Civil Engineering Tenders

Civil Engineering Tenders

Department Of Agriculture Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Section I. Invitation To Bid Da8-infra-2024-0026 (pr No. Bt-24-infra-corn 55143-0160) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Corn 2024-current Fund Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (p1,200,000.00) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor & Materials For The Construction Of Solar Poly Tunnel Dryer In Brgy. Tigbao & Brgy. Candigahug, Carigara, Leyte.” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within Sixty-four (64) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders Qty Uom Desription Total Cost Supply Of Labor & Materials For The Construction Of Solar Poly Tunnel Dryer In Brgy. Tigbao & Brgy. Candigahug, Carigara, Leyte Scope Of Work: 1,200,000.00 Location: Brgy. Tigbao, Carigara, Leyte 600,000.00 96 Sq.ft Signboard/billboard 1 L.s Temporary Shelter 1 Lot Brass Marker 96 Sq.m. Clearing And Grubbing 2.1 Cu.m Structure Excavation 222 Kgs. Reinforcing Steel 4.6 Cu.m Structural Concrete 1 L.s Formworks And Falseworks 45.8 Sq.m. Metal Structures 45.8 Sq.m. Thermal Insulations And Plastic Slats 45.8 Sq.m. Paintings Location: Brgy. Candigahug, Carigara, Leyte 600,000.00 96 Sq.ft Signboard/billboard 1 L.s Temporary Shelter 1 Lot Brass Marker 96 Sq.m. Clearing And Grubbing 2.1 Cu.m Structure Excavation 222 Kgs. Reinforcing Steel 4.6 Cu.m Structural Concrete 1 L.s Formworks And Falseworks 45.8 Sq.m. Metal Structures 45.8 Sq.m. Thermal Insulations And Plastic Slats 45.8 Sq.m. Paintings Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/agricultural And Biosystems Engineer; 3. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule D Winning Bidder Shall: 1. Provide Contractor's All Risk Insurance (cari) Before Issuance Of Ntp. 2. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 3. Complete The Construction Within 64 Calendar Days; 4. Provide Necessary Tools For The Satisfactory Completion Of The Project; 5. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 6. Assign A Licensed Project Engineer (either Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 7. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 8. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 9. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar, If Applicable; 10. Attend Pre-construction Meeting. 11. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart With In 10 Days Of The Succeeding Month. 12. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 13. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 50% Of The Physical Accomplishment; And 2. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 09 To October 29, 2024 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Five Thousand Pesos Only (p5,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On October 16, 2024, 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before October 29, 2024, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On October 29, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan Chairman, Bids And Awards Committee
Closing Date29 Oct 2024
Tender AmountPHP 1.2 Million (USD 20.9 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Announcement Constitutes A Request For Information (rfi). This Announcement Seeks Information From Industry And Will Only Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Rfi. Respondents Will Not Be Notified Of The Results Of The Evaluation. the U.s. Army Corps Of Engineers, Jacksonville District Is Now Soliciting Comments From The Construction Community To Specifically Address Technical Questions And Potential Use Of Project Labor Agreements (plas) For This Large-scale Construction Project For Potential Award In Fiscal Year (fy) 2025. the U.s. Army Corps Of Engineers, Jacksonville District Is Planning An Industry Day/site Visit Event (1st Quarter Fy25) As A Means Of Conducting Market Research To Gauge The Interest, Capabilities, And Qualifications Of Various Members Of The Construction Community, To Include Small Businesses, As The Government Must Ensure There Is Adequate Competition Amongst The Potential Pool Of Responsible Contractors. *note: Additional Information For The Industry Day/site Visit Will Be Available At A Later Time: event Date: November 6, 2024 event Location: Flamingo Lodge, Flamingo Marina, Everglades National Park site Visit:everglades National Park event Schedule: Tbd event Registration: Please Click The Link Below And Register By November 1, 2024. https://www.eventbrite.com/e/industry-day-flamingo-marina-bulkhead-rehabilitation-tickets-1004565009987?aff=oddtdtcreator there Is No Solicitation Currently. This Request For Capability Information Does Not Constitute A Request For Proposals And Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Special Notice Or Any Follow-up Information Requested. the Estimated Magnitude Of Construction Is Between $25,000,000 And $100,000,000. the Subject Project Has A Total Estimated Period Of Performance Of 895 Calendar Days From The Date Of Notice To Proceed And Commencement Of Work Would Begin Within 30 Calendar Days Of Receipt Of The Notice To Proceed (ntp). the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Project Is $45.0 Million. project Overview: the Bulkhead Wall System Was Constructed In The 1950’s To Create Four Basins Within Flamingo Marina. The Four Basins Are Known As Visitor Center Bay, Florida Bay, Whitewater Bay, And Maintenance Marina Bay. The Existing Bulkheads Were Constructed In The 1950’s Using Pre-cast Concrete Panels Located Between Soldier Piles With Steel Tie Rods Anchoring The Wall To Creosote-treated Piles Which Act As Deadmen. The Piles And Panels Were Embedded Approximately Two Feet Below The Mudline. Cast In Place Concrete Caps Were Placed Above The Panels And Piles. Sections Of All The Existing Bulkhead Caps, Panels And Piling Show Evidence Of Corrosion Of The Reinforcing Steel. Cracks And Spalls Are Visible On The Top Of The Concrete Cap And In Some Cases Create Potential Tripping Hazards For Visitors And Staff. Test Pits Performed, To The Depth Of The Tie Rods, At Five Locations During The Design Phase Of This Project Did Not Identify Any Significant