31-2027
option Year Two 11-1-2027 To 10-31-2028
option Year Three 11-1-2028 To 10-31-2029
option Year Four 11-1-2029 To 10-31-2030 scope. to Track Implants Bi-directionally Throughout The Medvac Facilities, And Ensure The System Is Fully Operational, And Fully Train Staff To Be Knowledgeable On The Use Of The Trackcore System. Trackcore Needs To Be Fda/joint Commission Compliant. Trackcore Integrates With The National Recall Alert Center (nrac) And Maintains All Supplier Certification Documents. Trackcore Has Partnered With Cerner For The Upcoming Ehr Implementation And Is Hosted On The Va Enterprise Cloud (vaec). Specific Tasks. shall Provide Continued Licensure And Rfid Services For The Medvac Facility Utilizing Trackcore Implant And Tissue Tracking System (trackcore) For Tracking And Managing All Implant Inventory. shall Monitor Implant Documentation Throughout The Facility, In Real Time, Allowing For Accurate Tissue Implant Tracking Throughout The Facility.
shall Quickly Locate Stock Implants During Recalls And Determining Which Patients Received Those Implants.
shall Utilize Departments Within The System. The Staff Is Assigned To A Primary Department And Has Access To View, Log Out, And Track The Implants Stored In That Department. This Simplifies The Logging, Tracking, And Reporting Of Implants, And Allows The User To Complete The Required Tasks More Efficiently When The System Shows Only The Areas Relevant To The Individual That Is Logged In.
shall Use 1d And 2d Custom Bar Code Label Capabilities Where The 2d Can Be Customized For Each Facility. shall Assign A Unique Identifier When The Implant Is Logged Into The System. shall Continue Utilizing Federated Security Or Active Directory Integration Technology, Which Eliminates The Need For Additional Usernames And Passwords For Designated Implant Staff. shall Support Reports Designed To Provide All Data Required By The Joint Commission S Tracer Methodology.
shall Offer Dynamic Reporting Capabilities, Which Allow Users To Create, Save, And Share Reports Accessing All Data Elements.
shall Have Customer Support And Enhancements As Needed By The Facilities.
shall Work On An Interface Between Trackcore And The Vista Surgical Package To Eliminate Double Manual Entry Of Implanted Items By Clinical Staff. 7.0 Performance Monitoring if There Are Performance Problems With The Product, It Will Be Reported To Biomed, Oi&t, And/or Engineering To Assist With The Warranty Process. Cor Will Monitor The Execution And Contract Performance To Meet The Contractual Agreement And Approve Invoices For Payment Of This Contract. (end Of Sow)
Offizielle Bezeichnung Land Hessen, Vertreten Durch Das Hessische Competence Center Zentrale Beschaffung Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date27 Mar 2025
Tender AmountRefer Documents
Description: Public tender (service) Gate and security services for the Hessian State Theater. Implementation of gate and other security services for the Hessian State Theater in Wiesbaden. Implementation of gate and security services in and for the Hessian Sta... MoreImplementation of gate and other security services for the Hessian State Theater in Wiesbaden. Implementation of gate and security services in and for the Hessian State Theater in Wiesbaden. The service amounts to approximately 2,923.5 hours per year, of which approximately 901.5 hours are to be provided on night duty. The activities to be performed include in particular: - Entry control of house staff, visitors and external companies - Operating the switchboard - Providing information by telephone and in person - Providing local knowledge of the orchestra area, costume department, rehearsal stages, choir hall, artistic operations office and administration - Acceptance and forwarding of mail and small consignments - Acceptance of lost property - Issuing and returning keys, including keeping the key log - Monitoring various alarm monitors, video surveillance systems and fire service access roads, the fire alarm system and, if necessary, immediate initiation and coordination of necessary measures - Processing fault reports from the building management system - Operating the switchgear for the door opening system and the central lighting control - Closing various doors and yard gates using a locking system list. In this context, the contractor must provide a site manager who, through constant communication and accessibility, ensures the smooth flow of activities and the fulfillment of all contractual and other requirements to be met on site. The scope of services also includes the provision and operation of a suitable guard control system for patrols inside and outside. Finally, the service includes the operation of an emergency call and service control center (nsl) recognized in accordance with the VdS 3138 guidelines. In the event of fault reports, the emergency call and service control center must - immediately send suitable employees to the alarm property (the property must be accessible within 20 minutes of receiving the emergency call). - resolve the error message accordingly or contact a fixed contact person. - record the fault reports accordingly. In the event of a fire alarm, the technical security employee must send someone to the property as quickly as possible and open the building for the fire brigade and be available as a contact person for the fire brigade in the gate area. An additional intervention service or further security may be required as an option.
