Civil Engineering Tenders

Civil Engineering Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
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 #640a0-25-700 Ehrm Infrastructure Upgrades At The Va Palo Alto Healthcare System, Menlo Park, Ca. 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 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 $20,000,000 And $50,000,000. 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 (listed In Descending Order Of Importance): specialized Experience And Technical Competence (sections F, G, And H): there Are Two Parts To This Factor Submitting Projects In Section F That Demonstrate Required Experience, And Providing Section H Narratives As Stated Below. Both Parts Must Be In The Sf 330 Submission In Order To Receive At Least An Acceptable Rating. part I: the Projects Should Demonstrate Specialized Experience And Technical Competence In Design And Construction Period Services Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols. Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements Will Be Evaluated. Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Evaluated Where Appropriate. submissions In Section F 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. Recent Is Defined As Ae Services Provided On Projects That Have Ended (construction Is Complete, Or Construction Was N/a) Within The Past Ten (10) Years. Each Project Shall Include The Following: project Title And Location (city And State) awarded Contract Number Associated With The Project years Completed professional Services Start And End Dates construction Start And End Dates project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. detailed Narrative Describing: the Scope Of Services Provided Including The Type Of Work Performed By The Offeror its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor. The Firm Completing The Project As Prime Must Match The Past Performance Firm Name. If A Partner To A Jv Completed The Project, Do Not Put The Jv Firm Name Down As Completing The Work. dates For Completion Of A, B, And C Services. state If Cps Was Done On The Project. services & Deliverables Provided Under The Contract/task Order awarded Ae Fee Contract Value, Including Options ae Cost Estimate Vs. Actual Construction Cost the Narrative Shall Describe Actions Taken That Demonstrate The Required Experience. Merely Making A List Of Relevant Areas From The Va Requirements List On The Side Of The Section F Project Is Not Demonstrating In Narrative Form Actions Taken On A 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. part Ii: 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 Addresses Each Of These Will Be Evaluated. the Management Approach, Including Flow Of Communication And Roles/responsibilities. This Is Not The Organization Chart In D. the Coordination Of Disciplines And Subcontractors, Including Flow Of Communication And Hiring Practices design Quality Management/control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Standards. professional Qualifications (sections C-e, G, H): 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 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. At Least One Resume Must Be Submitted For Each Of The Positions Below With The Role In This Contract Box Filled With A Title Matching This List. The Resume Shall State The Role The Specific Individual Filled On Each Project Listed, And Not A Generic Overview Of The Project. Each Project Must Also State If The Individual Worked On The Design Or Construction Period Services, Or Both. 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 environmental Engineer certified Fire Protection Engineer certified Industrial Hygienist mechanical Engineer plumbing Engineer project Manager quality Assurance Manager structural Engineer physical Security Specialists [must Hold The Certified Protection Professional (cpp) Or Physical Security Professional (psp) Certification Issued By Asis International commissioning Agent section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. include Documentation That Demonstrates Your Firm Has Discussed This Opportunity With Each Subcontractor And Agreed To A Part Ii Being Submitted As A Proposed Subcontractor. offer Must Include The Following Signed Statement Of Sdvosb Compliance In Section H When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I ____[signatory Authority Name] __________, Of _____[company Name] ______, 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. signature: _______________________________ the Information Provided In Sections C-e, G, And H Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. 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. You Are Required To Provide The Documented Past Performance Evaluation On Each Project In Section F With A Matching Contract/task Order Number As Part Of The Sf 330 Pdf Submission. Past Performance May Be Submitted From Contractor Performance Assessment Rating System (cpars) Database Or A Past Performance Questionnaire (ppq) If There Is Not A Cpars Available. The Firm Listed On The Past Performance Must Match The Firm Listed As Prime On The Section F Project. 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, And Proof That The Request For The Ppq Was Made. Ensure A Poc Is Listed With The Project Title And 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 Will Evaluate The Past Performance Of A Joint Venture; If None Exists, The Past Performance Of Each Partner Will Be Evaluated. 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, Contract Numbers, 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. this Is A Narrative To Understand What Experience The Firm Has In The Project Area. Please Do Not Only Submit A Map Demonstrating Office Locations Of Prime And Subcontractors As This Is Not A Narrative And Does Not Meet The Intent Of This Factor. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. 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, 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. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. project Descriptions Must Include 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 support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates 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. 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, And What The Process Is To Resolve Issues. 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 Va Palo Alto Healthcare System, Menlo Park Division Campus, 795 Willow Rd, Menlo Park, Ca 94025. 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. 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 Kaylan Grove At Kaylan.grove@va.gov And Contract Officer Jennifer Salerno-diciuccio At Jennifer.salerno-diciuccio@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 1:00 Pm Et On November 12, 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 - 36c77625r0009 Ehrm Infrastructure Upgrades Menlo Park. 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 Kaylan.grove@va.gov And Jennifer.salerno-diciuccio@va.gov With The Subject Line Sf 330 Questions - 36c77625r0009 Ehrm Infrastructure Upgrades Menlo Park The Cutoff For Question Submission Is 1:00 Pm Et On November 12th, 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 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 Date12 Nov 2024
Tender AmountRefer Documents 

Department of Health and Mobility (DSM) - Cantonal Civil Engineering Office - Cantonal Road Maintenance Service Tender

Services
Others...+2Other Consultancy Services, Consultancy Services
Switzerland
Purchaser Name: Department of Health and Mobility (DSM) - Cantonal Civil Engineering Office - Cantonal Road Maintenance | Switzerland – Tree-cutting Services – Campagne D'entretien 2025-2028 Des Forets En Bordure Du Réseau Routier Cantonal De Genève Travaux D'abattage, D’élagage Et Gestion Des Lisières
Closing Date22 Nov 2024
Tender AmountRefer Documents 

Other Organizations Tender

Electrical and Electronics...+1Electrical Works
France
Details: Firm tranche: The mission of the holder consists of carrying out the following services: Studies: hydraulic, electrical, civil engineering, implementation, etc.; Procurement; Intervention documents. Carrying out the works: Site easements; A concrete retention tank; A concrete channel; A concrete slab; Electrical cables and their connection; Piping and its connection; Regulation of the operation of the air cooler and the refrigeration units; Waste disposal; Testing and start-up; Cleaning the site; Updating plans; Carrying out the Doe; Acceptance operations. Optional tranche: The mission of the holder consists of carrying out the following services: Option No. 1: Regulation controls for each circuit. Option No. 2: Dismantling the Tar and its surroundings (piping, electrical cables, etc.) between the premises and the Tar: Demolition of the Tar support; Waste disposal; Modification of the premises' electrical cabinet following the removal of the Tar; Modification of the "Normal" and "Emergency" cabinets; Updating of the plans.
Closing Date15 Nov 2024
Tender AmountRefer Documents 

Administration Portuaire De Montr Al Montreal Port Authority Tender

Others
Canada
Details: The Montreal Port Authority (hereinafter referred to as "MPA"), invites you to submit an application as part of this Call for Qualification. This Call for Qualification aims to retain for a period of five (5) years plus an option of three (3) additional years, up to 10 consulting engineering firms per discipline for the maintenance and development of the MPA's infrastructures. Candidates who meet all the requirements of the Call for Qualification will be evaluated by a selection committee according to evaluation criteria. The consulting engineering firms thus selected will be those whose application has obtained the highest score (the selection will be made in descending order). Consulting Engineering Firms Registered on the APM List of Qualified Consulting Engineering Firms Will Subsequently Be Invited to Submit Bids for Engineering Services Contracts Covered by This Call for Qualification. In the Event of Withdrawal of One or More Consulting Engineering Firms from the List of Qualified Consulting Engineering Firms During Its Period of Validity, APM Reserves the Right to Reopen Said List and Add One or More Qualified Consulting Engineering Firms to It. Refusal to Participate in Multiple Invitations to Submit Bids May Serve as Grounds for Withdrawal of a Firm from the List of Qualified Consulting Engineering Firms. The Qualification Process Is Not Exclusive. The apm reserves the right to proceed at any time by public call for tenders, by invitation or by mutual agreement for the award of contracts for engineering services. The apm reserves the right to launch other calls for qualification during the period of validity of the list of qualified engineering firms. Within the framework of this call for qualification, the apm qualifies a limited number of consulting engineering firms in the following disciplines for engineering services of design, supervision, laboratory and studies: • Civil engineering; • Maritime and port engineering; • Railway engineering; • Electrical engineering; • Site supervision; • Civil engineering laboratory and materials engineering. A candidate may submit an application in one or more disciplines according to his field of expertise. An Application by Discipline Must Be Submitted by the Candidate.
