Civil Engineering Tenders

Civil Engineering Tenders

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Section I. Invitation To Bid Da8-infra-2024-0021 Rebidding (pr No. Hvcdp 23-11-29-0006) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Hvcdp-2024 Current Fund Intends To Apply The Sum Of One Million Eighty-nine Thousand Eighteen Pesos And 6/100 Only (p1,089,018.06) Being The Approved Budget For The Contract (abc) To Payment For The “supply Of Labor And Materials For The Construction Of Dawo Solar Powered Irrigation System (spis) Located At Brgy. Dawo, Calbayog City, Samar”. 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 Thirty-five (35) 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 Unit Desription Estimated Total Cost Supply Of Labor And Materials For The Construction Of Dawo Solar Powered Irrigation System (spis) Located At Brgy. Dawo, Calbayog City, Samar ; 1,089,018.06 Scope Of Work: 173 Sq.m Clearing & Grubbing 30 Sq.m Construction Of Temporary Facility 1 L.s Diversion Of Water And Care Of Creek 110 Cu.m. Common Excavation 17.76 Cu.m. Grouted Riprap 1 L.s Construction Of Sump, Intake Box, Trashrack, And Fish Screen 1 L.s Installation Of Water Tank, Pipe, Pipe Support And Accessories 1 L.s Solar Mounting Structure & Foundation 1 L.s Installation Of Pumpset, Solar Modules, Inverter And Accessories 1. Solar Pump Specification Built In Motor Power: 1.8 Kw Min. Type: Submersible Pump Discharge: 162 Cu.m/day. Minimum Tdh = 12 M, Min Iso 5199 2. Solar Panel No. Of Panels: 4 Pcs Peak Power: 540 Watts Minimum Cell Type: Monocrystalline Efficiency: Atleast 21% Mechanical Performance: 5400 Pa Positive Load, Minimum 2400 Pa Negative Load, Minimum Should Pass The Following International Electrotechnical Commission (iec) Or Tuv Certification Equivalent Iec 61215 (mechanical Load, Climate & Electrical Test) Iec 61701 (salt Mist Corrosion Test) Iec 61730 (pv Module Safety) Potential Induced Degradation (pid) Resistance Manufactured In Iso 9001-certified Factories 3. Inverter/controller Power: 2 Kw Min. Frequency = Variable With Dry-run Protection Protected Against Reverse Polarity, Overload & Overtempature Integrated Mppt (maximum Power Point Tracking) Ac/dc Compatibility With Pump Enclosure: Ip68 4. Accessories Combiner Level Switch/float Switch Discharge Meter Control Box Housing For Controller (ip68 Enclosure) 88 Cu.m. Common Backfill 1 L.s Safety And Health (including Signages & Warnings) 1 Lot Billboard/ Signage And Project Marker 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 Utilization Schedule 6. Provide Contractor's All Risk Insurance (cari) D. Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 35 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. 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; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) With At Least 1 Year Experience In Irrigation Or Flood Control Projects That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), Cement And Pipes. 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar. 9. Attend Pre-construction Meeting. 10. 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. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. 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 100% Physical Accomplishment, 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, And With Project Acceptance And Amtec Test Result 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 01, 2024 To October 22, 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 08, 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 22, 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 22, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 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, Jd Chairman, Bids And Awards Committee
Closing Soon22 Oct 2024
Tender AmountPHP 1 Million (USD 18.9 K)

London Borough Of Haringey Tender

Services
Civil And Construction...+1Consultancy Services
United Kingdom
Details: The Specialist Services To Be Procured Under The Proposed Dps Are Likely To Be Wide And Varied And Cover All Aspects Of Construction, Estates And Property Professional Services To Include But Not Limited To:— Construction Related Multi-disciplinary Services,— Construction Project Management Services— Highways And Transport Services— Public Realm And Landscape Services— Architectural Design Services,— Mechanical And Electrical Services— Civil And Structural Engineering Services,— Quantity Surveying Services,— Building Surveying Services,— Construction Health And Safety Advisor,— Breeam Assessors,— Specialist Environmental Services,— Asbestos Advisory Services And Surveys,— Site Supervision /clerk Of Works For Construction Projects,— Environmental, Sustainability And Waste Services,— Fire Services,— General Advice On All Aspects Of Estate, Property And Housing Management To Support The Delivery By Public Sector Organisations Of Statutory, Regulatory And Business Objectives,— Ancillary Services (e.g.office Support Services, Artificial And Natural Lighting Engineering Services For Buildings,transport Systems Consultancy Services, Energy And Related Services, Urban Planning Services).service Provision Will Be Across A Wide Range Of Sectors Including (but Not Limited To) Housing, Education, Social Services, Care, Health, Environmental, Highways, General Etcthe Dps Is Divided Into 5 London Regions And Suppliers Can Stipulate Both The Region(s) And The Values Of The Contracts They Wish To Be Considered For. Selection Of Suppliers Will Also Be Subject To A Financial Notation Which Will Be Applied And Managed During The Dps By Constructionline. Further Details Are Provided With The Pqq And Procurement Document.this Dps Agreement Will Be For An Initial Period Of Seven (7) Years, With The Option To Extend The Dps At The Authority's Discretion On A Rolling 12 Month Basis For A Further Period Of Up To Five (5) Years.the Value Provided In Section 11.1.5) Is Only An Estimate. The Council Or The Lcp Cannot Guarantee Any Business Through The Dps Agreement.the Dps Agreement Includes The Terms And Conditions For Subsequent Call-offs, But Places No Obligation On Approved Users Of The Dps To Procure Any Construction Estates And Property Professional Services.the Dps In Itself Is Therefore Not A Contract; Contracts Are Only Formed When Services Are Called-off Under The Dps. The Documents Issued By Contracting Authorities For Specific Call-off Contracts Under This Dps Will Specify The Terms And Conditions For The Execution Of The Professional Services.lcp Is Working In Association With Constructionline To Develop And Maintain This Dps. Constructionline Will Support Lcp By Assessing And Monitoring Standard Company Information Provided By The Suppliers Who Apply For And Are Admitted To The Dps.dps Applicants Need To Register As A Supplier On The Dps Landing Page Hosted By Constructionline, Via: Https://www.constructionline.co.uk/dps/london-construction-programme/suppliers Will Be Required To Register On The Landing Page To Access The Pre-qualification Questionnaire (pqq) And Supporting Procurement Documentation And To Submit Their Application To Join The Dps.the Landing Page Explains The Process Of Joining The Dps Both For Existing Members Of Constructionline And Non-members. For The Purpose Of Dps Registration, Non -members Will Be Given Associate Membembership Of Constructionline At No Cost.suppliers Should Read This Contract Notice Carefully And In Full Before Submitting Their Application To Join The Dps.