Corrosion Of The Tie Rods Anchoring The Wall Nor Any Degradation Of The Tops Of Treated Timber Piling. However, Based On Information Provided By The Park Personnel, Usace Understands A Similar Bulkhead System, Located At The Everglades City – Everglades National Park Facility, Constructed During The Same Era, Suffered A Tie-rod Failure In July 2005. This Failure Required The Emergency Installation Of New Tie Rods, Anchors, And Concrete Cap. Based On This Reported Failure, It Is Logical To Infer That Some Of The Existing Steel Tie Rods At The Flamingo Marina May Be Similarly Corroded, Since They Are Also Installed Within The Tidal Zone Under Similar Conditions. Distortions In The Pavement Adjacent To The Bulkheads Also Indicates Possible Bulkhead Distress. to Replace These Bulkheads, Cantilevered Sheet Pile Will Be Placed Approximately 22 Inches In Front Of The Existing Bulkhead Using The Press-in Method Combined With Pre-auguring Of Sheet Pile Installation. The Press-in Method Was Chosen As The Installation Method For The Following Reasons: address The Nps Concerns With Vibration, Noise, And Contractor Interactions With The Various Protected Species Found In The Basins. to Minimize Risk Of Damage Or Failure Of The Existing Bulkhead System Due To Vibration. to The Address The Limestone Layers The Sheet Piles Will Be Founded In Without Exposing The Existing Concrete Panels Nor Soldier Piles To Loose Material. to Minimize The Need To Place Construction Loads Near The Existing Bulkhead. the Need For Tight Vertical And Horizontal Construction Tolerances For The Sheet Piles. the Government Is Requesting Answers To The Following Technical Questions: 1. Can You Describe Your Current Sheet Pile Installation Equipment Types And If The Equipment Can Meet The Press-in Method Of Installation Requirements? 2. The Sheet Pile Will Require Significant Embedment Into A Hard Limestone Layer. We Are Requiring Pre-auguring To Break Up The Limestone And Allow For Sheet Pile Placement; However, The Existing Bulkhead Panels And Soldier Piles Are Near The Auguring And Embedded Into The Same Limerock Layer. To Minimize The Risk Of Failure Of The Existing Bulkhead During The Auguring Process, Positioning Of The Auguring System And Minimizing The Time Between The Auguring Of The Rock And Placement Of The Sheet Pile Will Be Important. Can You Explain How And What Type Of Equipment You Would Use To Accomplish The Pre-auguring? 3. The Area Between The New Sheet Pile And The Existing Bulkhead Will Be Filled With Clsm, In Sections, And Lifts, The Ends Of Each Segment Will Need Seals Placed To Prevent The Clsm From Flowing Into The Basin. Can You Explain Your Approach To Sealing The Segments To Allow For Clsm To Be Placed? 4. As The Clsm Is Placed, Turbid Water Will Be Displaced, If Turbidity Barriers Do Not Provide Sufficient Protection, How Would You Propose Meeting The Turbidity Requirements? 5. Do You Believe Baker Tanks And Or Filtering Equipment Will Be Required To Treat The Displaced Water If The Turbidity Requirements Cannot Be Maintained? 6. For Architectural And Corrosion Prevention Reasons A Precast Façade Is To Be Mounted In Front Of The Sheet Pile. This Precast Concrete Façade Will Extend From The Top Of The Wall To Below The Mean Low Water Elevation. The Gap Remaining Between The Façade Panel And The Sheet Pile Is To Be Filled With Clsm, How Would You Seal This Gap At The Bottom And Sides To Prevent Clsm From Flowing Into The Basin? 7. As Stated Above, The Vertical And Horizontal Tolerances Associated With The Sheet Pile Placement Are Tight To Allow For Façade Panel Placement And Maintain The Architectural Look Of The Bulkhead. Can You Explain How You Propose To Maintain These Tolerances Throughout Sheet Pile Placement? 8. Several Outfall Pipes Will Penetrate The Existing Wall. These Outfall Pipe Will Need To Be Extended Through Both The New Sheet Pile And The Concrete Façade Panels; Can You Describe How You Would Accomplish This? 9. Various Protected And Potentially Dangerous Species And Fauna Populate The Project Site. Can You Describe Any Experience You Have Working In Highly Environmentally Sensitive Areas And How You Will Handle The Environmental Restrictions That Are Required By This Project? a Project Labor Agreement (pla) Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement As Described In 29 U.s.c. 158 (f). Effective January 22, 2024, Final Rule (far Case 2022-003), Implements Executive Order (e.o.) 14063, Use Of Plas For Federal Construction Projects, Which Requires The Use Of Plas In Large-scale (defined As $35 Million Or More) Federal Construction Projects Within The United States. Contractors And Subcontractors Working On Large-scale Construction Projects Must Negotiate Or Become Party To A Pla With One Or More Labor Organizations Unless An Exception Is Granted. This Requirement Applies To New Solicitations, Including Task Or Delivery Orders, Issued On Or After January 22, 2024. the Government Is Seeking Information From Both Unionized And Non-unionized Contractors, As Well As Contractors Familiar With The Federal Marketplace As Well As New Entrants, That May Be Interested In Participating In Competition For This Procurement. Reference Is Made To: Far Subpart 22.5 Use Of Project Labor Agreements For Federal Construction Projects; Provision, Far 52.222-33 Notice Of Requirement For Project Labor Agreement; And To Clause, Far 52.222-34 Project Labor Agreement. in Consideration Of The Above Factors And Any Others Which May Be Deemed Appropriate, The Construction Community Is Invited To Comment On The Use Of Pla's As Part Of The Government's Market Research. The Government Is Requesting Responses To The Following Questions: 1. Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation. project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project were There Any Challenges Experienced During The Project? 2. Are You Aware And/or Are There Concerns By The Prime Contractors Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation. Information May Reference Current Apprenticeship Statistics And Workforce Age Demographics. 