Closing Date19 Nov 2024
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Solicitation! This Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. 1. The 319 Contracting Squadron (319 Cons), Grand Forks Afb, Nd Is Seeking Capabilities From Businesses Classified As Small, 8(a), Woman Owned Small Business (wosb), Economically Disadvantaged Women Owned Small Business (edwosb), Service Disabled Veteran Owned Small Business (sdvosb), Or Historically Underutilized Business Zone (hubzone) For The Purposes Of Conducting Market Research To Determine If Responsible Sources Exists To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. This Sources Sought Is Limited To Architect And Engineering Firms Located Within A 600 Mile Radius Of Grand Forks Afb, Nd And Cavalier Sfs, Nd, And Must Be Registered With The State Of North Dakota. Depending On The Response To This Notice And Other Market Research, 319 Cons May Limit The Competition To A Specific Category Of Small Businesses At The Exclusion Of All Other Potential Business Concerns. If Adequate Responses Are Not Received From The Previously Mentioned Concerns, The Acquisition May Be Solicited On An Unrestricted Basis. The Proposed North American Industry Classification Systems (naics) Codes Are 541330 Which Has A Corresponding Size Standard Of $25,500,000.00 And 541310 Which Has A Corresponding Size Standard Of $12,500,000.00. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Requests That Interested Parties Respond To This Notice If Applicable And Identify Your Small Business Status To The Identified Naics Codes. 2. Scope Of Services: Procure Professional Services Shall Include Title I, Title Ii, Base Comprehensive Plans, And Other Architect And Engineering (a-e) Services In Accordance With Federal Acquisition Regulation (far) Part36. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required A-e Services. Projects Will Vary By Type, Scope, And Complexity Requiring The Use Of Various And Multiple Facility Design Disciplines And Related Technical Services. A-e Services For Architecture, Master Planning, Interior Design, Civil And Site Engineering, Electrical Engineering, Telecommunications Engineering, Industrial/process Engineering, Mechanical And Plumbing Engineering, Refrigeration Engineering, Fire Protection, Aircraft Fire Protection, Engineering And Life Safety, Environmental Engineering, Landscape Engineering, Sustainability Coordination, Industrial Hygiene, Cost Estimating, Project And Program Management And Geotechnical Engineering And Investigations Will Be Required. Other Professional Services For Comprehensive Planning, Studies, Reproduction, Electronic Document Posting, And Construction Management/administration Will Be Required. The A-e Will Be Required To Prepare Studies, Plans, Conceptual Drawings, Drawings, Technical Specifications, Cost Estimates, Analysis, Reports And Value Engineering As Required For A Variety Of Maintenance, Repair, Alteration, And Renovation For Delivery Of Construction Projects. Services Provided Will Be For A Multitude Of Services For Large Projects To Include Restoration And Modernization Projects; Major Construction (addition/remodel); Maintenance (repair/alteration) Of Existing Real Property. Firms Should Have The Capability To Respond To A Very Short Performance Timeline And Projects Which Contain Specialized Discipline Requirements And Keen Management/project Oversight. Construction Cost Limitation Will Be Specified For Each Task Order In The Scope Of Work. The Anticipated Ceiling Of The Idiq Is $9,000,000.00. The Contract Period Of Performance For All Contracts Will Consist Of One 12-month Basic Year, Plus Four Option Year Periods Of 12 Months Each. 3. In Order To Be Considered In The Market Survey, Interested Offerors Shall Respond To This Sources Sought No Later Than 12 Pm (cst), 15 November 2024. We Are Requesting That All Interested And Qualified Firms Respond To This Sources Sought Notice With A Capability Statement Similar To Your Marketing Package Used In The Everyday Course Of Doing Business To Include: Company Information (e.g. Name, Business Address, Point Of Contact, Telephone Number, E-mail Address) And Duns Number Or Cage Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime And The Work Accomplished By The Teaming Partners. All Interested Offerors Must Be Registered In The System For Award Management (sam), Https:www.sam.gov. All Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns. Please Limit Submission Of Your Information Capability Statement And Date To Five (5) Pages. All Responses Must Be Sent In Pdf Or Microsoft Word Format To: Monique.padilla.3@us.af.mil, Nicholas.cameron.5@us.af.mil, And Carly.larson@us.af.mil. **please Note: No Phone Calls Will Be Accepted, All Responses/questions Must Be In The Form Of Email With The Subject Line “sources Sought For A&e Services, Grand Forks Afb, Nd And Cavalier Sfs, Nd”** the Information Requested By This Notice Will Be Used Within The Dod And Sba To Facilitate Decision Making And Will Not Be Disclosed Outside The Agencies. This Is A Sources Sought Announcement Only; No Solicitation Exists Or Is Available At This Time. Any Information Contained Herein Is Subject To Change; Any Updated Information Will Be Provided In Future Announcements And Posted Electronically On The Contract Opportunities Section Of The System For Award Management (sam) Website At Https://sam.gov/content/home. The Website Has Officially Replaced Fbo.gov. The Government Shall Not Reimburse The Costs Of Preparing Responses To This Sources Sought Notice. In Addition, This Announcement Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. In The Event A Solicitation Request For Qualifications Is Developed, It Will Be Published On The Sam Website. Potential Interested Parties Are Responsible For Monitoring This Site For The Release Of The Solicitation Package As Well As Downloading Their Own Copy Of The Solicitation And Amendments, If Any.