FEDERAL AVIATION ADMINISTRATION USA Tender
Security and Emergency Services
United States
Closing Date22 Apr 2025
Tender AmountRefer Documents
Details: In Accordance With Federal Aviation Administration Acquisition Management System (ams) Policy 3.2.1.2.1 - This Announcement Is To Conduct A Market Survey For The Purpose Of Soliciting Statements Of Interest And Capabilities From Interested Vendors. The Responses To This Market Survey Will Be Used For Information Purposes Only And Will Not Be Released, Except As Required Under The Freedom Of Information Act (foia); Proprietary Information Will Be Protected If Appropriately Marked. This Announcement Is Not Intended To Guarantee Procurement And Will Not Be Construed As A Commitment By The Government To Enter Into A Contract. This Is Not A Screening Information Request (sir) Nor Request For Proposal (rfp). The Faa Is Neither Seeking Nor Accepting Unsolicited Proposals. the Faa Is Seeking Interested Sources That Are Capable Of Providing Corrective Maintenance For Security Equipment At Faa Staffed Facilities Throughout The United States And Its Territories. The Detail Requirements Are Identified In The Attached Draft Statement Of Work (sow). The Anticipated Contract Period Will Be One (1) Base Year With Four (4) One (1) Year Options. The Security System Maintenance (ssm) Contract Is A National Contract And Covers Roughly 631 Manned Facilities, Air Traffic And Non-air Traffic, With A Facility Security Level (fsl) Of 2, Or Higher. This Spans 9 Regions, Which Includes Guam, Puerto Rico And Hawaii. the Major Security Subsystems And Equipment Are: access Control Hardware/firmware (pic Fips 201 Compliant Card Readers, Control Panels, Etc.) intrusion Detection electronic Strikes metal Detector Systems gate And Barrier Arm Operators Including Logic Controllers, Loop Sensors, Etc. (excludes Gate And Barrier Arm Infrastructure) entry And Gate Control Video Systems duress Alarm Systems large-scale Video Management Systems at This Time The Nature Of The Competition Has Not Been Determined. The Faa May Decide To Set Aside All Or Part Of The Procurement In Accordance With Ams. the Principal North American Industry Classification System (naics) Size Standard Code For This Requirement Is 561621, Security Systems Services With A Size Standard Of $25m. If You Believe That Another Naics Code Is More Appropriate To The Work Specified In This Market Survey, Include Supporting Justification With Your Alternate Naics Code. A Respondent's Suggestion Of An Alternate Naics Code Does Not Mean That The Procurement Will Be Set-aside Or Solicited Under That Alternative Code. the Faa Will Consider Information Submitted In Response To This Market Survey In Determining The Method And Type Of Procurement Competition. the Faa Requires Copies Of Certification Letters For Eligible Socially And Economically Disadvantaged Businesses That Are Certified By The Small Business Administration (sba) For Participation In The Sba's 8(a) Program. capability Statement: please Provide A Capability Statement That Addresses The Past Performance And Answers The Items Listed Below. past Performance provide Detailed Past Performance Information For At Least Three (3) Previous Contracts Including Program Title, Customer Name, Project Dates, Project Value, Customer Point Of Contact, And Description Of Work Performed. include Information That Describes Your Experience Performing Contracts For Corrective Maintenance Similar To The Following In Size, Scope, And Complexity: contract Value Greater Than $9m/year. roughly 631 Sites Over Disperse Geographic Locations. call Center Experience Managing 300-600 Calls Per Month. technician Response Times Of 24 Hours Or Less. the Major Security Subsystems And Equipment Maintained. provide A Brief Description Of Your Company, Types Of Services, Business Size And Point(s) Of Contact, Including Name, Address, Phone And Email Address. please Provide Information Regarding Your Available Acquisition Sources For This Requirement. Please Indicate If Your Company Currently Offers These Services Through A General Services Administration (gsa) Federal Supply Schedule (fss) Or Multiple Award Schedule (mas), Or Other Contractual Vehicle. responses: please Include The Following In Your Response To This Survey: copy Of Sba 8(a) Certification (if Applicable) capability Statement (not To Exceed 5 Pages) responses To Rfi Questionnaire (attachment 2) respondents Are Encouraged To Review The Draft Sow And Labor Categories And Provide Comments Using The Attachment 3 - Questions And Feedback Excel Form. submission Response: responses Are Due No Later Than 9:00am Et On April 22, 2025. all Interested Parties Must Submit Their Responses Via Email To: Krystal.au@faa.gov And Patricia.petersky@faa.gov. questions Must Be In Writing Via E-mail. No Phone Calls Will Be Accepted. responses Should Include “market Survey Response To 693ka8-25-ssmrfi" In The Subject Line And Outline The Information In The Following Categories / Format: The Electronic Submission Should Be In Either Microsoft Word Format Or Portable Document Format (pdf). Submission Must Include Company Point(s) Of Contact, Telephone Number(s), E-mail Address, And Mailing Address. this Market Survey Is For Informational Purposes Only And Is Not A Commitment Or A Promise To Contract By The Government. The Government Is Not Liable For Costs Associated With The Preparation, Submittal Of Inquiries Or Responses To This Announcement. Any Costs Associated With The Market Survey Submissions Will Be Solely At The Interested Party's Expense. Responses Will Not Be Returned. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists At This Time. If A Solicitation Is Issued, It Will Be Announced On Sam. It Is The Offeror's Responsibility To Monitor This Site For The Release Of The Solicitation. thank You For Your Interest And Participation In This Rfi. attached Documents: attachment 1 Draft Statement Of Work attachment J.1 List Of Facilities attachment J.3 Map Of Regions attachment J.4 Labor Categories attachment J.5 List Of Contract Data Line Items (cdrls) attachment 2 Rfi Questionnaire attachment 3 Questions And Feedback Excel Form