Closing Date18 Sep 2025
Tender AmountRefer Documents 

National Laboratory Of Civil Engineering, I P Tender

Portugal
Purchaser Name: National Laboratory Of Civil Engineering, I P | Acquisition of Services Benefit And Green Zone Conservation Field Lnec
Closing DateNA
Tender AmountEUR 50 (USD 55)

Contracting authority State capital Hanover Civil engineering Tender

Others...+1Civil And Construction
Germany
Purchaser Name: Contracting authority State capital Hanover Civil engineering | To the tender '66-0857-24 Framework contract for the supply of repair asphalt'
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Section I. Invitation To Bid Da8-infra-2024-0027 (pr No. Bt-24-infra-nupap 55144-0073) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Nupap-2024 Current Fund Intends To Apply The Sum Of One Million Eight Hundred Forty-nine Thousand Pesos Only (p1,849,000.00) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of Nursery And Rainshelter”. 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 One Hundred Twenty (120) 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 And Materials For The Construction Of Nursery And Rainshelter Scope Of Work: 1,849,000.00 Structure 1 - Two (2) Units Rainshelter Location: Brgy. 94-a, Tacloban City, Leyte 593,000.00 30 Sq M Temporary Facility 1 L.s. G.i. Pipes, Bolts, And Other Accessories 1 L.s. Installation Of Uv Stabilized Polyethelene And Insect Mesh 1 Lot Billboard/signage & Brass Marker 1 L.s. Mobilization / Demobilization 170 Sq M Clearing And Grubbing 1.5 Cu M. Structural Excavation (common Soil) 2 Cu M. Structural Concrete 56 Kgs Reinforcing Steel 35 Sq M Formworks And Falseworks 114 Each Metal Structure Accessories (bolts) 42.24 Sq M Painting Works (metal Painting) Structure 2 - One (1) Unit Nursery Location: Brgy. 94-a, Tacloban City, Leyte 660,000.00 90 Sq. Ft Billboard/signage 1 Lot Brass Marker 200 Sq M Clearing And Grubbing 17.84 Cu M. Structural Excavation 4.5 Cu M. Gravel Bedding 407 Kgs Reinforcing Steel 6.78 Cu M. Strucutral Concrete 1 L.s. Formworks And Falseworks 24 Sq M Masonry Works 8.4 Sq M Cement Plaster Finish 95 Sq M Metal Structures 27 Sq M Thermal Insulations And Mositure 1 L.s. Tables, Fabricated Lavatory Sink And Faucets Structure 1 - One (1) Unit Rainshelter Location: Brgy. 106 (sto Nino), Tacloban City, Leyte 297,000.00 30 Sq M Temporary Facility 1 L.s. G.i. Pipes, Bolts, And Other Accessories 1 L.s. Installation Of Uv Stabilized Polyethelene And Insect Mesh 1 Lot Billboard/signage & Brass Marker 1 L.s. Mobilization / Demobilization 100 Sq M Clearing And Grubbing 1 Cu M. Structural Excavation (common Soil) 1 Cu M. Structural Concrete 27 Kgs Reinforcing Steel 18 Sq M Formworks And Falseworks 54 Each Metal Structure Accessories (bolts) 19.92 Sq M Painting Works (metal Painting) Structure 1 - One (1) Unit Rainshelter 299,000.00 Location: Brgy. Castilla, Palo, Leyte 30 Sq M Temporary Facility 1 L.s. G.i. Pipes, Bolts, And Other Accessories 1 L.s. Installation Of Uv Stabilized Polyethelene And Insect Mesh 1 Lot Billboard/signage & Brass Marker 1 L.s. Mobilization / Demobilization 100 Sq M Clearing And Grubbing 1 Cu M. Structural Excavation (common Soil) 1 Cu M. Structural Concrete 27 Kgs Reinforcing Steel 18 Sq M Formworks And Falseworks 54 Each Metal Structure Accessories (bolts) 19.92 Sq M Painting Works (metal Painting) 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 120 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, 2024 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 (bac-secretariat Time) 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, Jd Chairman, Bids And Awards Committee
Closing Date29 Oct 2024
Tender AmountPHP 1.8 Million (USD 32.2 K)

Cebu Normal University Tender

Philippines
Details: Description Procurement Of One Lot Consultancy Services For Environmental Compliance (ecc), Water Discharge Permit (wdp), Permit To Operate (po), And Hazardous Waste Generator's Id (hwgid) For The Cnu Main Campus And Extension Campuses (re-advertisement) With Bid No. 24-06-170 1. The Cebu Normal University, Through The Special Trust Fund 2024 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (php1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of One Lot Consultancy Services For Environmental Compliance (ecc), Water Discharge Permit (wdp), Permit To Operate (po), And Hazardous Waste Generator's Id (hwgid) For The Cnu Main Campus And Extension Campuses (re-advertisement). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Cebu Normal University Now Calls For The Submission Of Eligibility Documents For Procurement Of One Lot Consultancy Services For Environmental Compliance (ecc), Water Discharge Permit (wdp), Permit To Operate (po), And Hazardous Waste Generator's Id (hwgid) For The Cnu Main Campus And Extension Campuses (re-advertisement). The Procurement Project Shall Consist Of The Following: A. For The Environmental Compliance Certificate (ecc): 1.0 Project Description 2.0 Environmental Impact And Management Plan 3.0 Abandonment / Decommissioning / Rehabilitation Plan 4.0 Geotagged Photos Of Campuses’ Sites 5.0 Topographic Maps Of Impact / Affected Areas 6.0 Certification From Local Government Unit’s Planning And Development Office On The Compatibility Of The Campuses Existing Land Use Plan (e.g. Zoning Certificate, Locational Clearance, Etc.) Where The Aforementioned Sites Are Located. 7.0 Site Development Plans With Vicinity Maps For Each Campuses Signed And Sealed By An Appropriate Registered Professional. 8.0 Project/plant Layouts Signed And Sealed By Registered Professionals. 9.0 Duly Notarized Accountability Statement Of The Proponent. 