Closing Date15 Nov 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: *update* 15oct2024- Submissions Due Date Extended To 28-october- 2024 1:00pm Edt. --------------------------------------------------------------------------- due To Upcoming Storm Amended To Postpone Pre-proposal Teleconference Until 1300 On 15 October 2024. --------------------------------------------------------------------------------- contract Information: The U.s. Army Corps Of Engineers (usace), Jacksonville District (saj) Is Soliciting For Architect-engineer (a-e) Services In Accordance With Public Law 92-582 (selection Of Architects And Engineers Or Brooks Act) As Implemented In Far Subpart 36.6. As A Result Of This Announcement, Saj Intends To Award An Indefinite Delivery Indefinite Quantity (idiq) Single Award Task Order Contract (satoc) To Perform A-e Services For Geotechnical Core Drilling, Laboratory, Testing, And Hydrogeological Investigations And Studies Located Within The Saj Aor. This No Longer Includes, Pr, Vi Or The Caribbean. This Procurement Will Be Set-aside As Small Business. the Primary Purpose Of This Contract Is To Provide Architect-engineering (ae) Services For Projects Located Within The Geographic Boundaries Of The Jacksonville District On Land, And On Protected And Unprotected Water, To Include Florida And Georgia. Secondarily, The Contract May Be Used To Provide Services Within The Geographic Boundaries Of Other U.s. Army Corps Of Engineers Districts Within The South Atlantic Division, And The Nation. The Contractor Will Have The Right To Refuse Orders For Services To Be Performed Outside Of The Area Of Responsibility Of The Jacksonville District. Only The Firm Considered Most Highly Qualified Will Be Awarded A Contract. An Indefinite Delivery Contract Will Be Negotiated And Awarded From This Solicitation With Subsequent Work Issued By Negotiating Firm-fixed Price Task Orders. The Contract Will Be A Period Of One Year From Date Of Award, With Options To Extend For Four (4) Additional Years, Not To Exceed A Total Of Five Years. the Contract Minimum Is $10,000.00. While The Estimated Dollar Amount Per Year Is $3,000,000.00, The Actual Obligation Per Year May Be Greater Than Or Less Than $3,000,000.00. The Maximum Amount Of The Contract Is $15,000,000.00 For The Life Of The Contract. The Task Order Minimum Is $10,000.00 And The Maximum Is $2,000,000.00 In Accordance With Far 52.216-19, Order Of Limitations. Other Applicable Clauses Include Far 52.216-18, Ordering, And Far 52.216-22, Indefinite Quantity. the North American Industry Classification System (naics) Code For This Action Is 541330. The Small Business Size Standard Is $25,500,000.00. Compliance With Federal Acquisition Regulation Clause 52.219-14 Limitations Of Subcontracting Will Be Required. 1. Project Information: The Work Will Primarily Consist Of Geotechnical Core Drilling And Geotechnical Subsurface Sampling Via Continuous And/or Standard Penetration Testing (spt) And Other Standard Drilling Techniques, Undisturbed Sampling, Rock Coring In Hard And Soft Rock Units, Large Diameter Coring Within Rock Units, Sonic Drilling, Vibracoring, Probing, Field And In Situ Testing, Geophysical Site Investigations, Field And Laboratory Geotechnical Testing Of Materials (including Construction Q/a) Testing), Chemical Analytical Laboratory Testing, Site Preparation, And Establishing Coordinate Locations. 2. Selection Criteria: The Selection Criteria For This Project Are Listed Below In Descending Order Of Importance. Criteria In Paragraphs A Through F Are Primary. Criterion G Is Secondary And Will Only Be Used As A Tiebreaker Among Firms That Are Essentially Technically Equal. Please Limit Your Response To 50 Pages, Excluding Cover Pages, Tabs, Table Of Contents, Licenses, Certifications, Resumes, Letters Of Commitment, Joint Venture Agreements, And Commendations/past Performance Are Excluded From The 50 Page Limit. factors For Evaluation In Descending Order Of Importance Are: a. Specialized Experience And Technical Competence: The Firm Shall Demonstrate Specialized Experience And Expertise Either In-house Or Through Association With A Qualified Sub-contractor(s). Limit Project Submissions To Ten (10) Projects For The Entire A-e Team In Sf 330 Section F. Additional Projects May Be Included In Sf 330 Section H. All Projects Shall Be Clearly Annotated With Applicable A-e Firms From The Team. Images Of Work Products Must Be Clearly Annotated With Source Of Picture, Specific Description Of What Is Being Presented, And Who Produced The Items Depicted In The Image. All Pages Shall Be Numbered Sequentially Either For The Entire Package Or Within Each Section. if Any Portion Of The Work Provided As Specialized Experience Is Subcontracted, Clearly Identify That Work As Such And Provide The Required Experience Of That Subcontractor As It Relates To Work The Subcontractor Is To Perform For This Solicitation. If The Offeror Is A Joint Venture, Each Firm Shall Provide Information Demonstrating Experience Relevant To Their Role On This Requirement. joint Venture Requirements: Parties Wishing To Propose As A Joint Venture Must Submit, With The Pro Forma Documents, An Executed Copy Of The Joint Venture Agreement. The Joint Venture Agreement Shall Be Executed In Accordance With Far 4.102(d). Each Joint Venture Partner Shall Submit Evidence Satisfactory To The Contracting Officer That Its Board Of Directors Has Approved Its Participation In The Joint Venture Or By An Instrument Of Similarly Binding Character In The Case Of An Unincorporated Entity. Offerors Are Reminded That To Obtain An Award The Awardee, To Include A Joint Venture, Must Be Registered In The System For Award Management (sam) Database. Applicable To Set Aside Solicitations: Joint Ventures Must Meet Applicable Size Standards (see Far Subpart 19.1). Submit With The Proposal Any Size Determination For The Joint Venture Entity Received From The Small Business Administration. A Joint Venture Where-in One Party Is Not A Small Business May Be Referred To The Small Business Administration (iaw Far 19.302 (b)) To Determine Eligibility. All Questions Regarding Joint Ventures Must Be Directed To The Small Business Administration (sba) And Not The Contracting Officer. a Project Is Defined As A Single, Stand-alone Contract And/or A Single Task Order Issued Under An Existing Idiq Contract(s) Unless The Project Included Multiple Phases And Was Issued Under More Than One Contractual Order. It Shall Be Noted That An Idiq Contract Is Not A Project. Do Not Combine Multiple Task Orders Unrelated To A Stand-alone Project To Create A Single Project Example. Combining Multiple Task Orders Under An Idiq To Create A Single Project Will Not Be Compliant With The Solicitation Criteria, And It Will Not Be Evaluated Or Considered. The Contract Number Or Idiq Number And Individual Task Order Number Associated With The Project In The Title Must Be Included For Each Of The Projects. If The Project Is Not 100% Complete, Note The Current Percentage And Estimated Date When The Project Will Be Completed For Each Contract And/or Task Order. (1) Drilling Firms Shall Clearly Demonstrate Specialized Experience And Expertise In The Following Field Data Collection Procedures: Standard Penetration Testing (spt); Rock Coring (including Large Diameter, Six Inches, Or More In Weak Rock); Sonic Drilling; Vibracoring; Wash Probing; Undisturbed Sampling; Test Pits; Monitoring Well And Piezometer Installations. Firms Shall Clearly Demonstrate Specialized Expertise In Multiple Field Conditions Including Upland, Swamp (partially Inundated Or Tidally Inundated), Island, Over Water, And Unusual Situation Or Difficult Access Locations. Firms Must Demonstrate Experience Obtaining Site Access (rights Of Entry, Permits, Site Clearing, And Heavy Equipment Operation); And Establishing Coordinate Locations Using The Appropriate Coordinate Systems And Datums (horizontal And Vertical) On Land And Over Water. All Geotechnical Field Activities Shall Be Conducted Per The Appropriate State Or Federal Standard Operation Procedures, As Applicable. (2) Geotechnical Laboratory Testing Firms Shall Clearly Demonstrate, Either In-house Or Through Association With Qualified Subcontractors, Specialized Experience, And Expertise In The Following Laboratory Analyses: Index Testing (grain Size Distribution, Carbonate Content, Atterberg Limits, Moisture Content, Specific Gravity, And Organic Content); Triaxial Tests; Consolidation; Compaction Tests; Permeability Tests; Unit Weights; And Unconfined Compressive Strength Testing. Firm Must Clearly