CENTERS FOR DISEASE CONTROL AND PREVENTION USA Tender
Others
United States
Closing Date30 May 2025
Tender AmountRefer Documents
Details: Update (4/29/25):please Find Amendment 7 Attached. Cdc Will E-mail The Protected Attachments Added And Revised By This Amendment To Prospective Offerors Who Have Already Returned The Offeror Non-disclosure Agreement (nda) (attachment Att104). update (4/14/25):please Find Amendment 6 Attached. Cdc Will E-mail The Protected Attachments Added And Revised By This Amendment To Prospective Offerors Who Have Already Returned The Offeror Non-disclosure Agreement (nda) (attachment Att104). update (4/11/25):please Find Amendment 5 Attached. update (4/8/25):please Find Amendment 4 Attached. An Updated Q&a Document And Revised Version Of Attachment Att111 Are Also Attached. update (4/1/25):please Find Amendment 3 Attached. An Updated Q&a Document Is Also Attached. update (3/21/25): A Recording Of Thepre-proposal Briefing Described In Section E3(f), Along With A Copy Of The Slide Deck In .pptx And .pdf Formats, Is Available For Download Here:https://centersfordiseasecontrol.sharefile.com/public/share/web-s6203cd784ef741e497cc6ac1ac695083 update (3/18/25):please Find Amendment 2 Attached. The Public Attachments Revised By This Amendment Are Also Attached In A Zip File. By Wednesday, March 19, 2025, Cdc Will E-mail The Protected Attachments Revised By This Amendment To Prospective Offerors Who Have Already Returned The Offeror Non-disclosure Agreement (nda) (attachment Att104). Thank You For Your Patience. Additionally, Cdc Intends To Publish The Recorded Pre-proposal Briefing Described In Section E3(f) Later This Week, By Friday, March 21, 2025. update (3/17/25): Cdc Now Intends To Amend This Solicitation On Or About Tuesday, March 18, 2025. Thank Youfor Your Patience. update (3/7/25): Cdc Has Been Authorized To Resume Communications For This Procurement. We Apologize For The Inconvenience And Thank You For Your Patience. Cdc Intends To Amend This Solicitation On Or About Monday, March 17, 2025. The Amendment Will Change The Timeline For All Existing Milestones And Deadlines And Extend The Deadline For Questions Past The Current Deadline Of Friday, March 14, 2025. Thank You Again For Your Interest In This Procurement. update (1/31/25): Please Find Amendment 0001 Attached. this Is A Request For Competitive Proposals. the National Institute For Occupational Safety And Health (niosh), Part Of The Centers For Disease Control And Prevention (cdc), Has A Requirement For A Third-party Administrator (tpa) For The World Trade Center (wtc) Health Program. the Wtc Health Program Is A Limited Benefit Federal Health Care Program That Provides High-quality, Compassionate Medical Monitoring And Treatment For Wtc-related Conditions To Those Directly Affected By The September 11th Attacks In New York, At The Pentagon, And In Shanksville, Pennsylvania. The Program Is Administered By Niosh. the Wtc Health Program Tpa Receives And Processes Enrollment Applications And Certification Requests For Niosh Decision-making; Maintains Member Demographic Information; Manages A Call Center; Manages And Maintains Provider Networks On Behalf Of The Wtc Health Program; Administers Wtc Health Program Benefits; And Processes Medical Claims, Among Other Tasks. the Solicitation Is Attached In Both Microsoft Word And Adobe Pdf Format. The Solicitation Procurement Instrument Identifier Is Request For Proposals (rfp) Number 75d301-25-r-73216. Prospective Offerors Are Encouraged To Review The Rfp And Attachments. This Is A Commercial Services Acquisition Being Conducted Under Full And Open Competition Using The Procedures Of Far Part 12 And Subpart 15.3. The Government Intends To Award A Single Contract Resulting From This Solicitation. a Presolicitation Notice For This Requirement Was Previously Provided On January 13, 2025, Under Sam.gov Notice Id Pre-75d301-25-r-73216, Located Here: https://sam.gov/opp/8b2d5d27299448d58af15dcfd3209e6e/view the Government Will Hold A Pre-proposal Conference On January 22, 2025, From 1:00pm – 2:30pm Eastern Time (et). The Conference Will Be Conducted Virtually As A Microsoft Teams Meeting. During The Pre-proposal Conference, The Government Will Provide A Briefing About The Rfp And Answer Prospective Offeror Questions. Prospective Offerors Interested In Attending The Pre-proposal Conference Must Register Prior To The Start Of The Conference Using The Link Below. See Section E3(f) Of The Rfp For More Information About The Pre-proposal Conference. https://events.gcc.teams.microsoft.com/event/4217c02c-ca42-46fb-84aa-a3c23a4242bb@9ce70869-60db-44fd-abe8-d2767077fc8f prospective Offerors Are Encouraged To Submit Questions About This Rfp. The Deadline For Questions To Be Submitted Is March 14, 2025, At 4:30pm Et. The Government May Not Answer Questions Received After This Date. Please Submit All Questions In Writing By E-mail To Joshua Houston, Contract Specialist, At Jhouston@cdc.gov. proposals Include Written Volumes And A Required Two-hour Virtual Session. The Written Proposal Is Due April 11, 2025. The Virtual Session Will Be Conducted Between Each Offeror And The Government Between April 21, 2025, And May 2, 2025. See Section E3(i) Of The Rfp For More Information About Proposals. the Government Intends To Make An Award On Or About August 29, 2025. The Period Of Performance For The Contract Will Start On September 15, 2025. all Future Amendments And Updates To The Rfp, Including Questions And Answers, Will Be Posted To This Sam.gov Notice. please Direct Any Questions About This Requirement To Joshua Houston, Contract Specialist, At Jhouston@cdc.gov.
HDFC Bank - HDFC Tender
Real Estate Service
India
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8.1 K)
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq.
mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor
(according To Plan On 3rd Floor), In The Scheme Called "anaya
business Center", Having Non- Agricultural Land, Situate, Lying And
being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58
(bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka
majura, Dist - Surat.