3. Are You Aware Of Time Sensitive Issues/scheduling Requirements Where Use Of The Pla Would Affect The Rate At Which The Referenced Project Would Be Completed? If So, Please Elaborate And Provide Supporting Documentation. 4. Are You Aware Of Any Cost Impact Where The Use Of Pla Will Affect The Construction Cost Of The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation. 5. Based On Far 52.222-33 And Alternates And 52.222-34 And Alternates Do You See Any Negative And/or Positive Impacts Of Submitting The Pla At One Phase Of The Procurement Process Over Another? If So, Please Explain. Also, Provide An Estimated And Realistic Timeframe That Your Company Will Be Able To Finalize A Pla. 6. Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. 7. Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. 8. Identify Any Additional Information With Supporting Documentation/statistics That You Believe Should Be Considered On The Use Of A Pla On The Referenced Project. 9. Identify Any Additional Information With Supporting Documentation/statistics That You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. 10. Is Your Firm A Serious Interested Party In That You Intend To Submit A Proposal For This Procurement? Will The Use Of A Pla Impact Your Ability To Bid? If So, Please Explain? all Responses To This Rfi Will Be Evaluated And Used In Determining Acquisition Strategy. submission Instructions: Serious Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Project Are Invited To Submit Your Response On Company Letterhead No Later Than October 4, 2024, At 5:00pm, Est. For More Information, Please See The Company Letterhead Template To Submit Technical Questions And Pla’s Questions. All Responses For Under This Notice Shall Be Sent Via Email To Nicole Batista-cruz At Nicole.m.batista-cruz@usace.army.mil And William Wallace At William.j.wallace@usace.army.mil. instructions For Technical Inquiries And Questions (specifications And Drawings). technical Inquiries And Questions Relating To The Project Specifications And Drawings Must Be Submitted Through A Bidder Inquiry Using Projnet (https://www.projnet.org). All Answers Will Be Made Available Through Projnet And Will Also Be Posted On The Sam.gov Website In The Form Of A Report Generated From Projnet. To Facilitate The Projects Fast-paced Schedule, We Would Appreciate Your Questions And Feedback Be Submitted By 5:00 Pm, Est On October 4, 2024. the Bidder Inquiry Key Is: 7x5bme-f6iwn6 specific Instructions For Projnet Bid Inquiry Access From Projnet Home Page: 1. Identify The Agency. This Should Be Marked As Usace. 2. Email. Enter The Email Address You Would Like To Use For Communication. 3. Key. Enter The Bidder Inquiry Key Listed Above. 4. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form. 5. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System. 6. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System.
Closing Date1 Nov 2024
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

United States
Details: Procurement Description through Its Design Excellence Program, The U.s. General Services Administration (gsa) Commissions Our Nation’s Most Talented Creative Professionals To Design Outstanding Federal Workplaces. These Projects Embody An Exemplary Integrated Process Whose Results Deliver Enduring Value To Taxpayers. Gsa Defines Quality As The Thoughtful Expression Of Artistry, Local Culture, And Democratic Values Like Civic Participation, Accessibility, And Transparency, Achieved In Balance With Affordability, Constructability, Reliability, And Industry-leading Sustainable Performance. Design Excellence Is The Means By Which Gsa Realizes The Guiding Principles For Federal Architecture, Which President Kennedy Authorized In 1962, And It Is One Of The Agency’s Primary Vehicles For Catalyzing Positive, Inclusive Change In Local Communities. continuing This Legacy Of World-class Public Architecture, Gsa Announces An Opportunity For Design Excellence For Projects In Occupied Federally Owned Or Leased Office Buildings, Courthouses, And Land Ports Of Entry (lpoe's) Throughout Region 9. These Projects Are To Demonstrate The Value Of True Integrated Design That Balances Aesthetics, Cost, Constructability, And Reliability; And Create Environmentally Responsible And Superior Workplaces For Civilian And Federal Employees. this Is A Multiple Award Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For Architect Engineer (ae) Services Covering Projects Located In The Following Four (4) Geographic Zones Of Region 9: zone 1 - States Of Arizona And Nevada zone 2 - Northern California (california Counties Of Del Norte, Siskiyou, Modoc, Humboldt, Trinity, Shasta, Lassen, Mendocino, Tehama, Plumas, Glenn, Butte, Sierra, Lake, Colusa, Yuba, Nevada, Placer, Sonoma, Napa, Yolo, Sutter, El Dorado, Marin, Solano, Sacramento, Amador, Alpine,san Francisco, Contra Costa, San Joaquin, Calaveras, Toulumne, Mono, Inyo, San Mateo, Alameda, Stanislaus, Mariposa, Santa Cruz, Santa Clara, Merced, Madera, San Benito, Fresno, Monterey, Kings, Tulare) zone 3 - Southern California (california Counties Of San Diego, Imperial, Orange, Riverside, Santa Barbara, Ventura, Los Angeles, San Bernardino, San Luis Obispo, Kern) zone 4 - State Of Hawaii And Pacific Territories multiple Awards May Be Made As A Result Of This Announcement, And The Government Anticipates Making Between Three (3) To Six (6) Awards Per Geographic Zone. However, The Ultimate Number Of Contracts Per Zone Will Be Determined By Gsa After The Assessment Of Qualified Contractors During The Solicitation Stage To Ensure Coverage In All Zones. this Procurement Is A 100% Total Small Business Set Aside. Prime Ae Firms Must Be A Small Business In Order To Be Considered. Consultants To The Prime Ae Firms Are Not Required To Be Small Businesses. the Naics Code Is 541310 - Architectural Services; The Small Business Size Standard Is $12.5 Million (average Annual Receipts). prime Ae Firms Who Are Interested In Performing Work In Multiple Zones Must Submit A Separate Technical Qualification Package For Each Zone. The Prime Ae Firms Must Have An Active Main Office And/or Branch Office Located Within The Applicable Geographical Zone As Of The Date Proposals Are Due In Order To Be Considered; If An Award Is Issued, The Zonal Office Must Remain Open And Active For