Demonstrate Ability To Obtain And Maintain Usace Laboratory Validation Of Pertinent Tests Throughout The Contract Life. If The Firm Currently Does Not Have Access To A Usace Validated Lab, The Firm Must Clearly Demonstrate Ability To Obtain Usace Laboratory Validation Prior To Contract Award. The Lab Shall Be A Corps Validated Lab Located Within 30 Miles Of The Saj District Office. (3) In Situ And Field Testing Firms Shall Clearly Demonstrate Specialized Experience And Expertise In The Following In Situ And Field Data Collection Procedures: Cone Penetration Testing (cpt); Other In Situ And Field Data Collection Procedures (i.e., Pocket Penetrometer, Dilatometer Testing (dmt), Vane Shear Testing (vst), And Pressuremeter Testing (pmt), Etc.); Field Data Collection Procedures (recharge Tests, Slug Tests, Percolation Tests); And Aquifer Testing (drawdown, Specific Capacity, Etc.), Well Casing Pressure, Aquifer Performance Tests (apt); Turbidity, And Field Sampling Stabilization Parameters (ph, Specific Conductivity, Temperature, And Dissolved Oxygen.)). (4) Geophysical Investigations Firms Shall Clearly Demonstrate Experience In The Following Geophysical Methods And Technologies: Upland And Marine Seismic (reflection, Refraction, Cross-hole, And Tomography); Electrical (self-potential, Resistivity, And Induced Polarization); Ground Penetrating Radar (gpr); And Borehole Logging (spontaneous Potential, Resistivity, Electrical, Natural Gamma, Gamma-gamma, Neutron, Caliper, Temperature, Flow Meter, Sonic, And Borehole Camera). (5) Chemical Analytical Laboratory Testing Firms Shall Clearly Demonstrate, Either In-house Or Through Association With Qualified Subcontractors, Specialized Experience, And Expertise In The Following: Chemical Analytical Laboratory Testing (microbiological, Organic, Inorganic, And Radiochemical Analyses).chemical Analytical Laboratory Facilities Must Demonstrate Participation In The National Environmental Accreditation Program (nelap) And Be Accredited By The State Of Florida Accrediting Authority, Department Of Health, For The Methods, Analyses, And Matrices Grouped Above. Chemical Analytical Laboratory Facilities Must Demonstrate Experience Working With The Florida Department Of Environmental Protection (fdep) And Utilizing Qa/qc Data Validation Software-adapt Electronic Data Deliverables (aedd). (6) Equipment Available To The Firm Firms Must Have The Ability To Obtain All Necessary Equipment To Perform The Work, Including But Not Limited To Drill Rigs; Amphibious Or Track-mounted Drill Rigs; Floating Plant For Protected Waters; In Situ Testing Equipment; Geophysical Equipment; And Survey Equipment. Firms Must Indicate Whether The Equipment Is Owned, Sub-contracted, Or Leased. For Drill Rigs, Firms Must Indicate Whether Drill Rigs Are Equipped With Automatic Or Manual Hammers. b. Qualified Professional Personnel: A Resume Is Required For Each Person, Showing Relevant Education, Training, Registration, And Certifications. Note: One Individual Possessing The Required Expertise Of More Than One Discipline Is Acceptable, But The Resume Must Clearly Demonstrate Meeting The Required Length Of Experience Of Each Discipline. The Firm Must Have, Either In-house Or Through Association With Qualified Subcontractors, Adequate Staff With Specialized Experience And Knowledgeable In The Geology Of The Saj Aor To Perform The Work In The Required Time. The Individual Resume For Each Person Should Not Exceed 3 Pages. (1) Registered Professionals: Key Personnel Must Have A Bachelor, Master, Or Doctoral Degree From An Accredited College Or University In Geology, Physical Science, Engineering, Geomatics, Land Surveying, Or Related Field. Key Personnel Must Have A Professional License From One State Or Commonwealth Of The United States In Geology, Engineering Or Land Surveying. The Minimum Key Personnel Required Are Listed Below, And Minimum Years Experience Is Shown In Parentheses For The Following Disciplines: A Registered Professional Geologist (5 Years Of Recent Experience In Florida), A Registered Professional Civil/geotechnical Engineer (5 Years Of Recent Experience In Florida), A Registered Surveyor (3 Years Of Recent Experience In Florida), A Geophysicist (10 Years Of Recent Experience; Florida Experience Is Preferred), And A Hydrogeologist (5 Years Of Recent Experience In Florida). (2) Other Professionals: The Minimum Key Personnel Required Are Listed Below, And Minimum Years Experience Is Shown In Parentheses For The Following Disciplines: Geologist In Training (1 Year Of Recent Experience; Florida Experience Preferred); Civil/geotechnical Engineer In Training (1 Year Of Recent Experience; Florida Experience Preferred); Chemist (3 Years Recent Experience With Data Reduction And Analysis); Environmental Field Technicians (3 Years Recent Experience Conducting Environmental Sampling; Florida Experience Preferred); Geotechnical Field Technicians (3 Years Of Recent Experience In Florida) And Drillers (3 Years Of Recent Experience In Florida). (3) A Resume Is Required For Each Person, Showing Relevant Education And Training, Intended Contract Role(s) As Defined Herein To Be Filled By The Person, As Well As Experience Both Past And Recent (within The Last Five Years). Note One Individual Possessing The Required Expertise Of More Than One Contract Role Is Acceptable But The Resume Must Clearly Demonstrate Meeting The Required Length Of Experience Of Each Contract Role Via Documented Project Assignments/experience. c. Past Performance: Firm, And/or The Sub-contractor, Must Provide Relevant Past Performance In The Accomplishment Of Similar Work That It Outlined In This Solicitation. Firm Must Submit Information For Relevant Contracts And Subcontracts Including The Name, Address, And Telephone Number Of References. Relevancy Is Defined In The Department Of Defense (dod) Guide To Collection And Use Of Past Performance As Information That Has A Logical Connection With The Matter Under Consideration And Application Time Span. Submit Information For All Relevant Contracts And Subcontracts Started Or Completed Within The Past 5 Years Measured From The Date Of Synopsis (see Paragraph 2 And 2a, For Page And Project Limits). Firms May Include Supporting Information In The Proposal, Such As Letters Of Commendation From Clients, On Past Performance On Recent Similar Contracts Include Information On Problems Encountered In Prior Contracts And Discuss Actions Taken To Remedy Unsatisfactory Performance. Past Performance On Contracts With Government Agencies And Private Industry Regarding Quality, Cost Control And Timeliness Of Work Will Be Reviewed. Past Dod Experience Data Available To The Government Through Contractor Performance Assessment Reporting System (cpars) Will Also Be Evaluated. Other Credible, Documented Information On Past Performance Will Be Considered, Except For Adverse Performance Information To Which The Firm Has Not Had An Opportunity To Respond. d. Capacity To Accomplish The Work: Firm, And/or The Sub-contractor, Must Have The Capacity To Proceed With Work And Accomplish It In A Timely Manner Once A Notice To Proceed Is Issued And Accomplish It In Accordance With Scheduled Completion Dates. The Prime Firm Shall Clearly Demonstrate At Least Minimal Drilling Capabilities Of One Drill Rig, An Experienced Drill Crew, And At Least One Recent Project Example (within Past 5 Years Measured From The Date Of Synopsis). e. Knowledge Of The Locality: Firm, And/or The Sub-contractor, Must Demonstrate Knowledge Of The Locality, Geological Features, And Local Environmental Conditions For Florida. This Includes But Is Not Limited To Rock Formations, Regional And Local Stratigraphic Relationships, Regional And Local Groundwater Regimes (to Include Assessment Of Artesian Conditions), Seismicity, Etc. Experience Must Be Demonstrated In Qualified Personnel Resumes, And Past Project Experiences. f. Geographic Proximity: Firms Based In Or Having Branch Offices With Laboratory Testing Capabilities In Florida Will Be Given Preference, Provided That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. the Following Secondary Criterion Will Be Used As A Tiebreaker, If Necessary: g. Volume Of Past Dod Contracts Awarded To Firm: Work Previously Awarded To The Firm By The Dod Will Be Reviewed With The Objective Of Effecting Equitable Distribution Of Contracts Among Equally Qualified Firms. enforceability Of Proposal: The Proposal Must Set Forth Full, Accurate, And Complete Information As Required By This Announcement. By Submission Of The Offer, The Offeror Agrees That All Items Proposed (if