HDFC Bank - HDFC Tender
Real Estate Service
India
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8 K)
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq.
mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor
(according To Plan On 3rd Floor), In The Scheme Called "anaya
business Center", Having Non-agricultural Land, Situate, Lying And
being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58
(bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka -
majura, Dist-surat.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Details: Notice Type:
special Notice Of Intent To Sole Source
this Is A Special Notice Announcement Only. The Department Of Veteran Affairs, Visn 2 Network Contracting Office Intends To Award A Sole Source Contract For The Albany Va Medical Center In Albany, Ny. This Proposed Contract Action Is For A Service In Which The Government Intends To Award A Base Period Plus Four (4) Option Periods, Firm Fixed-price Contract With Only One Source; Martin Energy Group Services Llc (sam Uei: Vww9wr2xnmj5) Located At 70150 Highway 50, Tipton, Missouri 65081-3128 Under The Authority Federal Acquisition Regulation (far) Part 6.302-1 (a)(2), Only One Responsible Source. place Of Performance: department Of Veterans Affairs
samuel Stratton Va Medical Center
113 Holland Ave
albany, Ny 12208 purpose And Objectives: the Contractor Will Provide A One (1) Year Base Plus Four (4) Option Years Support And Preventative Maintenance Service On The Chp Cogen Combined Heat & Power System Gas-fired Combined Heat And Power Unit Providing All Necessary On-site Labor, Materials, Preventative Maintenance, Operational Modifications, And Application Support For Va Owned Martin Energy Chp Unit Located At The Albany Va Medical Center In Accordance With Manufacturer Specifications. the Contractor Shall Be Authorized By The Original Equipment Manufacturer (oem) In The Repair Of All Equipment Listed Within This Contract. The Oem For This Requirement Is Martin Energy Group Services Llc. Contractor Shall Maintain Qualifications Throughout Entire Contract Period. Qualification Includes But Not Limited To The Certification Of All Repair Persons And Repair Facilities By The Oem As Being Qualified To Perform Required Repairs. The Government Shall Maintain The Right To Seek Proof Of Qualification Prior To Award And Anytime During Contract Period Of Performance. general Requirements
the Contractor Must Comply With The Following General Requirements:
contractor Shall Furnish All Labor, Parts, Tools, And Equipment As Applicable To Perform Full-service Preventative Maintenance And Minor Repairs On Identified Equipment And Associated Software.
basic Preventative Maintenance Plan (bpmp)
basic Preventative Maintenance Plan Equipment Schedule description manufacturer
model/configuration Or Part Number
serial No.
engine Generator, Natural Gas Fired, Skid Mounted Package
martin Energy megmt1005n m0709181225
digital Genset Controller
intellisys
basebox remote Hmi
comap
intellivision enhanced Preventative Maintenance Plan (epmp)
enhanced Preventative Maintenance Plan Equipment Schedule description manufacturer
model/configuration Or Part Number
serial No.
hw Forwarding Pump, 3 Hp
bell & Gossett
3ad Series E-1531 intercooler Pump, 2 Hp
bell & Gossett
2ad Series E-1531 jacket Water Pump, 25 Hp bell & Gossett
2.5 Ac Series E-1531 plate & Frame Heat Exchanger
mueller
4177 Mbh jacket Water Radiator
guntner
s-gfw 080.1/4-n(2) intercooler Radiator
guntner
s-gfh 080.2d/1-n(2) exhaust Heat Recovery/bypass Valve
meg
n/a engine Battery Charger
nrg
20a oil Transfer Pumps
apex
260102 vfds (3)
allen Bradley
powerflex 525 flow, Btu And Revenue Meters
romet, Onicon, Square D
rm1 1000, System10, F-3100, Powerlogic enclosure Exhaust Fans (4)
ventilation Direct vxd240 fire Suppression System catalyst extended Warranty Plan
extended Warranty Plan Equipment Schedule description manufacturer
model/configuration Or Part Number
serial No.
engine Generator, Natural Gas Fired, Skid Mounted Package
martin Energy megmt1005n m0709181225
digital Genset Controller
intellisys
basebox remote Hmi
comap
intellivision hw Forwarding Pump, 3 Hp
bell & Gossett
3ad Series E-1531 intercooler Pump, 2 Hp
bell & Gossett
2ad Series E-1531 jacket Water Pump, 25 Hp bell & Gossett
2.5 Ac Series E-1531 plate & Frame Heat Exchanger
mueller
4177 Mbh jacket Water Radiator
guntner
s-gfw 080.1/4-n(2) intercooler Radiator
guntner
s-gfh 080.2d/1-n(2) exhaust Heat Recovery/bypass Valve
meg
n/a engine Battery Charger
nrg
20a oil Transfer Pumps
apex
260102 pump Vfds (3)
allen Bradley
powerflex 525 flow, Btu And Revenue Meters
romet, Onicon, Square D
rm1 1000, System10, F-3100, Powerlogic enclosure Exhaust Fans (4)
ventilation Direct vxd240 catalyst fire Suppression System miscellaneous Work
a Factory Authorized Original Equipment Manufacturer (oem) Service Contractor Shall Perform The Scheduled Maintenance On The Identified Equipment To Ensure Continued Operation Of The Equipment Within The Operating Parameters Published By The Manufacturer And Project Design. contractor Shall Be Responsible For The Removal Of Waste Oil, Coolant, Filters And Other Maintenance Materials.