10.0 Duly Accomplished Project Environmental Monitoring And Audit Prioritization Scheme (pemaps) Questionnaire 11.0 Iee Checklist Sworn Statement Of Accountability 12.0 Bank Receipt Of Application Fee 13.0 Project Component List: 13.1 Materials Recovery Facility (mrf) Design. This Shall Have The Following Specifications. - Daily Solid Waste Generation - Holding Tank For Wastes - Area Of Mrf 13.2 Rainwater Cistern Tank Design. This Shall Have The Following Specifications - Annual Rainfall Area - Total Roof Area - Cistern Tank Volume 14.0 Filing Of Ecc Application To Emb7 Which Shall Include Accompanying Fees Such As The Filing Fee And The Review Fund Fee. B. For The Discharge Permit: 1.0 Engineer’s Report With At Least Containing The Following: A. Signed By Pme/che/sanitary Engr./accredited Pco. B. Nature And Character Of The Wastewater And Its Physical And Chemical Composition. C. Total Daily Volume Of Discharge Of Wastewater. D. Treatment Process And Estimated Treatment Efficiency. E. Expected Quality Of The Effluent And Other Discharges. F. Total Volume Of Waste Consumption And Discharge Of Final Treated Wastewater Affluent. G. Name Of The Receiving Body Of Water And Its Official Classification And In Case Of Lad Discharge Nearest Receiving Body Of Water And Its Official Water Classification. H. Information On Flow Measurement Equipment And Procedure. I. Cost Incurred In The Installation And Maintenance Of Wastewater Treatment Facility. 2.0 Drawing Requirements Signed And Sealed By The Pme/che/sanitary Engr.: A. Wastewater Line Layout From The Water Sources To The Wtf. B. Plan And Elevation Drawings Of The Wtf As Built With Complete Specifications. C. Vicinity Map Of The Project/facility. 3.0 Water Billing Statement Of The Whole Year. 4.0 Official Receipt For Application Fee. 5.0 Notarized Application. 6.0 Copy Of The Pco Accreditation Or Appointment Letter. 7.0 Results Of Laboratory Analysis Of The Wastewater Or Certificate Of Treatment. C. For The Permit To Operate: 1.0 Copy Of The Certificate Of Accreditation Of The Pollution Control Officer (pco) Or Appointment/designation As Such By The Managing Head Its Equivalent Officer/official. 2.0 For Private Sector, Copy Of Dti Registration Certificate, Sec Registration Certificate And Cooperative Registration Certificate. For Government Offices/goccs, Certification That It Is A Government Owned Property. 3.0 Geotagged Photo Of The Generator Set And Specification Plates. 4.0 Environmental Management Plan. 5.0 Schedule And Duration Of Preventive Maintenance. 6.0 Monthly Records Of Power Interruption. 7.0 Emission Rate Estimates Of The Generator Set. 8.0 Official Receipt Of The Application Fee. D. For The Hazardous Waste Generator’s Id: 1.0 Duly Notarized Affidavit Of Undertaking. 2.0 Description Of Existing Waste Management Plan. 3.0 Contingency And Emergency Plan. 4.0 Photographs Of The Hazardous Waste Storage Area, With Proper Labelling. 5.0 Schematic Diagram Of Waste Water Treatment Facility (wtf) - Daily Wastewater Flow Rate - Volumetric Capacity Of Wtf - Wtf Treatment Efficiency 6.0 Schematic Diagram Of Air Pollution Control Facility 7.0 Organizational Chart In Charge Of Environmental Concerns. 8.0 Affidavit Of No Complaint 9.0 Project Component List 10.0 Others Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before October 2, 2024, 9:00 A.m At Cnu Bac Office, 2nd Floor Administration Building, Osmeña Boulevard, Cebu City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. The Successful Consultant Shall Acquire The Environmental Compliance Certificate (ecc), Permit To Operate (po), Water Discharge Permit (wdp), And Hazardous Waste Generator’s Id (hwgid) For Each Of The Cnu’s Three Campuses. Pursuant To The Provisions Of R.a 9184, Government Procurement Reform Act, Cnu Intends To Engage The Services Of Consulting Individual/group To Undertake And Conduct The Activities And Produce All The Documents Necessary For The Acquisition Of The Environmental Compliance Certificate, Permit To Operate, Discharge Permit, And Hazardous Waste Generator’s Id. 3. Interested Bidders May Obtain Further Information From Cnu Bac Office, 2nd Floor Administration Building, Osmeña Boulevard, Cebu City And Inspect The Bidding Documents At The Address Given Below During Monday-friday At 8:00 A.m To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 25, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) To Seven (7), With Five (5) As The Preferred Consultant/ Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Short Listing Evaluation Criteria Reference Guide Points Criteria Equivalent Percentage (minimum) Equivalent Percentage (maximum) Percentage Equivalent 1. Experience Of The Company (applicable Experience Of Consultants) The Consultant Must Have Min. Of Three (3) Years' Experience In The Industry And Has Prepared At Least Three (3) Environmental Impact Assessment Statement (els)-attach Proof Of Compliance (ie. Earliest Project With Certificate Of Completion And Other Relevant Documents) 3 – 10 Years (20%-34%) Above 10 Years (35%-40%) 2. List Of Credible Personnel (qualification Of Personnel To Be Assigned To The Job With At Least Three (3) Years Of Experience) 1) Chemical Engineer 2) Mechanical Engineer 3) Sanitary Engineer 4) Civil Engineer 5) Environmental Specialist/scientist 6) Eia Practitioner (with Registration Number Emb) 7) Other Allied Professions Such As, But Not Limited To And Preferably, Geologist, Hydrologist, Meteorologist, Environmental Engineer, Biologist (terrestrial Biologist, Economist / Social Scientist) And/or As Determined By The Consultant Satisfactory (20%-34%) Complete (35%-40%) 3. List Of Comparable Projects (current Workload Relative To Capacity ) As To Cost Below 1.5m 1project = (5%-10%) Greater Than 1 Project = (10%-14%) Above 1.5m 1project = (1%-15%) Greater Than 1 Project= (15%-20%) Minimum Score Required: 70% 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs), Procedure, (technical Proposal: 70% And Financial Proposal: 30%). The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Contract Shall Be Completed Within Ten (10) Months And A Separate Three (3) Months Period Required By Denr Emb 7 For The Review, Approval Of The Submitted Requirements And The Release Of The Required Documents, As Prescribed On Its Citizen’s Charter Or Appropriate Regulation/s. 9. The Cebu Normal University 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. 