The Duration Of The Contract Period. Consultants To The Prime Ae Firm Are Not Required To Have An Active Office In The Geographical Zone The Prime Ae Firm Will Be Performing In. An Active Main Office And/or Branch Office Is Defined As A Non-temporary Office From Which Business Is Regularly Conducted By The Prime Ae Firm. Prime Ae Firms Will Be Required To Certify They Meet The Specified Local Office/ Geographic Limitations In Your Submission. at The Time Of Technical Qualification Package Submission, Interested Prime Ae Firms Must Have An Active Registration In The System For Award Management (sam). Active Registration Must Also Be Complete As Applicable If The Prime Ae Firm Is A Partnership, Corporation, Association, Joint Venture, Or Other Legal Entity. Prime Ae Firms Will Be Required To Provide A Copy Of Your Active Sam Record As Well As Any Executed Agreements If Applicable (such As An Executed Joint Venture Agreement) In Your Submission. the Awarded Contracts Will Be For A Period Of One (1) Base Year With Four (4) Consecutive One (1) Year Option Periods. the Minimum Guarantee Will Be $1,000 For The Base Year Period Only. the Total Aggregate Maximum Order Limitation (mol) Per Awarded Contract, Covering The Base Year Period And Four (4) Consecutive One (1) Year Option Periods, Shall Not Exceed $25 Million. task Orders Issued Under The Awarded Contracts May Range In Value From $10,000.00 To $4,000,000.00, However There Will Be No Single Task Order Minimum Or Maximum Limit Specified. Prime Ae Firms Will Be Required To Comply With Brooks Act Procedures And Applicable 6% Statutory Limitation. this Procurement Will Be Conducted In Accordance With Brooks Act Public Law 92-582, And As Implemented In Federal Acquisition Regulation (far) Part 36.6, General Services Administration Acquisition Manual/ Regulation (gsam/ Gsar) Part 536.6. Under This Process The Government Will Award To The Most Highly Qualified Prime Ae Firms With Whom It Can Negotiate A Fair And Reasonable Price. this Is A Request For Technical Qualifications Only; This Is Not A Request For Proposal. An Ae Evaluation Board Comprised Of Gsa Personnel Will Evaluate The Technical Qualification Packages. general Description Of Contract Services prime Ae Firms, And Consultants As Applicable, Are Required To Be Licensed/ Registered Within The Applicable State(s) For Each Geographic Zone They Are Interested In And Must Conform To All Laws, Rules, And Requirements Of That State Governing The Profession Of Architecture Or Engineering. the Services Required Under This Contract May Include, But Are Not Limited To, The Following: 1. Comprehensive Design Services Including The Preparation Of Construction Documents For Repair And Alteration, And Tenant Improvement Projects. Typical Projects May Include Repair, Improvement And/or Remodeling Of Building Interior Space, And Building Systems And Features, Including But Not Limited To: Interior And Exterior Finishes, Landscaping, Civil, Mechanical, Plumbing, Electrical, Structural, Fire Safety, Blast, Anti-ram, And Ballistic Protection, Elevators, Environmental, And Roofing Components/systems. Project Locations/ Spaces May Include Courthouse And Federal Facilities, Historic Buildings, Border Stations, Child Care Facilities, Lease Locations, Renovation And/or Alteration Of Fire Protection Systems, Administrative Facilities, Warehouses, Road And Parking Lots, Walkways, Plazas, And Other Existing Systems And Facilities. 2. Comprehensive Design Services Including The Preparation Of Construction Documents For New Construction Of Courthouses And Federal Facilities. 3. Preparation Of Designs, Plans, Specifications, Estimates, Record Drawings, Space Planning, Technical Studies And Reports, Surveys And Construction Inspection Services For Projects. Projects May Involve Work In Specialty Areas Such As Alterations In Historic Buildings Or Asbestos Abatement Work. 4. Professional Disciplines Required May Include Architectural Designer, Landscape Designer, Mechanical Engineer, Structural Engineer, Hvac Engineer, Electrical Engineer, Civil Engineer, Historic Preservation Architect, Acoustical Engineer, Blast Consultant, Interior Designer, Cost Estimator, Cad Operator, Building Information Management, Fire Safety, Security Systems Consultant, Asbestos, Acoustical, Seismic, Environmental Engineering, Energy Consultant, Telecommunication, Building Forensics, Waterproofing, And Geotechnical Engineering. These Professional Disciplines May Also Assist Gsa Staff Engaged In Scope Development, Shop Drawing Review, Master Planning, Feasibility Studies, Programming, Interior Design, Change Management, Design Review, Construction Administration And Inspection, Elevator Evaluation/design, Signage Design, And Various Technical Studies Including Building Engineering Reports, Workplace Engagement Studies, Program Of Requirements, Post Occupancy Analysis, , Historic Structure Reports, Determinations Of Eligibility, National Register Of Historic Places Nominations, Historic Building Preservation Plans, Seismic And Structural Evaluations, Energy Studies For Design Of Energy Upgrades, Roof Evaluations, Fire Safety Review/studies, And Handicapped Accessibility (abaas) Reviews. 5. Comprehensive Project Planning Services For Large New Construction And Major Renovation Projects, Including Surveys Of Existing Conditions And Field Investigations, Site Selection And Evaluation, Planning And Program Studies, Feasibility Studies, Cost Estimates, Inventory Of Existing Furniture, Fixtures, And Equipment, And Other Services. The Budget Assessments May Include Cost Analysis As Well As Cost Estimating. 6. Design Services May Include Green/sustainable Design With A Goal Of Leed Certification And Sites Certification For Select Projects. Other Sustainable Design Requirements May Apply, Such As The Use Of Recycled And Environmentally Responsible Materials, Achievement Of Energy And Water Efficiency Goals, Design For Indoor Environmental Quality, Sustainable Site Design, And Sustainable Urban Design. 