the Contract Price Shall Include All Travel, Fees, Accommodations, And Any Other Costs Incurred By The Contractor. Additional Fees Or Charges Of Any Kind Will Not Be Paid.
contractor Shall Provide Owner With Access To Its Call Center, Including 24/7 Access To Technical Support.
contractor Shall Monitor The Chp Unit Remotely Via An Internet Connection Provided By The Contractor.
contractor Shall Provide Monthly Reports Including: Chp Unit Runtime, Chp Availability, Daily And Monthly Totals Of Kwh Production, Daily And Monthly Totals Of Heat (mmbtu) Recovered To Va, Daily And Monthly Totals Of Heat Rejection (mmbtu), Average Chp Unit Output Kw, Scheduled And Unscheduled Maintenance Activities, And Spare Parts Inventory.
contractor Shall Provide Priority Response To Unscheduled Maintenance Service Requests Within 48 Hours Or Less. contractor Shall Provide All System Software Upgrades As Released By The Manufacturer Including The Installation Labor. scheduled Preventive Maintenance Service Will Be Provided At The Frequencies Required By The Manufacturer Per Year In Accordance With The Contract. Such Service Will Be Provided At Intervals Determined By Engine Operating Hours During The Term Of The Contract. Unless A Particular Time Is Specified In The Contract, The Contractor Shall Notify The Cor Within Thirty (30) Days Of Acceptance Of The Contract Of The Projected Times During Which The Preventive Maintenance Inspections Are To Be Performed. The Contractor Is Responsible For Scheduling All Pm Service Visits Prior To The End Of The Month In Which They Are Due. Any Deviations From This Schedule Must Be Approved In Advance By The Contracting Officer Representative (cor). response: responses To This Special Notice Should Be Able To Demonstrate The Firm's Ability, Capability, And Responsibility To Deliver The Service Listed Above. The Purpose Of This Special Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. Responses Should Include The Following Information: Business Name, Address, Business Size And Socioeconomic Category (hubzone, 8(a), Service Disabled Veteran, Small Business, Large Business, Etc.), And Point Of Contact To Include E-mail Address And Telephone Number. All Offerors Must Be Registered In The System For Award Management (www.sam.gov) And Representations And Certifications Must Be Completed Prior To Any Future Award. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Provide The Full Maintenance And Repair Service On Equipment Listed. determination By The Government Not To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government. important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 238220 ($19 Million). any Offeror Capable Of Providing This Service Shall Notify The Contracting Officer By Email Within 10 Calendar Days From The Date Of The Publication Of This Special Notice.
all Information Must Be Submitted Via E-mail To: Julie.monaganbarnard@va.gov
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Closing Date18 Apr 2025
Tender AmountRefer Documents
Details: Description 1. Contract Information: (a) General. This Announcement Is Set-aside For Small Business (sb) Concern Procurement Of One (1) A-e Services Indefinite Delivery Contract (idc), In Accordance With 40 Usc Chapter 11 Selection Of Architects And Engineers, Public Law (pl) 92-582 Formally Known As The Brooks Act As Implemented In The Federal Acquisition Regulation (far) Subpart 36.6. Firms Must Demonstrate Competence And Qualifications For The Required Work, Stated In This Synopsis, For Selection For Negotiation. the Award Of This Idc Will Provide Southwestern Division (swd) A-e Services To Support Value Engineering. the Idc Will Consist Of One (1) One-year Base Ordering Period And Four (4) One-year Option Periods, Each Period Not To Exceed One (1) Year, For A Total Of Five (5) Years Using Far Clauses 52.217-8 And 52.217-9. The Value Of All Task Orders Issued Under This Idc Will Not Exceed $9,500,000. Work Will Be Issued By Negotiation Of Firm-fixed-price Task Orders. There Is No Limit On The Value Of The Individual Task Orders, But The Total Task Orders Awards Will Not Exceed The Total Value Of The Idc. Minimum Guarantee Amount Of $2,500 Will Apply To The Base Ordering Period Only. the North American Industrial Classification System (naics) Code For This Procurement Is 541330 (engineering Services), Which Has A Small Business Size Standard Of $15,000,000. (b) Contract Award Procedure. Eligibility For The Idc Award Requires Registration Of The Offeror With The System For Award Management (sam) Database. Register Via The Sam Internet Site At Https://www.sam.gov/. No State-level Certifications Will Be Accepted. missing Even One (1) Required Element Will Render The Offeror Non-responsive And Eliminate Them From Further Consideration For This Idc. 2. Project Information: The Award Of This Idc Will Provide Southwestern Division A-e Services To Support Value Engineering. no Specific Projects Or Tasks Are Identified At This Time And Therefore Funds Are Not Presently Available For Individual Task Orders Under This Solicitation. As Projects For A-e Services For Value Engineering Are Received Swd Will Utilize This Idc To Award Task Orders. The Services Performed Under This Idc And The Individual Task Orders Encompass Value Engineering Studies/workshops, Conducted By The Value Engineering Contractor (vec), In Accordance With The Format Developed By The Society Of American Value Engineers (s.a.v.e.) International (information, Function Analysis, Creative, Evaluation, Development, And Presentation). The Ve Study/workshop Purpose