Applicable E.g., Key Personnel, Subcontractors, Etc.) Will Be Used For The Duration Of The Contract And Any Substitutions Shall Require Prior Contracting Officer Approval. The Award Decision For This Contract Will Be Based, In Part, On An Evaluation Of The Key Personnel And/or Subcontractors The Contractor Included In Its Proposal For The Positions And/or Items Of Subcontracted Work Identified In The Proposal. The Contractor Agrees These Key Personnel And/or Subcontractors Will Be Employed As Described In Its Proposal And No Substitutes Will Be Employed Without The Prior Written Approval Of The Contracting Officer. The Contractor Further Agrees That Any Proposed Substitutes Shall Meet Or Exceed The Qualifications Of The Original Personnel And/or Subcontractors. If The Contractor Proposal Did Not Name A Subcontractor For An Identified Item Of Work, The Contractor Will Not Be Allowed To Subcontract That Item Of Work Without Prior Approval Of The Contracting Officer. this Is Not A Request For A Price Proposal. To Avoid A Conflict Of Interest, Any Contractor Proposing As A Prime May Not Have A Subcontractor Who Is Also Proposing As A Prime. This Solicitation Shall Be Viewed As One Singular Solicitation. Therefore, A Firm Submitting A Proposal As A Prime Contractor May Not Also Be Listed As A Subcontractor In Any Other Submitted Proposal Under This Solicitation. This Requirement Also Applies To Firms Submitting As Joint Ventures. In The Event A Conflict Of Interest Is Found, The Contracting Officer Reserves The Right To Deem Ineligible For Award The Proposal Submitted By The Prime Firm Who Is Also A Subcontractor Under Another Firms Proposal. as Required By Acquisition Regulations, Interviews To Discuss Prospective Contractor Qualifications For The Contracts Will Be Conducted Only For Those Firms Considered Most Highly Qualified After Submittal Review By The Selection Board. Interviews Will Be Scheduled After The Final Selection Board Has Determined The Most Highly Qualified Firms. submission Requirements: Firms Meeting The Requirements Described In This Announcement And Wishing To Be Considered Must Submit Their Sf 330, Part I, For The Proposed Combined Team (firm Or Joint Venture And All Subcontractors), And Sf 330, Part Ii, For The Firm Or Joint Venture And Each Subcontractor Electronically To Piee Solicitation Module At Https://piee.eb.mil/ System. A Firm Will Not Be Considered If Its Sf330 Part I Is Not Signed, Unless The Sf330 Part I Is Accompanied By A Signed Cover Letter Or A Current (within 3 Years) Signed Sf330 Part Ii. If A Firm Does Not Submit An Sf330 Part Ii With Its Sf330 Part I, Or Have One On File, It Will Not Be Considered (far 36.603(b)). Submit Qualification Proposals With Sf330 Parts I And Ii In Adobe Portable Document Format (pdf) As Two Separate Electronic Files. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce File Size And Facilitate Transmission. The Two Electronic Files Shall Be Named As Follows: w912ep24r0019firmname-sf 330-i.pdf W912ep24r0019firmname-sf 330-ii.pdf submittal Packages Must Be Received Via The Method Indicated Above, No Later Than 1:00 P.m. Eastern Standard Time On October 28, 2024. Submittals Received After This Date And Time Will Not Be Considered. f Submitting As A Joint Venture, Submit A Copy Of The Joint Venture Agreement. The Contract Specialist Is Ms. Isis S. Hill At Isis.s.hill@usace.army.mil. unnecessarily Elaborate Brochures Or Other Presentations Beyond Those Sufficient To Present A Complete And Effective Response To This Announcement Are Not Desired. The Naics Code Is 541330. Responses To This Request Shall Be Submitted Electronically As Stated Above; Telephone Calls And Personal Visits Are Discouraged. This Is Not A Request For Priced Proposal. Hand Delivery Will Not Be Accepted. Written Requests For Explanation Or Bidder Inquiries Must Be Sent To The Person Identified As The Contract Specialist Via Email. Inquiries And Requests That Are Directed To Any Other Person May Not Be Relayed To The Proper Person And Therefore, May Not Be Answered. a Pre-proposal Teleconference Will Be Held On Tuesday October 15, 2024 At 1:00 Pm (est). Due To Limited Ports, The Teleconference Is Being Held Only For Those Firms Interested In This Specific Work. To Rsvp, Please Send An Email To Contract Specialist, Isis S. Hill At Isis.s.hill@usace.army.mil, With Solicitation No. W912ep24r0019 In The Subject Line. The Pre-proposal Slideshow, Attendance Roster, And Q And A Will Be Posted As An Attachment To The Combined Synopsis/solicitation, After The Teleconference Has Concluded. contracting Office Address: us Army Corps Of Engineers, Jacksonville District p.o. Box 4970 jacksonville, Florida 32232-0019 United States issuing Office: us Army Corps Of Engineers, Jacksonville District 701 San Marco Blvd jacksonville, Florida 32207 United States point Of Contact(s): primary Point Of Contact: isis S. Hill, Contract Specialist email: Isis.s.hill@usace.army.mil phone: (904) 232-1240 secondary Point Of Contact: sherelle N. Barber, Contracting Officer email:sherelle.n.barber@usace.army.mil phone: (904) 232-3916
Closing Date28 Oct 2024
Tender AmountRefer Documents 

Staatliches Bauamt W Rzburg Tender

Germany
Details: Scaffolding Work; Demolition Work; Shell Construction Work; Masonry And Concrete Work; Roofing Slate Roof; Roof Waterproofing Work; Plumbing; Drywall Work Walls And Ceilings; Metal Construction Gates, Windows And Doors; Screed Work; Floor Covering And Coating Work; Natural Stone Work; Tiling Work; Interior Plastering Work; Painting Work; Carpentry Of Doors And Fixed Fixtures; Thermal Insulation Work; Locking System; Signage; Final Construction Cleaning; Water And Wastewater Installations; Heat Supply Systems; Air Conditioning Systems; Building Automation; Insulation On Technical Systems; Low And Medium Voltage Installations; Lighting For Outdoor Areas; Lightning Protection And Grounding Installations; High-voltage Systems; Telecommunications And Information Technology Systems Such As Bma, Ela, Media Technology, Computer Active Components, Access Control Systems; Civil Engineering Work And Construction Work For Outdoor Facilities Such As Terrain, Paved Areas; Landscape Gardening Work. The Services Are Mainly Advertised And Awarded As Individual Lots. The Construction Project Is Divided Into Several Construction Phases. Construction Phase 1 Has Already Begun. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

Regional Council of Meeting Tender

France
Details: The Réunion Region, Project Owner ("the Buyer"), Is Looking For French And International Economic Operators To Be Included In The Panel Of Companies To Be Consulted During A Sourcing Phase Prior To The Launch Of A Consultation For The Award Of The Works Contract For The Construction Of A 2500m Viaduct At Sea Between La Grande Chaloupe And La Possession. The Design Studies For This Viaduct Being In Progress, Neither Its Sizing, Its Characteristics Or The Construction Methods Have Been Decided; Operators Are Therefore Expected To Discuss These Subjects In Order, Where Applicable, To Integrate Them Into Future Studies. This Call For Skills Is Aimed At Construction Companies, Particularly Specializing In Civil Engineering Of Maritime Works, And/or Qualified In The Field Of Dredging, Drilling And Rock Removal, Underwater Work And Transport By Adapted Nautical Means. Interested Operators Are Invited To Participate In This Sourcing Which Will Be Carried Out In Two Stages, As Follows: (i) Questionnaire To Be Completed With General Information About The Company, And Technical Provisions, Administrative Provisions And Good Practices Relating To The Project. (ii) For All Or Some Of The Operators, An Exchange By Videoconference Or In Person (approximately 4 Hours). The Buyer Will Be Free To Choose The Operators Invited To Take Part In This Interview, The Objective Being To Allow The Expression Of Varied Ideas And Perspectives.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Philippine National Oil Company - PNOC Tender

Philippines