7. Other Professional Services Of An Architectural Or Engineering Nature, Or Incidental Services, That Members Of The Ae Professions (and Individuals In Their Employ) May Logically Or Justifiably Perform, Including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program/project Management, Conceptual Designs, Plans And Specifications, Value Engineering, Construction Phase Services, Soils Engineering, Drawing Reviews, Architectural Photography, Preparation Of Operating And Maintenance Manuals, And Other Related Services. 8. Environmental Surveys, Reports, Studies, And Designs For The Clean-up, Removal, Monitoring And/or Abatement Of Asbestos, Hazardous/toxic Materials And Petroleum Products. 9. Spatial Data Management (sdm) Program For Creating, Updating And Maintaining Spatial Data And Associated Computer Aided Drawings (cad) To Accurately Reflect The Federal And Leased Inventory. prime Ae Firms Must Have The Ability To Provide Comprehensive Design And Post Construction Contract Services, Which May Include Rfi And Submittal Reviews. prime Ae Firms Must Be Able To Perform Drafting Of Above Work In A Computer System Compatible With The Latest Version Of Autocad And Building Information Modelling Software And Provide Construction Specifications Using The Latest Version Of Masterformat. The Prime Ae Firm Must Also Be Able To Provide Design In Both English And Metric, As Applicable. each Contract Awardee Must Have The Capability To Concurrently Perform Design And Engineering Work For At Least Five (5) Gsa Projects. in Performance Of The Contract, The Selected Prime Ae Firm May Be Required To Include On Its Team The Following Design Disciplines And Specialty Consultants: Architect, Electrical Engineer, Mechanical Engineer, Plumbing, Structural Engineer, Civil Engineer, Cost Estimating, Fire Protection Engineer, Interior Designer, Historic Preservation Architect, Landscape Architect, Vertical Transportation/ Elevator Consultant, Blast Consultant, Materials Conservation, Sustainability, And Hazardous Materials. selection Process the Selection Of Between Three (3) To Six (6) (or More) Single Award Ae Idiq Contracts Per Geographic Zone Will Be Made Using A Two-stage Process As Follows: stage I - The Technical Qualifications And Experience Of Proposed Prime Ae Firms Will Be Evaluated From The Initial Technical Qualification Package, Including Review Of Their Complete Team Of Engineers And Consultants. A Short-list Will Be Established Of The Prime Ae Firms Determined To Be The Most Highly Technically Qualified. The Short-listed Prime Ae Firms Will Be Invited To Continue With Stage Ii Of The Selection Process. stage Ii - Interviews Will Be Conducted With The Short-listed Prime Ae Firms. The Short-listed Prime Ae Firms Will Be Ranked, And The Top-ranked Firms Will Be Selected To Receive The Solicitation And Conduct Negotiations. stage 1 Submission Requirements prime Ae Firms That Fully Meet The Requirements Described In This Notice Are Invited To Submit A Technical Qualification Package To Include The Following, In The Order Listed: cover Letter Referencing The Sam.gov Announcement Number And Briefly Describing The Firm And Its Location, The Geographic Zone They Wish To Be Considered For, Organizational Makeup, Noteworthy Accomplishments, And The Proposed Working And Legal Relationship Between Its Components If The Prime Ae Firm Is A Partnership, Corporation, Association, Joint Venture, Or Other Legal Entity. acknowledgement Of All Amendments Posted Prior To The Closing Date. active Sam Record. executed Agreement(s), If Applicable. standard Form (sf) 330 Architect Engineer Qualifications Part I & Ii responses To The Submission Requirements And Evaluation Criteria Listed Below. prime Ae Firms Shall Submit Separate Complete Technical Qualification Packages For Each Geographic Zone The Firm Is Interested In Being Considered For. only Electronic Submissions In Pdf Format Will Be Accepted; No Hard Copies Will Be Accepted Or Reviewed. pdf Submissions Shall Be Concise And Organized, In 8 1/2" X 11" Format, And The Assembled Content Shall Not Exceed Seventy-five (75) Pages. All Assembled Pages In The Pdf Submissions Shall Be Continuously Numbered, Meaning The Cover Letter, Table Of Contents, Cover Pages, Etc. Are To Be Included In The Continuously Numbered Pages; There Are No Exclusions Allowed In The Specified Page Limitation. ensure The Submission Clearly Identifies The Information Being Submitted For Each Evaluation Factor, Either By Using Cover Pages For Each Evaluation Factor Content Or By Annotating At The Top Of Each Page Which Evaluation Factor(s) The Information Applies To. sf 330 Instructions: prime Ae Firms Are To Complete And Submit A Current Sf 330 Part I & Ii. All Sections Of The Sf330 Must Be Filled Out In Their Entirety And Must Address All Elements Identified Under The Stage 1 Evaluation Criteria. interested Firms With More Than One (1) Office Must Indicate On Their Sf 330 The Staffing Composition Of The Office In Which The Work Will Be Performed Under The Specified Geographic Zone. Include A Completed Part Ii Only For Each Proposed Consultant/ Subcontractor Listed In Part I - Section C. in Addition To The Standard Instructions Provided On The Sf 330, The Following Are Supplemental Instructions For Sf 330 Part I Sections Under This Announcement: section C: The Prime Ae Firm Should Prioritize Team Members And Only Provide Those That Are Essential To Creating The Most Well-rounded Team. section E: The Prime Ae Firm Should Prioritize And Provide Those That Best Represent The Firm's Ability To Accomplish The Requirements Of This Contract. Ceos And Other Executive Personnel Should Not Be Submitted Unless They Will Have Direct Responsibility For Accomplishing The Task Orders Under This Contract. It Is Required That The Lead Architectural Designer And The Primary Point Of Contact That Would Be Responsible For Managing This Contract And Assigning Task Orders Be Included. It Is Recommended That The Key Personnel Directly Responsible For Work Submitted In Section F Should Also Be Included. section F: All Projects Provided Should Be Designed And Completed Within The Last Ten (10) Years; "designed And Completed" Means The Design Work And Associated Construction Work For A Submitted Project Are Both To Have Been Completed In The Last Ten (10) Years. The Prime Ae Firm May Submit The Same Projects For Multiple Evaluation Factors