10. For Further Information, Please Refer To: Atty. Stanley Sam P. Tibon Bac Secretariat Office Cebu Normal University Osmeña Boulevard, Cebu City 6000 Philippines Cnubacsec@gmail.com (+632) 254 1452 Local 141 September 23, 2024 Dr. Allan Roy B. Elnar Bac, Chairperson
Closing Date28 Oct 2024
Tender AmountPHP 1.5 Million (USD 26.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #652-327 Construct Veteran Whole Health Community Gathering Center In Richmond, Va. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541310 Architectural Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. the Anticipated Period Of Performance For Completion Of Design Is 175 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000 And $2,000,000. Please Note That The 175 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. primary Selection Criteria: professional Qualifications (sections C-e): Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall: provide Brief (single Page) Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. all Designers Of Record Must Be Professionally Registered In Their Discipline. each Resume Shall Include A Minimum Of Two (2) But No More Than Five (5) Specific Completed Projects That Best Illustrate The Individual Team Members Experience Relevant To This Contract Scope. each Resume Shall Demonstrate Each Team Member S Years Of Professional Experience And Years With The Current Firm. Team Members Are Required To Have At Least 5 Years Of Professional Experience And At Least 5 Years With Their Current Firm. a Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: architect registered Communications Distribution Designer (rcdd) cost Estimator civil Engineer electrical Engineer fire Protection Engineer industrial Hygienist mechanical Engineer plumbing Engineer project Manager structural Engineer offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. specialized Experience And Technical Competence (sections F-h): this Factor Evaluates The Specialized Experience And Technical Competence That The Firm Has With Projects Comparable To This Requirement. provide Proof Of Specialized Experience And Technical Competence In The Type Of Work Required, Specifically Stand-alone Outpatient Clinic Buildings. The A/e Must Provide Evidence Of Understanding The Project; And Any Unique Architectural/engineering Aspects Associated With The Proposed Project And How To Address Them. provide A Maximum Of 5 Substantially Completed Projects (completed Through 100% Construction) Of Comparable Scope And Size To This Project. The Information Provided For Each Project Shall Include At A Minimum, Project Number, Project Title, Detailed Description Of Project Scope, Project Owner Contact Information, Project Cost, Period Of Performance And List Of Aspects That Are Similar To This Project. the A/e Firm Shall Provide A Table Of The Comparable Projects Listed Above Comparing Their Ige With The Bid/award Amount During Construction. the A/e Firm Shall Provide A Table Indicating Participation Of The Proposed Team Members With The Comparable Projects Listed Above. capacity (section H): this Factor Evaluates The Ability Of The Firm And The Firm S Subcontractors, Given Their Current Projected Workload (percentage) And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. volume Of Va Contract Awards In The Last 12 Months. past Performance (section H): the Contractor Shall Provide Complete Past Performance Documentation For All Projects With Government Agencies And Private Industry Provided In Criteria 2. These Past Performance Documents Shall Reflect/speak To The Contractors Cost Control, Quality Of Work, And Compliance With Performance Schedules In A Hospital Setting. the Contractor Shall Submit Performance References For The Projects Listed In Criteria 2. interested Firms May Submit The Most Recent Contractor Performance Assessment Report System (cpars) Performance Report Or A Past Performance Questionnaire For Each Individual Project. Do Not Submit A Ppq When A Completed Cpars Report Is Available. if Submitting A Past Performance Questionnaire (ppq) Evaluation: use The Provided Ppq Form As Attachment C. ensure The Correct Phone Numbers And Email Addresses Are Provided For Each Contract Customer/reference. if A Ppq Is Submitted But An Official Cpars Evaluation Is Found For That Project, The Official Evaluation Takes Precedence. past Performance Will Be Evaluated On Its Relevance And Recency. Relevance Is Defined As Performance Of Work On Projects That Are Similar In Scope To The Type Of Project Anticipated Under The Resultant Contract. For The Purposes Of This Pre-solicitation Notice, Recency Is Defined As Performance Occurring Beginning No Earlier Than May 2019 And Completing No Later Than May 2024. knowledge Of Locality (section H): Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As geological Features climatic Conditions working With And Local Construction Methods or Local Laws And Regulations the Information For This Factor Shall Be Provided In Section H Of The Sf330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located And How They Would Travel To The Site. Information Related To The Firm S Location, Shall Be Provided In Section H, Under Secondary Selection Criteria Factor 1. construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Section F; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: professional Field Inspections During The Construction Period review Of Construction Submittals support In Answering Requests For Information During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services coordination With Commissioning Requirements attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits generation Of Punch-list Reports, And production Of As-built Documentation. the Information For This Factor Must Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: geographic Location. Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Project Site Located At 1201 Brock Rock Blvd. Richmond, Va 23249. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Tessia Hall At Tessia.hall@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). the Sf 330 Submission Is Due By 10:00 Am Et On November 26, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0011 Construct Veteran Whole Health Community Gathering Center Richmond Va . the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Tessia.hall@va.gov With The Subject Line Sf 330 Questions - 36c77625r0011 Construct Veteran Whole Health Community Gathering Center Richmond Va. The Cutoff For Question Submission Is 10:00 Am Et On November 4, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Responses, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Responses, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date26 Nov 2024
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Others
United States
Details: U.s. Department Of State bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Inl Management Coordinator For Program Implementation location: Bogota, Colombia salary Level: Fs-02 - $99,700 - $146,413 (equivalent Gs-14) period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. issuance Date: October 9, 2024 closing Date: October 24, 2024 closing Time: 3:00 Pm Et solicitation Number: Psc-25-002-inl job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed) 2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include: a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. e. U.s. Citizenship note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration. 3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov sincerely, margaret Renee Gaudreau contracting Officer, U.s. Department Of State subject a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011) this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed): 1. Form Sf 171 (completed And Signed) 2. Resume 3. Evaluation Factor Responses 4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of: inl/dominique Chittum e-mail: Chittumda@state.gov direct Questions Regarding This Solicitation To: inl/dominique Chittum e-mail: Chittumda@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs (inl): The Bureau Of International Narcotics And Law Enforcement Affairs (inl) Is Part Of The Under Secretariat For Civilian Security, Democracy, And Human Rights (j) Within The Department Of State (dos). Inl’s Mission Is To Minimize The Impact Of International Crime And Illegal Drugs On The United States And Its Citizens By Providing Effective Foreign Assistance And Fostering Global Cooperation. inl Bogota’s Management Office Supports Inl Programs, With The Goal Of Stopping The Flow Of Illegal Drugs To The United States By Improving The Effectiveness And Efficiency Of Strategic Planning And Illicit Crop Eradication. Inl Manages And Funds Bilateral Narcotics Control And Law Enforcement Professionalization Programs In Colombia That Total Over $130 Million In Budget Annually. the Purpose Of This Personal Services Contract (psc) Is To Provide An Inl Management Coordinator In The Inl Office At The U.s. Embassy In Bogota, Colombia To Enhance Oversight Of Approximately 102 Contract Personnel And Management Controls For Inl’s $135 Million Annual Budget. The Position Provides Essential Management And Administrative Direction To Enhance Inl/bogota’s Program Implementation, Contributing To Mission, Bureau, And Department Strategic Objectives. Inl/bogota Programs Include Organized Crime And Counternarcotics, Justice, Police Aviation, Law Enforcement Professionalization Support, And Policy. The Management Coordinator Is Responsible For Managing Two Section Leaders And 35 Locally Employed (le) And Contracted Inl/bogota Staff. The Incumbent Manages Logistics/warehouse/customs, Information Technology (it), Construction, And Facilities Maintenance. The Warehouse Receives Each Year About $70 Million Of Inl Bogota Program Assets Procured Locally Or In The United States, Which Are Critical To The Interdiction, Eradication, Aviation, Or Security Programs. the Incumbent Will Also Streamline Management Processes And Develop And Implement Policies And New Administrative Changes Required. duties & Responsibilities under The Direct Supervision Of The Bogota-based Inl Management Officer Or His/her Designee, The Inl Management Coordinator Will Perform The Following Duties: construction • Supervises The Inl Construction Unit (a Team Of Le And Contractor Staff Including One Project Manager, Two Civil Engineers, One Electrical Engineer, One Systems/electrical Engineer, Three Architects, And One It Specialist) That Provides Subject Matter Expertise To The Inl Program Managers For Proposed Construction Projects And Are Contracting Officer Representatives On Active Construction Projects. • Supports All Inl-funded Program Requirements For Construction Projects (e.g., Modular