Details: Description Terms Of Reference 1. Project Description The Philippine National Oil Company (pnoc), Under Its Three Arrows Strategy, Is Revolutionizing Sustainable Energy Solutions By Spearheading Rooftop Solar Power Projects For Various Government Buildings. This Initiative Supports The Government's Strategy To Reduce Its Dependence On International Fuel Markets And Promote Renewable Energy Use. In Line With The Inter-agency Energy Efficiency And Conservation Committee (iaeecc) Resolution Of 07 July 2023, Government Entities, Including Government-owned And Controlled Corporations (goccs), State Universities And Colleges (sucs), And Local Government Units (lgus), Are Mandated To Install At Least 20% Of Their Electricity Requirements From Solar Photovoltaic (pv) Systems Or Equivalent Renewable Energy Technologies Within Three Years. Additionally, This Project Aligns With The Government Energy Management Program (gemp), Which Encourages A Minimum 10% Reduction In Electricity Consumption Across All Government Entities. By Ensuring Zero Export Of Energy To The Distribution Grid, This Forward-thinking Project Not Only Reduces Costs But Also Elevates Environmental Stewardship, Setting A New Standard For Green Energy In The Public Sector. Pnoc Invites Submissions From Reputable Organizations (referred To As "the Contractor") Capable Of Providing A Comprehensive Turnkey Solution Encompassing Engineering, Procurement, Construction, Commissioning, And Testing And Commissioning, And One-year Operations And Maintenance (referred To As "epctc") For The Project. The Project Shall Be Named “supply, Delivery, Installation, Testing And Commissioning Of 25kwp Solar Pv Rooftop System At Carmona Water District Admin Building”. The Project Site Is Located At Cityland Subdivision, Brgy. Carmona, Cavite. 2. Objectives Of The Contract The Intent Of The Terms Of Reference Is To Provide The General And Technical Requirements Necessary For The Implementation Of The Project. However, It Is The Contractor’s Obligation To Investigate And Validate All Information Herewith As Part Of Their Work To Be Undertaken. Thus, Any Discrepancies In The Tor In Accordance With Applicable And Generally Accepted Engineering And Construction Practices, Government Rules And Regulation And The Latest Industry Codes And Standards For Solar Pv Development Shall Not Relieve The Contractor Of The Accuracy Of Their Work. A. Define Project Scope: Clearly Outline The Scope Of Work For The Turnkey Epc (engineering, Procurement, And Construction) Contractor, Including Project Preparation, Procurement, Installation, Construction, Testing, Commissioning, And Operation And Maintenance (o&m). B. Establish Deliverables: Specify The Required Deliverables, Including Documentation, Performance Guarantees, And O&m Plans, To Ensure Comprehensive Project Execution And Accountability. C. Set Performance Standards: Provide Criteria For The Performance And Quality Of The Solar Pv Systems, Ensuring They Meet Industry Standards And Regulatory Requirements. D. Detail Compliance Requirements: Ensure The Epc Contractor Adheres To All Relevant Local, National, And International Regulations And Standards, Promoting Safety, Reliability, And Environmental Responsibility. E. Specify Evaluation Criteria: Establish The Criteria For Selecting The Epc Contractor, Focusing On Experience, Technical Expertise, Financial Stability, And The Quality Of The Proposed Solutions. F. Ensure Zero Export Compliance: Mandate That The Solar Pv Systems Operate With Zero Export To The Distribution Grid, Ensuring On-site Energy Optimization And Compliance With Regulatory Requirements. G. Provide Maintenance Guidelines: Include A Comprehensive One-year O&m Plan To Ensure The Longevity, Efficiency, And Optimal Performance Of The Installed Solar Pv Systems. H. Promote Transparency And Reporting: Require Regular Progress Reports From The Epc Contractor To Pnoc, Detailing Project Milestones, Challenges, And Resolutions, Fostering Transparency And Effective Project Management. 3. Approved Budget For The Contract (abc) Pnoc Has An Approved Corporate Budget In The Amount Of One Million Three Hundred Fifty Thousand Pesos (php 1,350,000.00) For The Project. 4. Scope Of Works The Scope Of Work For The Contractor Includes: 4.1. Project Preparation The Contractor Shall Facilitate All Preliminary And General Works On Time So That Any Issues Or Problems Encountered Can Be Addressed. If The Contractor Fails To Timely Execute The Works, Then Any Delays Due To Pending Issues And Problems Shall Be Of The Contractor’s Account. ● Kick-off Meeting The Contractor Shall Schedule A Kick-off Meeting No Later Than Ten (10) Calendar Days Starting From The Date Of Commencement As Stated In The Ntp. The Kick-off Meeting Shall Be Held At Site To Discuss Mobilization And Construction Schedules And Other Details Necessary Prior Project Execution. All Key Personnel Must Be Available During The Kick-off Meeting. ● Mobilization The Contractor Shall Facilitate The Mobilization Of Manpower And Equipment, Including Operating Supplies And Tools Necessary For The Project Immediately After The Kick-off Meeting. ● Temporary Facilities And Storage/staging Area The Contractor Shall Be Provided With A Temporary Headquarters Immediately After The Kick-off Meeting. The Location Of The Headquarters And Storage/staging Area Shall Be Determined With The Consent Of The Building Owner. ● Site Survey And Assessment The Contractor Shall Undertake Its Own Site Survey, Verification, And Assessment, Including Actual Measurements Of Voltage, Current, Frequency And Power Quality For A Period Of Seven (7) Calendar Days Upon Mobilization, Identification Of Access, Etc., To Identify All Necessary Information About The Site Conditions And Design Parameters. Additionally, The Contractor Shall Perform An Energy Yield Assessment To Estimate The Potential Solar Energy Generation In The Installation Site The Assessment Shall Also Include The Condition Of Roof And Existence Of Roof Leaks, And The Safety And Reliability Of The Existing Electrical System(s) And The Whole Installation, And Maintenance Concerns. All Findings And Necessary Engineering Intervention Shall Be Incorporated In The Detailed Project Designs And Engineering Plans And Shall Be Properly Addressed During Construction. ● Permits And Clearances The Contractor Shall Secure The Construction Permit, Safety Permit, Building Permit And Other Approvals, Clearances, And Licenses Necessary Prior To The Start Of Construction And Installation. The Contractor Shall Also Secure Necessary Permits/documents As Required By The Distribution Utility For The Installation Of The Rooftop Solar Pv System On The Installation Site. ● Detailed Project Designs And Engineering Plans The Contractor Shall Submit Detailed Project Designs And Engineering Plans No Later Than Ten (10) Calendar Days Starting From The Date Of Commencement Stated In The Ntp. The Detailed Project Designs And Engineering Plans Must Reflect All Additional Requirements And Information Needed Based On The Reviewed Preliminary Design Drawings. The Detailed Project Designs And Engineering Plans Shall Be Furnished Using Engineering Standard Templates, Adequate, Readable And Must Be Written In English. The Contractor Must Use Computer-aided Design And Drafting Software (cad) Or Equivalent. Likewise, Electronic Components With Built-in Programs And Software Shall Be Accompanied By Their Corresponding Programs And Ladder Logic Diagrams For Submission To Pnoc Prior To The Installation Of The Systems. The Detailed Project Designs And Engineering Plans Shall Be Signed And Sealed By Professional Engineers (electrical And/or Civil/structural Engineer), And Pnoc And Building Owner’s Authorized Representatives. Pnoc Shall Have The Right To Require The Contractor Additional Drawings Or Information As May Be Necessary. The Minimum Number Of Original Copies To Be Produced By The Contractor Shall Be 3 Sets Of A3 Size And 2 Electronic Copies Containing Cad And Pdf Files, As An Advance Copy. The Contractor Must Also Submit A Hard Copy As An Official Document. Pnoc Reserves The Right To Reproduce Any Drawings Or Documents Received From The Contractor As May Be Necessary. To Avoid Revisions, The Contractor May Submit First Draft Drawings Or E-file Via Email Before Printing The Detailed Project Designs And Engineering Plans. 