Is To Evaluate Available Project Information (design Submittals, Cost Estimates, 1391s, Etc.) In Order To Apply Ve Principles To Further Develop Subsequent Plans And Specifications For Individual Projects. The Study/workshop Shall Focus On Assisting The Project Delivery Team (pdt) In Determining The “best Value” For Project Components And Performing A Cost Comparison For Each Project. The Vec Shall Also Investigate Potential Alternatives That Will Assist The Government’s Achievement Of Sustainability Requirements For Each Project If Applicable. The Vec Shall Produce A Ve Report With The Following Details: Executive Overview Of The Study/workshop And Study/workshop Results, Value Matrix, Ve Proposal Worksheets And Recommendations, And An Appendix Of All Background Documents. the Team Must Contain At Least Three (3) Certified Value Specialists (cvs) Currently Certified By Save International. Offerors Must Have The Capability To Provide Cost Advice And Complete Cost Estimates Utilizing Latest Version Of Mii Estimating Program In Accordance With Set Design Schedules Identified In Individual Scopes Of Work For Each Task Order. Mii Software Will Be Provided By The Government With Database Information Purchased By The A-e. Other Cost Estimating Software May Be Required. the Offeror Selected Will Be Subject To The Requirements Of Far Part 52.219-14. 3. Selection Criteria: The Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). Criteria A-e Are Primary. Criterion F-h Are Secondary And Will Only Be Used To Rank The Contractors Among The Most Highly Qualified Firms. in This Synopsis The Term “recent” Means A-e Tasks Orders Or Contracts Completed Within The Last Five (5) Years Of The Synopsis Closing Date. Older Projects Will Not Be Considered. (a) Specialized Experience And Technical Competence. Ensure That All Specialized Experience Requirements Are Reflected On Appropriate Personnel Resumes In Section E And Example Projects In Section F, Part I Of The Sf 330. For Criteria Listed Below, Recent Experience Of Subcontractors May Be Submitted To Demonstrate Applicable Experience And Competence Provided The Nature And Extent Of All Team Arrangements Are Identified And Disclosed. Offerors Should Describe The Nature And Extent Of Prior Teaming Experience With The Proposed Subcontractors. the Firm Must Demonstrate Expertise In The Following: (1) Demonstrate The Recent Experience Of Both The Prime And Subcontractors Leading/participating In Value Engineering Studies/workshops. (2) Demonstrate Recent Experience Of Both The Prime And Subcontractors Utilizing The S.a.v.e. Value Methodology Standard. (3) Demonstrate Recent Experience Of Both The Prime And Subcontractors Adhering To American Society For Testing And Material (astm) Standard Practice E1399-14 For The Value Methodology And Engineering Regulation (er) 11-1-321 Value Engineering For Army Programs. (4) Example Projects Shall Show The Value Of The Ve Task Order/contract. (b) Professional Qualifications. The Offeror Shall Demonstrate That All Expertise Requirements Are Met On Key Personnel Resumes In Section E, Part I Of The Sf330. When A Minimum Number Of Years/experiences Is Listed, It Is Within The Past Five (5) Years From The Closing Date Of The Synopsis. The Following Is A List Of The Key Personnel, Minimum Requirements And The Minimum Number Required For The Idc Under This Acquisition. These Minimum Requirements Can Be Met Utilizing In-house Or Consultants/subcontractors. Do Not List A Subcontractor As Your Firm’s Employee, As This Will Be Cause For Rejection Of The Sf330. Additional Personnel Other Than The Required Will Not Be Evaluated. three (3) Facilitator/certified Value Specialist(s) (cvs), three (3) Registered Civil Engineer(s), three (3) Registered Structural Engineer(s), three (3) Registered Architect(s), three (3) Registered Electrical Engineer(s), three (3) Registered Mechanical Engineer(s), one (1) Registered Geotechnical Engineer, one (1) Registered Environmental Engineer, one (1) Leed Accredited Professional, And three (3) Certified Cost Estimator(s) With Mii Experience. all Personnel Shall Show Five (5) Years’ Experience, Minimum, In Their Field Of Expertise Within The Recent Ten (10) Years. To Show This Experience, Provide Relevant Projects, In Section E, That Span Five Years, Minimum. For Example, If The Resume Denotes A Project Performed In March 2011 It Shall Indicate At Least A Second Project Performed In March 2015, Or Later, To Demonstrate The Five (5) Years. certified Value Specialist(s) Shall Have A Current Certification By Save International. Engineers And Architects Shall Be A Registered Architect Or Licensed Professional Engineer. The Cost Estimator Does Not Have To Be A Pe Or Registered Architect. The Cost Estimator Shall Be Certified By Aace, Tri- Services, Or Any Of The Nationally Recognized Cost Estimating Certification Organizations. provide A Separate Employee For Each Stated Requirement Above To Meet The Number Required, No Dual Roles. The Title Of The Roles On The Resumes And Organizational Chart Must Match The Required Discipline. Do Not Submit Additional Personnel Resumes In Addition To Those Required. (c) Past Performance. In Section H, Part I, Sf 330, Provide Past Performance Evaluations. The Firms Will Be Evaluated In Terms Of Work Quality, Compliance To Schedules, And Cost Controls, With Emphasis On Projects Submitted Under Factor (a), As Determined From The Past Performance Information Retrieval System (ppirs) And Other Sources. Submit Letters Of Commendation, Awards, Previous Project Evaluations, Etc. To Show