Offices, Barracks, Warehouses, K-9 Kennels) That Are Donated To The Government Of Colombia (goc). • Oversees An Average Of 80 Construction Projects Annually, Valued At More Than $50 Million. • Works Closely With The Program Managers, The Front Office, The Office Of Acquisition Management, And The Local Gso Contracting Officer Concerning Construction Requirements And Changing Priorities. • Responsible For Assigning The Projects To The Team Members According To Their Specialties And Distributing The Workload To Ensure Effective Use Of The Resources To Avoid Backlogs, Bottlenecks And Other Delays That May Adversely Affect The Mission. • Provides Feedback On The Timelines For The Design, Architectural And Engineering Studies, Reviews Statements Of Work, And Oversees Subsequent Project Execution. • Develops Weekly Evaluations Of Base Line Progress And Discrepancies, Reports Issues, Revises/corrects Schedules, And Produces Lessons Learned Reports At The End Of Each Project To Create A Continuous Follow-up Of Improvement Actions Within The Unit. This Requires Continual Follow Up On The Status Of Individual Projects, Problem Resolution, And Coordination With Contractors, Cnp And Other Goc Architects/engineers, And Inl Program Managers. • Coordinates The Preparation Of Annual Inl Required Advance Acquisition Plan, Obtaining Cost Information And Project, Commodity, And Construction Requirements From All Program Managers, Ensuring Timely And Accurate Reporting For Inl Budget And Planning Officials. inl Warehouse, Customs And Shipping Operations • Responsible For Coordinating And Directing The Inl Management Logistics Supervisor In The Day-to-day Operations Of The Warehouse Ensuring That Critical Program Equipment Is Not Diverted Or Delayed In Its Arrival In Country. • Provides Guidance To Le Staff, Including Two Shipping Clerks, Two Warehousemen, And An Administrative Assistant. The Warehouse Team Works With The Goc Partners (including The National Police, Navy, Army, And Prosecutors’ Office), To Ship, Import, Export, And Complete The Customs And Nationalization Process For Items Such As Aircraft, Aircraft Parts, Boats, Vehicles, Weapons, Ammunition, Night Vision Goggles, Armored Vests, And Other Training Equipment. • Responsible For Establishing Policies And Guidelines For Registering All Inl Assets In The Asset Management Database And Ensuring Appropriate Labeling For Eum Prior To Transfer To The Goc For Inclusion In The Ilms Database. • Provides Appropriate Oversight For Proper Accountability Of Program Assets. facilities Maintenance Team (fmts) • Oversees The 15-30-member Fmt Of Third-party Contractors, Managed By A Civil Engineer And Supervised By The Inl Management Logistics Supervisor. This Team Of Craftspeople, Electricians, And Air Conditioning And Inventory Specialists Construct, Renovate, And Maintain Inl-program-funded Buildings. • Works With Program Managers To Determine Whether It Would Be More Efficient And Financially Beneficial To Utilize The Fmts To Complete A Construction Or Maintenance Project. • Provides Detailed Cost-benefit Analysis As Well As Detailed Planning To Show Scope And Timeframe For The Proposed Projects, To Assist In Deciding Which Mechanism Will Be Used To Complete The Project. motorpool Fleet • Oversees All The Employees (seven Le) In The Motor Pool Unit, Comprised Of A Vehicle Operations & Maintenance Supervisor, Five Drivers And An Administrative Clerk/driver. Directs, And Monitors The Use And Maintenance Of Motor Vehicles And Ensures Safe And Efficient Transportation To Post Personnel And Official Visitors. inl Management Training Coordinator • Coordinates Washington Staff Assistance Visits. • When Required, Performs The Role Of Duty Officer. • Performs Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. training & Distance Learning Courses 1. Completes The Contracting Officer Representative (pa296), Grants Officer Representative, And Aor Distance-learning (dl) Courses Through The Foreign Service Institute (fsi) Within 120 Days Of Arriving At Post. 2. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post. 3. Completes The Inl Orientation Course, Inl Management Overseas Training (if Available), And Relevant Acquisition And Administrative Courses As Necessary. 4. Financial Management Training Offered By Fsi – Modules Will Be Selected By The Inl Management Officer. 5. Appropriate Human Resources Training Determined By Supervisor And Offered By Fsi. 6. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post. 7. Consultations With The Inl Program Office May Be Required. place Of Performance & Travel Requirements the Place Of Performance For This Position Is Us Embassy, Bogota, Colombia. Occasional Travel To Rural Areas, Small Towns, And Occasionally To Large Cities Throughout Colombia Is A Requirement Of This Position. Many Of These Areas In Colombia Are Conflict Zones Where Insurgent Groups Are Based, Criminal Organizations Operate, And Crime Is Generally High. In Addition, Many Of These Areas In Colombia Are Tropical, With High Temperatures, High Humidity, Tropical Insects And Diseases, And Minimal Infrastructure. relationships the Incumbent Works Under The Day-to-day Direction Of The Fs-02 Inl Management Officer And In Close Coordination With The Fs-03 Deputy Management Officer, Keeping The Inl Bogota Director/deputy Well Informed About His/her Teams And Projects. The Psc Will Serve As The Management Coordinator For Program Implementation, Supervising The Key Management Areas Described In Section B And Coordinating Administrative Reporting. The Management Coordinator Will Backstop The Fs-02 Management Officer And Fs-03 Deputy. the Management Coordinator Will Serve As A Contracting Officer’s