4.2. Procurement The Contractor Shall Be Responsible For The Procurement Of All Equipment And Construction Materials, Including Consumables, Necessary To Complete The Project. All Delivered Equipment And Construction Materials, Including Consumables, Shall Be Subject To Testing And Inspection By Pnoc. Testing And Inspection Includes Visual Checking, Measurement, Validation Of Specifications (in The Nameplates) And Other Applicable Testing Methods As Deemed Necessary. Pnoc Shall Release A Materials Inspection Report (mir) For The Findings Of The Inspected Materials. Any Damage Or Deficiency Shall Be Rectified Or Replaced By The Contractor Without Additional Charges To Pnoc. ● Equipment And Construction Materials The Contractor May Source All Equipment And Construction Materials, Including Consumables Locally Or Abroad Provided These Shall Conform To The Required Design Specifications And Standards. In Case Of Changes In The Source Of Supply Or Brand, The Contractor Shall Submit A Letter Of Request Stating The Reasons For The Changes For Pnoc’s Review And Approval. ● Factory Acceptance Test (fat) The Contractor Must Provide Any Proof That The Manufacturer’s Factory Or Fabricator’s Shop Has Passed The Fat For The Solar Panels And Inverters. All Related Testing Expenses Shall Be Of The Contractor’s Account. Receipt And Acceptance Of The Certified Test Reports And Inspection & Testing Certificate By Pnoc Shall In No Way Relieve The Contractor Of Its Responsibility. ● Handling And Delivery The Contractor Shall Perform Proper Packing, Loading, Transportation, Hauling And Unloading Of Equipment In Accordance With The Manufacturer's Standards And Recommendations. All Duties And Taxes Including Export Permits And Clearances, Insurances And Warranties Shall Be Of The Contractor’s Account. The Equipment And Construction Materials Shall Be Delivered Directly To The Project Site(s). The Contractor Shall Secure Handling And Delivery Manuals From The Manufacturer. The Contractor Shall Notify Pnoc For All Incoming Materials And Submit Delivery Receipt Upon Delivery For Inspection And Acceptance By Pnoc Prior To Installation. All Equipment Shall Be Delivered Unbroken, Not Deformed And Without Cracks And Scratches. In General, The Packaging Of The Equipment Shall Be Based On Generally Accepted Industry Practices Or Standards. Packaging Shall Be Adequate To Prevent Damage From Any Mechanical Stresses That May Occur And To Ensure Safety During Loading, Hauling, Unloading, Unpacking And Storage. Boxes Shall Contain Barcode Sheet/label Showing The Following Information: ✔ Name Of The Manufacturer; ✔ Model Number; ✔ Code No./serial Number; ✔ Product Barcode; And ✔ Manufacturing Date. ● On-site Storage The Contractor Shall Perform On-site Storage Of Equipment And Construction Materials In Accordance With The Manufacturer's Standards And Recommendations. Equipment Shall Be Placed At The Designated Storage/staging Area. The Contractor Shall Secure Equipment On-site Storage Manuals From The Manufacturer. 4.3. Installation And Construction The Contractor Shall Provide All Consumables, Tools, Equipment, And Manpower, Including Ppe, Necessary To Perform The Necessary Works. The Contractor Shall Only Be Allowed To Work At The Designated Area Agreed Upon With Pnoc To Avoid Any Interruptions To The On-going Operations And Activities At The Site. In Case Of Concrete Drilling Or Breaking, The Contractor Must Ensure That Such Work Shall Not Compromise The Integrity Of The Existing Structures. In The Case Of Painting, Appropriate Painting Shall Be Used For The Structures To Be Painted In Accordance With Applicable Standards. The Painting Shall Be Done With A Primer And Topcoat As A Minimum. In The Case Of Earthworks And Concreting, It Shall Be Performed In Accordance With Applicable Codes And Standards. Concrete Foundations Must Be Designed Using Applicable Mixtures And With Reinforcing Bars As Per Standards. The Pv System Shall Be Designed For Simple Mechanical On-site Installation With No Requirement For Welding Or Complex Machinery At The Site. In Extreme Cases Where Welding Or Machinery Is Necessary, The Contractor Shall Submit Welding Methodology. Welding Shall Be Tested As Per Standards. The Contractor Must Also Ensure Minimal Disruption To The Daily Operations Of The Installation Site. ● Pre-leak And Post-leak Test The Contractor Shall Conduct Pre-leak Test Prior To, And After The Installation Of Pv Modules And Appurtenances, Respectively. Schedule Of The Leak Test Shall Be Properly Coordinated With Pnoc And Building Owner Representatives. The Contractor Shall Submit A Leak Test Procedure For Review And Approval By Pnoc Prior To Execution. ● Work Permit The Contractor Shall Coordinate With Pnoc Representative For Every Work To Be Performed Prior To Execution. The Work To Be Performed Shall Specify The Following: ✔ Type Of Work, Such As: Hot Works/cold Work/working At Heights/confined Space/concrete Chipping/excavation Works; ✔ Target Start And End Dates; ✔ Methodology; ✔ Hazard Associated With The Works; ✔ Safety And Precautionary Measures; ✔ Equipment And Construction Materials With Attached Approved Brochures And/or Drawings; And ✔ Equipment, Tools, And Personal Protective Equipment (ppe). ● Mounting And Installation Of Equipment All Equipment Shall Be Mounted In Accordance With Engineering And Construction Standards And Practices And Manufacturers’ Recommendations And Standards And Safety And Health Standards. Spacing, Orientation, And Location Shall Be Based On The Approved Detailed Project Designs And Engineering Plans. ● Cabling And Raceway Routing Dc Cables Shall Be Housed In A Hot Dip Galvanized Cable Tray/ladder With Cover. All Ac Cables Shall Be Housed In Rigid Steel Conduit. Instrumentation And Communication Cables Shall Be Housed In A Separate Uv Rated Conduit. For Buried Cables, It Must Be Housed In A Pvc Pipe With Concrete Trench, Warning Tape Or Tiles Placed Above And Marking Posts At Suitable Intervals On The Surface. The Minimum Depth Of Burial Is 700mm Depending On The Location And Condition Of The Ground Surface. Cables Shall Occupy Less Than 66% Of The Raceway Space And Properly Loop, Not Too Tight To Avoid Any Damages To The Wires. Dc Cables Shall Be Installed In A Manner Which Minimizes Induction Loops Between Positive And Negative Cables. For String Cables, Large Loops Of Excess Dc Cabling Shall Be Avoided. The Raceway Shall Be Placed In A Manner That It Will Not Create Any Obstructions Or Hazards To Operations And Maintenance. The Contractor Shall Use Pull Box/junction Box On All Intersections And Sharp Curves Or Bends And Provide Rubber And Bushing On All Junctions And Endings To Avoid Cut In The Wire Insulation. The Contractor Shall Apply Silicone Sealant, As Applicable, On Raceway Openings To Prevent Access Of Dirt, Water, And Vermin. The Contractor Shall Comply With The Distribution Utility (du) Net-metering Requirements For The Cable Installation And Other Electrical Components. ● Grounding, Termination, And Interconnection All Equipment Shall Have Adequate Grounding. All Cables Shall Be Properly Dressed/secured/fixed And Terminated Using Terminal Lugs, Clamps, Crimps And Solder. There Should Be No Exposed Conductors To Avoid Short Circuits And Arc Flash. The Contractor Shall Request A Schedule For Shutdown For The Interconnection To The Existing Electrical Distribution System. The Contractor Shall Conduct A Torque Test After Termination And Interconnection. ● Lifting Appropriate Lifting Equipment Shall Be Utilized When Performing Heavy Lifting. Access Shall Be Identified To Avoid Obstructions. Schedule Of Lifting Shall Be Properly Coordinated With The Building Owner. ● Foundations And Structural Supports Structural Supports Necessary For The Mounting Of Equipment (e.g., Inverters, Enclosures, Transformers, Pv Modules, Etc.) Shall Be Made Of Hot Dip Galvanized Structural Steel Minimum Of 2 Mm Metal Thickness And Minimum Coating Thickness Of 3 Mils As Per Astm A 386 Or Equivalent. In Case The Galvanized Coating Is Damaged During Installation, The Supplier Shall Apply The Necessary Rectification In Accordance With Astm A 780-01 (standard Practice For Repair Of Damaged And Uncoated Areas Of Hot Dip Galvanized Coatings). Reinforced (with Deformed Bars) Concrete Blocks/ballast Or Foundations May Be Provided To Provide Stability. For Penetrated Supports, It Shall Be Non-corrosive, And Waterproof Using Flashings, Gasket Or Other Approved Chemical Sealing And Coating Material. In Case Of Concrete Penetration, The Anchor Bolts (dowel) Shall Be Made Also Of Hot-dipped Galvanized Or Equivalent. 