If They Address The Specified Information Required For Each. Ensure Each Project Specifically Notes Which Factor It Is Being Submitted For. Ensure That An Accessible Owner Point Of Contact Including Name, Title, Address, Current Email Address And Current Phone Number Is Provided. section G: Indicate Key Personnel And Consultant/ Subcontractors Who Participated In The Example Projects Under Section F. section H: Certification Is Required By The Prime Ae Firm That They Have An Active Main Office And/or Branch Office Located Within The Applicable Geographic Area They Wish To Be Considered; The Last Entry Under This Section Must Read "i Hereby Certify That The Prime Ae Firm Listed In Section C Meet(s) The Geographic Limitations Stated In The Synopsis For This Contract". stage 1 Evaluation Criteria the Evaluation Criteria And Associated Relative "weight" For Each Criteria Element Is As Follows: 1. Specialized Experience (35%) 2. Professional Qualifications And Experience Of Key Personnel (25%) 3. Past Performance (20%) 4. Project Management And Quality Control Plan (10%) 5. Geographic Location (5%) 6. Small Business Socio-economic Categories (5%) the Evaluation Criteria And Submission Requirements For Each Are Further Described Below: 1. Evaluation Factor No. 1: Specialized Experience (35%) this Factor Considers The Prime Ae Firm’s Specialized Experience For Projects That Meet The Submittal Requirements Project Definition For This Factor. The Prime Ae Firm Shall Provide Their Most Relevant Experience In Response To Gsa’s “requirements Under The Contract” Description And Demonstrate Success In Appropriately Addressing Complex Design, Research, Innovation, And Strategy Issues Such As Unique Requirements, Significance Of Community Or Cultural Context On Building Or Interior Design, Image, Function, Scale, Scope, Complexity, And Experience Or Perception Of Users. The Prime Ae Firm Shall Demonstrate Innovation In Design, Research, Construction And Project Management Approaches Using Integrated Multidisciplinary Teams On A Range Of Projects Including But Not Limited To Innovative Building Design Solutions, Strategic Endeavors, And Efforts To Achieve Sustainable Solutions. The Prime Ae Firm Shall Also Demonstrate Experience Providing Services Ranging From Pre-design Studies Through Construction Administration; Highlight Areas Of Concentration Or Competence And Range Of Expertise In Diverse Areas Such As Workplace Strategy, Change Management And/or Historic Preservation; Highlight Achievements In Resolution Of Technical Issues Such As Abaas Improvements, Security Design And Energy Projects. the Standard For This Factor Is Met When: the Prime Ae Firm Demonstrates Success In Addressing Complex Design And/or Challenges Through Evidence Of Experience Addressing The Elements Above. additional Consideration Under This Factor: more Weight May Be Given For Firms Who Submit Projects Reflecting Any Of The Following- (1) Experience With Projects Owned By Public Agencies, Including But Not Limited To Federal, State, And Municipal Agencies. (2) Awards Or Other Forms Of Public Recognition From Nationally Recognized Organizations Demonstrating Excellence In Design. submittal Requirements For Factor 1: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less. For Each Project, Submit A Maximum Three (3) Page Narrative, Including Any Photographs And Drawings, That Illustrate Specialized Experience Of Projects Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. Projects Submitted May Be For Both Renovations And New Construction. 2. Evaluation Factor No. 2: Professional Qualifications And Experience Of Key Personnel (25%) this Factor Considers The Prime Ae Firm’s Professional Qualifications, Experience Of Key Personnel, And Design Philosophy. The Prime Ae Firm Shall Demonstrate Professional Qualifications And Experience Of The Proposed Key Personnel Assigned To This Project Necessary For Satisfactory Performance Of The Required Services. Qualifications And Experience Of The Prime Ae Firm’s Key Personnel Will Be Reviewed First; Then The Overall Proposed Team Qualifications And Experience Will Be Reviewed To Ensure They Will Provide Necessary Support To The Prime Ae Firm To Perform The Required Services. The Prime Ae Firm Shall Also Address The Principal Or Lead Designer’s Philosophy To Include Past Work That Exhibits A Balance Of Design Quality With Other Factors That Affect Public Architecture Including Security, Review Processes, And Budget And Schedule. the Standard For This Factor Is Met When: the Prime Ae Firm Submits All Required Information Demonstrating The Qualifications, Experience, And Design Philosophy As Described. additional Consideration Under This Factor: more Weight May Be Given For Firms Who Submit Information Addressing Any Of The Following - (1) The Degree To Which Any Of The Key Personnel’s Qualifications Are Superior (2) History Of Leadership In Volunteer Organizations Related To The Field Of Architecture, Engineering, And Construction. (3) Awards Or Other Forms Of Public Recognition From Nationally Recognized Organizations Demonstrating Excellence In Design. (4) A Design Philosophy That Provides Evidence Of Flexibility, Innovation, Balance, And Awareness Of Design Excellence In Public Architecture. submittal Requirements For Factor 2: the Prime Ae Firm Shall Provide A Narrative Description, Not To Exceed Two (2) Pages, Summarizing The Principal Or Lead Designer’s Philosophy And Approach To Project Solutions And Providing Examples. Information Provided May Include Appropriate Graphic Material. the Prime Ae Firm Must Submit Resumes Of Proposed Team Members, Not To Exceed Two (2) Pages Each, For Personnel In The Following Disciplines: (1) Prime Architect (one Individual Can Fulfill More Than One Role) principal (architect Of Record) lead Designer project Manager (individual Responsible For Task Orders) (2) Consultants Of Record civil Engineer structural Engineer mechanical Engineer electrical Engineer plumbing Engineer fire Protection Engineer historic Preservation Architect interior Designer landscape Architect resumes Must Indicate Professional Qualification Of Team Members, Including Education, Professional Certification And Licensure, Relevant Experience, Any Specialized Expertise, And The Length Of Service With The Firm. Include And Clearly Identify Resumes For Individuals Who Will Serve As Principal/architect Of Record, Lead Designer, And Project Manager(s), As Well As The Lead Designers In Each Discipline (whether They Are A Part Of The Prime Ae Firm Or A Sub-consultant). resumes Submitted Must Demonstrate Familiarity With New Construction And/or Renovation Projects In Occupied Buildings Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. 