Past Performance. The Government Will Retrieve The Past Performance Evaluation For The Joint Venture If The Offeror Is A Jv. If The Jv Has No Past Performance Evaluation The Past Performance Evaluation Will Be Retrieved For Each Jv Partner. Past Performance Evaluations Will Not Be Retrieved For The Proposed Subcontractors. (d) Capacity. In Section H, Part I, Sf 330, Describe The Team’s Ability To Hold And Conduct Up To Three (3) Workshop(s), Concurrently, Each At A Separate Location(s) Designated By The Government With The Potential Of Back To Back Workshops In A Three Week Period, Starting Within Two (2) Weeks Of Task Order Award, Provide A Written Draft Of The Value Engineering Report Within One Week After Completion Of The Conference Or Work Group, And Provide The Final Value Engineering Report No Later Than Ten (10) Days After Receipt Of Comments On The Draft Report. The Government Will Also Look At The Overall Capacity Of The Team Based On The Information Provided In Part Ii Of The Sf 330. (e) Knowledge Of Locality. In Section H, Part I, Sf 330, Describe The Team’s Familiarity With The Project Location. Knowledge Of An Installation’s Requirements, Local Environmental Regulations, Soil Conditions, And Seismic Requirements Can Affect The Ve Recommendations Provided. Demonstrate Familiarity With The Swd Region. the Following Items (f Thru H) Are The Secondary Criteria: (f) Volume Of Dod Contract Awards. In Section H, Part I, Sf 330, Provide The Volume Of Dod Contact Awards, Stated In Dollars, For Each Firm For The Past Twelve (12) Months (see Details In Subsequent Paragraph 4(f)). Incorporate The Awards To All Branch Offices. The Objective Is To Provide An Impartial Distribution Of Dod A-e Awards Among Qualified A-e Firms, Including Small And Small Disadvantaged Business Firms And Firms That Have Not Had Prior Dod Contracts. List The Project Name, District, Contract Number, Dollar Amount, And The Month/year Of The Award. (g) Geographic Proximity. In Section H, Part I, Sf 330, Provide The Physical Location Of A Firm In Relation To The Location Of Potential Projects. The Geographic Location For This Idc Is The Southwestern Division Area Of Responsibility. (h) Utilization Of Small Business Firms. In Section H, Part I, Sf 330, Provide A Description Of The Prime And Any Subcontractor’s Affiliation As A Small Business. Per Far 52.219-8 Utilization Of Small Business Concerns (oct 2014), It Is The Policy Of The United States That Small Business Concerns, Veteran- Owned Small Business Concerns, Service-disabled Veteran-owned Small Business Concerns, Hubzone Small Business Concerns, Small Disadvantaged Business Concerns, And Women-owned Small Business Concerns Shall Have The Maximum Practicable Opportunity To Participate In Performing Contracts Let By Any Federal Agency. The Greater The Participation, The Greater The Consideration. 4. Submittal Requirement: In An Effort To Reduce Paperwork And Cost, Submit All Sf 330s Electronically Via The Dod Safe Website At: Https://safe.apps.mil/. At The Dod Safe Website, Select The Link: For Users Without A Cac Or If Your Computer Is Not Configured To Read Your Cac. Using This Option Will Allow You To Access The Safe Site As A Guest. When Completing The Information For Transmittal At The Dod Safe Website, Submit The Notification To: Ceswf-ct-preawardproposal@usace.army.mil. (a) Interested Firms (single Firms Or Joint Ventures) Having The Capabilities To Perform This Work Must Submit A Sf 330 (3/2013 Edition), For The Prime Firm And All Consultants/subcontractors To The Site Stated Above Not Later Than 12:00 P.m. (central Time) On The Response Date Indicated Above. If The Response Date Is A Saturday, Sunday Or Federal Holiday, The Deadline Is 12:00 P.m. The Next Business Day. Late Proposal Rules Found In Far 15.208 Will Be Followed For Late Submittals. Submission By Telephonic Facsimile Or In Paper Will Not Be Accepted. Personal Visits To Discuss This Announcement Will Not Be Allowed. (b) Submit A Compiled Sf 330, Part I, Completed In Accordance With The Sf 330 Instructions And Additional Instructions Herein. It Must Contain Information In Sufficient Detail To Identify The Team (prime, Other Offices Of The Prime Firm, And Subcontractors) Proposed For The Idc. Do Not Present Company Literature With The Sf 330. (c) Use No Smaller Than 10 Font Type Using Standard English. Pages In Excess Of The Maximums Listed Will Not Be Used In Evaluation Of The Selection Criteria. Number The Sf 330 To Correspond To The Paragraph Numbers In This Synopsis. Submit The Sf 330’s In Searchable Pdf Format. (d) Organizational Charts Can Be Up To Two (2) Pages, If Needed, On 8 ½ X 11 Paper. sf330, Part I, Additional Instructions: (a) In Section C, Identify The Discipline/service Supplied By Each Firm. With The Firm Name Provide Whether The Firm Is Small Business And What Type. (b) In Section D, Provide A Team Project Organization Chart To Indicate How Each Firm On The Proposed Team (prime And Each Subcontractor Is Identified In Section C) Integrates Into The Composite Team. Job Titles And Organization Chart Must Match The Required Discipline Titles. (c) In Section E, Provide Brief Resumes Of The On-staff Or Subcontractor Employees You Intend To Use To Perform The Work. Resumes Must Be Submitted For Each Employee Required To Meet The Minimums Stated Above In Paragraph 3(b). (d) In Section F, Provide A Minimum Of Two (2) But No More Than Five (5) Projects For Consideration. The Description Shall State Whether The Save International Format Was Used And Whether Astm E1699-14 And Er 11-1-321 Were