Representative (cor) Level Iii For The $60 Million Inl Bogota Contract That Provides Approximately 100 Contract Employees, Wherein S/he Is Delegated The Authority To Act For The Contracting Officer In Matters Concerning Technical Clarification, Inspection And, After Concurrence By The Contracting Officer, Acceptance Of Contractor Performance Under The Contract, Including Preparation Of Receiving Reports, And The Authorization Of Progress Payments When Appropriate. The Cor Will Coordinate All Work With The Contractor And Review Contractor's Performance At Significant Stages Of Its Development. In No Instance, However, Shall The Cor Be Authorized To Alter Or Modify The Specifications Or The Contract Terms And The Conditions Or Waive The Government's Requirement, Price, Delivery, Or Other Terms And Conditions. Such Changes Must Be Authorized, In Writing, By The Contracting Officer. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Inl Management Officer Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Inl Management Officer Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity this Position Must Exercise Considerable Independence And Judgment In Responding To Rapidly Changing Program Support Requirements. Due To The High Visibility And Political Sensitivity Of The Issues In Which Inl Bogota Is Involved, There Is Extreme Difficulty In Identifying The Nature Of The Issues And Planning, Organizing, And Determining The Scope And Depth Of Studies/audits To Be Undertaken. The Psc Is Expected To Address Difficult Scenarios By Separating The Substantive Nature Of The Programs Or Issues Into Their Components And Determining The Nature And Magnitude Of Programs Or Issues, As Well As In Discerning The Intent Of Policy Statements And Determining How To Translate The Intent Into Program Support Actions. scope & Effectiveness the Psc Performs Broad And Extensive Assignments Related To A Complex Range Of Administrative Functions Mentioned Above To Support Inl Bogota Counternarcotics Programs, Which Are Of Paramount Importance To Mission Colombia, The Department Of State, The Public And Congress. period Of Performance the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Requirements 1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.) 2. Bachelor’s Degree From An Accredited Us Institution. 3. A Minimum Of Five (5) Years Of Progressively Relevant Experience In Management, Including At Least Three (3) Years In Logistics Or Financial Management. Aforementioned Experience Must Be Working With Full Range Of Administrative Laws, Policies, Regulations, And Precedents Applicable To Program Administration. 4. A Minimum Of Five (5) Years Of Experience Directly Supervising Personnel. 5. Demonstrated Knowledge And Experience Implementing Management Controls, Practices, And Procedures. 6. Demonstrated Specific Knowledge Of Usg Acquisition Regulations And Management Practices. 7. English Fluency And The Ability To Read And Speak Spanish At The Professionally Proficient Level. 8. A Minimum Of Five (5) Years Of Experience Working Outside Of The United States Or Working With International Partners. 9. Demonstrated Experience Working Overseas With Inl Or Within An Embassy Management Section. 10. Demonstrated Understanding Of U.s. Foreign Policy And Interagency Process. evaluation Factors (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Work Experience 25 Points demonstrated Work Experience In Managing Large Teams And Complex Projects That Include Determining And Validating Requirements, Implementing Progress On Projects, As Well As Reporting On Budget, Logistics, Warehouse, Customs, Human Resources (hr), Vehicle Fleet, And Construction. factor 2: Program Experience 25 Points demonstrated Experience In Preparing Budgets, Advance Acquisition Plans, Statements Of Work (sow), Procurement Orders, Purchase Requests, Sole-source Justification Waiver Requests, And A Variety Of Reports With A Full Range Of Sensitive Management Issues. Demonstrated Experience Monitoring And Organizing The Drafting Of The Annual Reports, As Well As Any Ad Hoc Reports Required. Demonstrated Experience Providing Authoritative Management Advisory Service, Which Includes Researching, Analyzing, And Evaluating The Issues, Determining Applicable Precedents, Recommending Innovative Methods And Strategies To Resolve Complex Management Problems, And Identifying The Most Effective Approach. factor 3: Management & Communication Experience 20 Points demonstrated Ability To Communicate Effectively, Both Orally And In Writing, In A Timely And Concise Manner; Interact Effectively With Others At All Levels To Prepare, Analyze, Explain, And Defend Determinations And Requirements With Respect To Conformance To Applicable Laws, Policies And Other Regulatory Guidelines; And Advise Program Officials. demonstrated High Level Of Written Communication Sufficient To Draft A Variety Of Reports, Letters, Memoranda, Position Evaluation Statements, And Other Correspondence On A Full Range Of Sensitive Management Issues. Demonstrated Oral Communication Sufficient To Meet And Deal With Managers And Employees At All Levels In Situations Of A Highly Sensitive Nature. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay) this Position Has Been Designated At The Fs-02 Equivalent Level ($99,700 - $146,413 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable • Employee's Fica/medicare Contribution • Contribution Toward Health And Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility For Worker's Compensation • Annual, Sick And Home Leave • 401k Plan • Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable • Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post • Housing Allowance • Post Allowance • Supplemental Post Allowance • Maintenance Allowance (sma) • Education Allowance • Educational Travel (full-time United States Based Secondary) • Post Hardship Differential • Danger Pay • Shipment Of Hhe, Uab, Pov And Consumables