3. Evaluation Factor No. 3: Past Performance (20%) this Factor Considers The Prime Ae Firm Past Performance On A Range Of Projects Of Varying Scopes, Scales, And Complexities. The Prime Ae Firm’s Role On Each Project Submitted Must Be Identified, Including Demonstrated Success At Collaborative Relationships With Consultants If Applicable. in Evaluating Past Performance For Projects That Meet The Submittal Requirements Project Definition For This Factor, The Government May Review The Contractor Performance Assessment Reporting System (cpars) Database And/or Past Performance Questionnaires (ppq) Submitted By The Prime Ae Firm. Points Of Contact Provided For Projects Submitted Under This Factor And Other Factors May Be Contacted, And The Government May Also Review Any Other Source Of Past Performance Information At Its Discretion. Evaluation Of Past Performance Is A Subjective Assessment Based On Consideration Of All Relevant Facts And Circumstances. It Will Not Be Based On Absolute Standards Of Acceptable Performance. In The Case Of An Offeror Without A Record Of Past Performance, Or For Whom Information On Past Performance Is Not Available, That Offeror Will Be Given Neither A Favorable Nor An Unfavorable Evaluation Regarding Past Performance. the Standard For This Factor Is Met When: the Prime Ae Firm’s Overall Past Performance Record Demonstrates Satisfactory Performance On Three (3) Projects That Meet The Submittal Requirements Project Definition For This Factor. submittal Requirements For Factor 3: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less. For Each Project, Submit A Maximum Three (3) Page Narrative, Including Any Photographs And Drawings, Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More. Include Tangible Evidence Such As Certificates, Awards, Peer Recognition, Etc., Demonstrating Design Performance. Projects Submitted May Be For Both Renovations And New Construction. Each Project Specified Is To Clearly Identify The Project Name, Design Contract Number (if Applicable), Location Of Work, Design Contract Value, Construction Value, And Accurate Client Reference Information Including Name, Title, Address, Email, And Phone Number. Points Of Contact Provided For Projects Submitted Under Other Evaluation Criteria May Be Contacted. additionally, The Prime Ae Firm Must Submit A Ppq Or Copy Of The Completed Cpars Evaluation For Each Of The Three (3) Projects Submitted Under This Factor. The Ppq Or Cpars Evaluation Pages Are In Addition To The Three (3) Page Maximum Narrative Specified For Each Project. 4. Evaluation Factor 4: Project Management And Quality Control Plan (10%) this Factor Evaluates The Prime Ae Firm’s Project Management And Quality Control Plan, Which Provides A Plan Specific To This Idiq Contract. At A Minimum, The Submitted Plan Must Clearly Identify Key Roles And Lines Of Communication, And Must Explain Steps To Ensure Cost And Schedule Control, Quality Control, Project Team Capacity, And Requirements For All Review Stages And Submittals. the Project Management And Quality Control Plan Must Also Demonstrate The Capacity Of The Prime Ae Firm To Accomplish Multiple, Large And Small Projects Simultaneously, And The Ability To Sustain The Loss Of Key Personnel While Accomplishing The Work Within The Required Time Limits. Under The Anticipated Idiq Contract, Each Contract Awardee Must Have The Capability To Concurrently Perform Design And Engineering Work For At Least Five (5) Gsa Projects/ Task Orders. the Standard For This Factor Is Met When: the Prime Ae Firm Demonstrates The Following - the Methods To Deliver Quality Design Or Deliverable While Maintaining Cost And Schedule Controls. the Capability To Respond To The Government’s Needs In A Timely Manner. the Capability To Perform And Balance Multiple Task Orders Concurrently And To Balance Competing Needs Of Multiple Customers. their Ability, Methods, And Processes To Adequately Staff Project Teams. submittal Requirements For Factor 4: the Prime Ae Firm Shall Submit A Project Management And Quality Control Plan, Six (6) Pages Maximum, That Demonstrates The Firm’s Approach For Delivering Individual Projects And Addresses How The Plan Will Be Catered To The Anticipated Idiq Contract, As Described Above. 5. Evaluation Factor 5: Geographic Location (5%) this Factor Evaluates The Prime Ae Firm’s Knowledge Of Local Conditions Within The Geographical Zone(s) In Which They Wish To Be Considered For Contract Award Including Design And Project Strategies Used For Solutions To Design Issues Specific To Local, Environmental, And Geographic Areas Within A Zone. This Must Include Project Delivery Processes, Construction Methodologies, And Related Involvement Or To The Consultants. This Factor Also Considers The Prime Ae Firm’s Familiarity Of The Applicable Geographic Area’s Architectural Standards And Codes, Building Codes, Environmental Regulations, Soil Conditions, Seismic Requirements, And Agency Regulations. the Standard For This Factor Is Met When: the Prime Ae Firm Clearly Demonstrates Knowledge Of Local Conditions And Familiarity With Applicable Geographic Areas Standards And Codes, As Described Above. submittal Requirements For Factor 5: the Prime Ae Firm Must Submit Three (3) Projects Total For This Factor, No More And No Less, And Must Provide A Maximum Of Three (3) Page Narrative For Each Project, Including Any Photographs And Drawings As Applicable, For A Total Of Three (3) Projects Where The Construction Was Completed Within The Last Ten (10) Years, And Each Having A Construction Value Of $1 Million Or More, Describing The Prime Ae Firm’s Knowledge Of Locality Criteria Described Above. Projects Submitted May Be For Both Renovations And New Construction. 