Adhered To. Also Describe The Number Of Creative Ideas, Ve Alternatives Recommended, And Implemented. Use No More Than One Page Per Project, (e) In Section G, Block 26, Provide The Firm And Location The Person Is Associated With. List The Names Of All Individuals Detailed In The Resumes In Section E In Block G-26 Along With Their Firm Location And Their Roles Even If Example Project Experience In Block G-28 Is Not Applicable, And (f) In Section H, Provide A Narrative To Address Each Of The Requirements, With Subparagraphs, Of Items Listed In Section 3, Selection Criteria, Of This Synopsis. When Addressing Team Capabilities, Clarify Planned Capability, Existing Capability And Prior Experiences, If Applicable. Provide Any Other Relevant Information Including A Short Discussion Of Why The Firm Is Especially Qualified Based Upon The Specific Selection Criteria Listed In Section 3 Herein. For Section 3 (f), Provide An Itemized Summary Of Dod Contract Awards To Specify Agency, Contract Number/task Order No., Project Title And Amount. (note: Award Of Indefinite Delivery Contracts Should Not Be Counted As Award Amounts, Only Actual Task Orders) Generally, Provide A Brief Presentation Of Internal Controls And Procedures That Demonstrate The Firm’s Overall Design Quality Management Plan (dqmp) Which Provides Sufficient Information About This Plan And Clearly Explains The Ability Of The Firm To Control Costs, Schedule And Quality Of Work To Be Submitted To The Government. A Project- Specific Detailed Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award, But Is Not Required With This Submission. Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. Do Not Exceed 20 Pages For Block H. sf330, Part Ii, Additional Instructions (a) Responding Firms Must Submit A Copy Of A Current And Accurate Sf 330, Part Ii For The Specific Prime, As Well As For Other Offices Of The Prime And Subcontractor Offices Proposed To Perform The Work, Even If One Is Already On File. All Part Iis Must Be Signed (signed Within The Past 36 Months From The Closing Date Of The Synopsis) And Dated Either By An Original Handwritten Signature Or A Cut And Pasted Facsimile Of An Original Signature. Indicate In Block 5b Of Each Part Ii, If The Firm Is A Small Disadvantaged Business, Small Business, Hubzone, Service-disabled Veteran-owned Small Business, Or Woman- Owned Small Business. To Be Classified As A Small Business, A Firm’s Average Annual Receipts Or Sales For The Preceding Three (3) Fiscal Years Must Not Exceed $15,000,000; (b) In Block No. 4, Part Ii, Provide The Data Universal Numbering System (duns) Number Issued By Dun And Bradstreet Information System (1-866-705-5711) For The Prime A-e Or Joint Venture. The Duns Number Must Be For The Firm Or Joint Venture Performing The Work. (c) Solicitation Packages Are Not Provided For This Idc And No Additional Project Information Will Be Given To Firms During This Announcement Period. Facsimile Transmissions Will Not Be Accepted. Points Of Contact: Contracting - Ms. Daina Black: Daina.r.black@usace.army.mil And Technical – Mr. Clarence Banks, Dvo: Clarence.v.banks@usace.army.mil. All Questions Must Be Submitted Through The Projnet System. offerors Questions And Comments (a) Technical Inquiries And Questions Relating To Proposal Procedures Or Bonds Are To Be Submitted Via Bidder Inquiry In Projnet At Http://www.projnet.org/projnet. (b) To Submit And Review Bid Inquiry Items, Bidders Will Need To Be A Current Registered User Or Self-register Into The System. To Self-register Go To Web Page, Click Bid Tab Select Bidder Inquiry, Select Agency Usace, Enter Key For This Solicitation Listed Below, And Your E-mail Address, Click Login. Fill In All Required Information And Click Create User. Verify That Information On Next Screen Is Correct And Click To Continue. (c) From This Page You May View All Bidder Inquiries Or Add An Inquiry. Only One Question Will Be Allowed Per Inquiry. If Multiple Questions Are Contained In A Single Inquiry, Only The First Question Will Be Answered. All Others Will Remain Unanswered Until Entered In As Single Inquiries. (d) Bidders Will Receive An Acknowledgement Of Their Question Via Email, Followed By An Answer To Their Question After It Has Been Processed By Our Technical Team. (e) The Solicitation Number Is: W9126g25r0129 (f) The Bidder Inquiry Key Is: 3cpdat-s6s5kq (g) The Bidder Inquiry System Will Be Closed To New Inquiries Seven (7) Calendar Days Prior To Proposal Submission In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. If The System Is Not Closed In A Timely Manner, An Inquiry Posted Within Seven (7) Calendar Days Of The Scheduled Receipt Of Proposals Date Will Still Be Regarded As Untimely And Will Not Be Afforded A Substantive Response. (h) Offerors Are Requested To Review The Specification In Its Entirety And Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry. (i) The Bidder Call Center Help Line Operates Weekdays From 8am To 5pm U.s. Central Time Zone (chicago). The Telephone Number For The Call Center Is 1-800-428-help (1-800-428-4357). (j) Offers Will Not Be Publicly Opened. Information Concerning The Status Of The Evaluation And/or Award Will Not Be Available After Receipt Of Proposals. phone Calls To Discuss The Solicitation Are Discouraged Unless Absolutely Necessary. Personal Visits For The Purpose Of Discussing This Solicitation Are Not Allowed. To Verify Your Proposal Has Been Delivered You May E-mail: Ceswf-ct-preawardproposal@usace.army.mil And Daina.r.black@usace.army.mil. this Is Not A Request For Proposal.
331-340 of 373 archived Tenders