Closing Soon24 Oct 2024
Tender AmountRefer Documents 

Aalen City Administration Award Office - Office for Civil Engineering and... Tender

Civil And Construction...+1Road Construction
Germany
Purchaser Name: Aalen City Administration Award Office - Office for Civil Engineering and... | To the tender 'final development of Eugen-hafner Straße'
Closing Date6 Nov 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 36c776-24-ap-1765 Improve Specialty Care Access - Minor Design Richmond, Va. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Late February 2025. the Anticipated Period Of Performance For Completion Of Design Is 322 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Please Note That The 322-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. primary Selection Criteria: specialized Experience And Technical Competence (sections F, G, And H): The Design And Construction Period Services Shall Be Provided For Primary Care Healthcare Facilities In Either A Commercial Or Government Setting. The A/e Shall Provide Evidence Of Understanding The Project And Any Unique Architectural / Engineering Aspects Associated With Building An Addition On An Active Primary Care Healthcare Facility, And How To Address Any Unique Aspects. Architectural For Exteriors And Interiors For Healthcare Facilities And Specialty Care Clinics, Interior Design For Specialty Care Clinics, Structural Additions On Top Of An Active Healthcare Facility, Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Electrical Bonding, Lighting, Access Control, Qa/qc, Hvac Building Management Systems/building Automation Systems (bms/bas), Hvac, Plumbing. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols (pcra/icra). Computer-aided Design And Drafting/building Information Modeling (bim), Energy Conservation, Waste Reduction, Will Be Evaluated Where Appropriate. submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Attached Statement Of Work And This Notice, As The Prime Contracting Firm. Recent Is Defined As Construction Period Services (cps) Provided And Completed Or Is Ongoing Within The Last Five (5) Years. Each Project Shall Include The Following: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract/task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project a/e Cost Estimate Vs. Actual Construction Cost contract Number Associated With The Project note: Awards To Overseas Offices For Projects Outside The United States, Its Territories And Possessions, And Awards To A Subsidiary If The Subsidiary Is Not Normally Subject To Management Decisions, Bookkeeping, And Policies Of A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company, Will Not Be Considered Under This Factor. section G Will Be Used To Evaluate The Prior Experience Of Key Personnel From The Prime Firm And Subcontractors Working Together On The Provided Relevant Projects From Section F. the Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addressed, Relevant Projects From Section F, Each Of These Will Be Evaluated. the Management Approach the Coordination Of Disciplines And Subcontractors design Quality Management/control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. professional Qualifications (sections C, D, And E): Necessary For Satisfactory Performance Of Required Service. The A/e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team (experience In Section F Projects) When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. a Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: architect (leed Certification/us Green Build Council Certification) registered Communications Distribution Designer (rcdd) cost Estimator civil Engineer electrical Engineer fire Protection Engineer industrial Hygienist mechanical Engineer plumbing Engineer project Manager quality Assurance Manager structural Engineer physical Security Specialists commissioning Agent offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. knowledge Of Locality (section H): Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note: The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include But Not Limited To Experience With: solicitation Support Services, professional Field Inspections During The Construction Period coordination With Commissioning Requirements review Of Construction Submittals support In Answering Requests For Information During The Construction Period. drafting Statements Of Work And Cost Estimates For Construction Contracts And Support Of Construction Contract Changes attendance Of Construction Progress Meetings (conference Call Or In-person) providing Minutes Of Meetings Between The A/e, Va, And Contractors pre-final Inspection Site Visits generation Of Punch-list Reports, And production Of Record Drawing Documentation From As-built Documentation. the Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Ten (10) Years. in Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Richmond Vamc, 1201 Broad Rock, Richmond, Va, 23249. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/) *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Nicholas Rolin At Nicholas.rolin@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications ). the Sf 330 Submission Is Due By 10:00 Am Et On November 19, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission - 36c77624r004 Improve Specialty Care Access Richmond, Va. the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date19 Nov 2024
Tender AmountRefer Documents 
1001-1010 of 1021 active Tenders