6. Evaluation Factor No. 6: Small Business Socio Economic Categories: Hubzone, Sdvosb, Wosb (5%) this Factor Considers The Prime Ae Firms Status As A Small Business Concern In The Following Socio-economic Categories: Historically Underutilized Business Zone (hubzone) Small Business Concern; Service-disabled Veteran Owned Small Business (sdvosb) Concern; Women-owned Small Business (wosb) Concern. including This Factor In The Evaluation Of The Prime Ae Firm Will Result In A Higher Evaluation Rating Being Given To Firms Who Fall Within One Of The Specified Socio-economic Categories. the Standard For This Factor Is Met When: the Prime Ae Firm Provides Confirmation Of Their Small Business Socio-economic Status Within One Or More Of The Specified Categories, If Applicable. submittal Requirements For Factor 6: the Prime Ae Firm Must Submit Proof Of Current Sba Certification Within The Socio-economic Category Specified. stage Ii Process Summary the Names Of The Short-listed Prime Ae Firms Who Will Be Invited To Participate In Stage Ii Of The Selection Process Will Be Published On Sam.gov. This Publication Will Be The Only Notice For Prime Ae Firms Who Submit Stage I Technical Qualification Packages And Are Not Short-listed Will Receive. Short-listed Prime Ae Firms Will Be Provided More Detailed Information On The Stage Ii Process. prime Ae Firms Slated For Interviews Will Be Asked To Present Information On The Evaluation Factors. The Primary Presenter Must Be The Proposed Project Manager/ Lead Project Architect, With Assistance From Up To Two (2) Additional Team Members As Necessary. Interviews Will Be Conducted Via Google Meet. following The Technical Review And Interview Process The Final Selected Prime Ae Firms Will Be Requested To Provide Pricing To Include Overhead Rates, Profit Rates And Hourly Rates For The Anticipated Disciplines For Use In Negotiating Fixed Price Task Orders. notice To Prime Ae Firms prime Ae Firms Submitting Qualification Packages Under This Notice Must Be A Small Business Firm With A Main Office And/or Branch Office In Each Of The Geographic Zone(s) They Are Interested In Being Considered For. Additionally, Failure To Address Each Of The Evaluation Factors And Provide The Requested Information May Result In Failure To Qualify. it Is The Prime Ae Firms Responsibility To Monitor Sam.gov For Any Changes To This Announcement. questions: the Deadline For Submitting Questions Is October 4, 2024, 4:00 Pm Pt. Questions Must Be Submitted In Writing Via Email To Heather Caney, Contracting Officer At Heather.caney@gsa.gov. Questions Received After The Date Specified Will Not Be Accepted Or Responded To. An Amendment Will Be Issued To Provide Responses To All Questions Received By The Deadline. closing Date And Time: prime Ae Firms Which Possess The Qualifications To Perform The Services Described In This Notice Are Invited To Submit Their Complete Technical Qualification Package No Later Than November 1, 2024, 4pm Pt. The Email Submission Must Clearly Identify The Synopsis/solicitation Number And The Applicable Geographic Zone For Which The Prime Ae Firm Is To Be Considered. For Prime Ae Firms Submitting For Multiple Zones, Send A Separate Email For Each Zone. all Submissions Shall Be Sent Via Email To Heather Caney, Contracting Officer At Heather.caney@gsa.gov. only Electronic Pdf Submissions Will Be Considered. No Late Submissions Will Be Accepted. it Is The Prime Ae Firm’s Responsibility To Ensure Technical Qualification Packages Are Complete And Submitted Early Enough To Be Received By The Contracting Officer Before The Deadline, And To Confirm Receipt Before The Deadline. Technical Qualification Packages Which Are Received By The Contracting Officer Later Than The Time Noted Will Be Rejected And Will Not Be Considered. the Maximum File Size For Email Submissions Is 25 Mb. Gsa Has Occasionally Experienced Delays In Delivery Of Emails From The Gsa Server To An Email Account. Therefore, Prime Ae Firms Need To Plan Accordingly. list Of Attachments: the Following Are A List Of Attachments Provided With This Notice: 1. Ppq (word) 2. Sf330 Part 1 & 2 With Form Instructions (pdf) 3. Sf330 - Part 1 (pdf) 4. Sf330 - Part 2 (pdf) 5. Sf330 - Extra Section C (pdf) 6. Sf330 - Extra Section E (pdf) 7. Sf330 - Extra Section G (pdf) 8. Sf330 - Extra Section H (pdf)
Closing Date1 Nov 2024
Tender AmountRefer Documents 

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Security and Emergency Services
France
Details: These Regulations Govern the Consultation Organized for the Designation of a Holder for the Operation of Replacing the Fire Safety System (ssi) and Setting Up a Security Public Address System (sss) in the Buildings of the IUT of La Rochelle University. The IUT of La Rochelle is Made Up of the Following Buildings: • Administration • Biological Engineering • Rt/Computer Science • Civil Engineering • Amphitheater E • Amphitheater F • Amphitheater G
Closing Date8 Nov 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'drywall and carpentry work - conversion of the administrative area of the Übach-Palenberg school centre'
Closing Date29 Oct 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'electrical work - conversion of the administrative area of the Übach-Palenberg school centre'
Closing Date30 Oct 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'painting work - renovation of the administrative area of the Übach-Palenberg school centre'
Closing Date29 Oct 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'Heating Ventilation Sanitary - Conversion of the administrative area of the Übach-Palenberg school centre'
Closing Date30 Oct 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'demolition of hazardous substances - reconstruction of the administrative area of the Übach-Palenberg school centre'
Closing Date29 Oct 2024
Tender AmountRefer Documents 

Awarding authority FB 65 civil engineering Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding authority FB 65 civil engineering | To the tender 'floor covering work - conversion of the administrative area of the Übach-Palenberg school centre'
Closing Date30 Oct 2024
Tender AmountRefer Documents 
991-1000 of 1021 active Tenders