4.4. Testing And Commissioning The Contractor Shall Conduct Testing And Commissioning For A Minimum Of Seven (7) Days Upon Completion Of The Installation Of The Pv System, To Be Witnessed By Pnoc And Representatives Of The Building Owner. The Schedule And Duration Of The Testing And Commissioning Shall Be Mutually Agreed By The Contractor, Pnoc And Building Owner. However, The Testing And Commissioning Activities Shall Be Satisfactorily Completed Within The Time Required Under The Contract. Any Corrections Resulted From Errors In The Workmanship Or Design Made By The Contractor Which Were Found During The Conduct Of Testing And Commissioning Or Prior To The Rooftop Solar Pv System Operation Thereon, With The Resulting Extra Expenses Due To Repair Or Cost For The Replacement For Damaged Equipment/materials Shall Be Solely Charged To The Account Of The Contractor. Testing And Commissioning Shall Be Performed In A Systematic Process Whereby All Systems And Equipment Are Tested And Brought Into Operation And Performed Interactively According To The Design Intent And In Accordance With The Performance Criteria Set Upon. Equipment And Accessories Shall Be Inspected To Determine The Completeness Of The Pv System And Conformance In Accordance With The Specifications. All Testing Instruments Including Consumables, Temporary Structures, And Manpower Required For The Testing And Commissioning Activities Shall Be Provided And At The Account Of The Contractor. The Contractor Shall Ensure That The Rooftop Solar Pv System Operates With Zero Export To The Distribution Grid By Configuring Inverters To Clip Any Excess Energy Generated. The Contractor Shall Also Arrange The Joint Inspection With The Representatives Of Distribution Utility And The Office Of Building Official (if Applicable) To Conduct Demonstration Of The Required Features Of The Rooftop Solar Pv System. This Is For The Eventual Acceptance Of The System By The Du And Lgu-obo By Furnishing The Necessary Certificates. Pnoc Shall Release A “certificate Of Project Completion” After The Testing And Commissioning Provided That All Works Have Been Performed And All Issues Have Been Addressed. ● Testing And Commissioning Plan The Contractor Shall Submit Tcp/procedures Prior To The Conduct Of Testing And Commissioning For Pnoc’s Review And Approval. The Tcp Shall Include The Following Information: ✔ Itinerary (date) Of The Testing And Commissioning; ✔ Detailed Methodology And Step-by-step Procedures; ✔ List Of Tools And Equipment, Including Ppe, To Be Used; ✔ Manpower Requirement; ✔ Hazards And Safety Protocol; And ✔ Target Results Or Acceptance Criteria. ● Testing And Commissioning Works The Minimum Testing And Commissioning Shall Include The Following: ✔ Inspection And Calibration Of Tools And Testing Instruments; ✔ Visual And Physical (quality And Quantity) Inspection Of The Installed Equipment And Appurtenances; ✔ Torque Test Of All Terminations And Mounting; ✔ Continuity Test (open Circuit And Closed Circuit) Of All Breakers, Fuses, Switches, Protection Devices And Other Equipment With Circuitry; ✔ Insulation Test Of All Dc And Ac Wires Including Grounding (line-to-line And Line-to-ground); ✔ Open Circuit Voltage/ Short Circuit Current String Test; ✔ Polarity Test; ✔ Phase Sequence Test; ✔ Ac Operating Voltage Test; ✔ Inverter Synchronization Test; ✔ Inverter Frequency Test; ✔ Inverter Power Generation Test; ✔ Operating Voltage And Operating Current String Test; ✔ Thermal Scanning; ✔ Optimizer Device Functionality; ✔ Voltage Harmonic Rise - Should Not Be Greater Than 5% Or Inverter Specification (whichever Is Lower); ✔ Lighting Arrester Grounding And Counter Tests; ✔ Anti-islanding Test; ✔ Cease To Energize Test; And ✔ Other Necessary Tests The Minimum Tools And Equipment To Be Used Shall Include The Following: Torque Wrench; Clamp Meter; Irradiance Meter; Thermal Scanner; Power Quality Analyzer; 2-way Radios; Insulation Resistance Tester; Earth Ground Tester; And Lock-out/tag-out The Contractor May Use A Multi-function Instrument That Is Capable Of Performing The Testing And Commissioning Such As A Solar Pv Installation Tester. Personnel Who Will Conduct The Testing And Commissioning Shall Be Equipped With The Minimum Ppe: ✔ Safety Shoes (electrical Hazard Compliant); ✔ Safety Jacket; ✔ Safety Pants; ✔ Electrical Gloves (1kv); And ✔ Protective Eye Glass. The Contractor Shall Also Provide A First-aid Kit And Fire Extinguisher (dry Powder). ● Testing And Commissioning Report The Contractor Shall Submit The Tcr After The Completion Of The Testing And Commissioning. The Tcr Shall Be Reviewed And Accepted By Pnoc And Building Owner Representative(s). 4.5. Operation And Maintenance The Contractor Shall Perform A One-year O&m Support To Pnoc. The Contractor Shall Provide A Comprehensive One-year Maintenance Plan, Which Shall Include, But Not Limited To, Daily Monitoring Of System Performance, Preventive Maintenance And Repair Works, Technical Support In Case Of Unforeseen Decreasing Pv System Performance, And End-user Training. The Training Shall Include, But Not Limited To Lectures And On-site Strategy Covering The Methods Of Operation, Maintenance, Basic Troubleshooting, And Management Of The Facility. All Costs And Expenses For The Training, Except Those Incurred By Pnoc Which Include, But Not Limited To Their Own Transportation And Accommodation Expenses, Shall Be Borne By The Contractor. A Corresponding Certificate Of Completion Shall Be Issued To The Participants In The Training. During The One-year O&m, The Epcc Contractor Shall Guarantee The Minimum Annual Production Of 30,132.00 Kwh For The Rooftop Solar Pv System. If Ever The Minimum Annual Pv Production Was Not Achieved Mainly Due To Uncontrollable Factors, Then No Penalty Will Be Imposed On The Contractor. However, If Defects In Any Of The System Components, Especially In The Inverters, Are Found To Contribute To The Performance Issues Of The Pv System, Then The Contractor Shall Pay A Corresponding Compensation Equivalent To The Total Amount Of Revenue Lost To Pnoc From The Declared Minimum Annual Production Guarantee Of 30,132.00 Kwh. Moreover, The Cost Of Any And All Rework And/or Restoration Of Damaged Properties Due To The Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 5. Deliverables The Contractor Shall Ensure That The Following Deliverables Must Be Provided To Pnoc With Physical Copies As The Official Submission And Electronic Copies As Advance Submissions. Any Later Correction And Changes Found Necessary By Pnoc, And All Resulting Additional Costs And/or Delays Shall Be Of The Contractor’s Account. Pnoc Reserves The Right To Reproduce Any Drawings Or Documents Received From The Contractor As May Be Necessary. The Contractor Shall Provide All The Necessary Deliverables Before The Start Of The Testing And Commissioning, Except For The Deliverables That Need To Be Submitted At Earlier Date For Review And Approval Of Pnoc (e.g., Detailed Project Plan And Timeline, Site And Energy Yield Assessment Reports, Detailed Project Designs And Engineering Plans, And Procurement Records And Equipment Warranties). 5.1. Documentation ● Detailed Project Plan And Timeline ● Site And Energy Yield Assessment Reports ● Detailed Project Designs And Engineering Plans ● Procurement Records ✔ Bill Of Materials ✔ Shop/fabrication Drawings ● Installation And Commissioning Reports ● Wiring And Termination Diagrams ● As-built Drawings (power & Control Circuits) And Electronic Programs/ladder Logic Diagrams ● Equipment And O&m Manuals ● List Of Necessary Spare Parts, Tools, And Consumables ● Warranty Certificates Of The Solar Panels And Balance Of System (bos) And All Other Applicable System Components And Tools 5.2. Performance Guarantees ● Assurance Of System Performance Metrics ● Warranty And Maintenance Agreements 5.3. Operation And Maintenance (o&m) ● Detailed One-year O&m Plan ● Regular Maintenance Schedule And Procedures ● Immediate Response And Repair Protocols ● Performance Monitoring And Reporting ● List Of Necessary Spare Parts, Tools, And Consumables 6. Commencement Date And Period Of Implementation The Commencement Date Of The Project Shall Be Upon Receipt Of Notice To Proceed (ntp). There Will Be Two (2) Main Activities For This Entire Engagement: The Epcc And O&m Support. The Duration Of The Epcc And O&m Support Shall Be Ninety (90) Maximum Days From The Receipt Date Of The Notice To Proceed And 365 Days From The Official Start Of Operation Of The 25 Kwp Rooftop Solar Pv System, Respectively. 7. Payment Terms Milestone Payments Will Be Adopted Where The Payment Shall Be Released Upon Reaching The Specific Project Milestone, To Ensure That These Conform To The Requirements Set For The Purpose. The Payments Are Subject To The Usual Government Accounting And Auditing Requirements. Hence, The Contractor Is Expected To Be Familiar With The Government Accounting And Auditing Manual (gaam). Project Milestone* Percentage Of Payment Completion Of Installation And Testing & Commissioning 90% Handover And Completion Of Training For Building Operators 10% *retention Money: 10% For Every Progress Billing. 8. Evaluation Criteria Bids Exceeding The Identified Approved Budget For The Contract (abc) Will Automatically Be Disqualified. The Selection Of The Contractor Will Be Based On: 8.1. Experience And Track Record In Similar Projects • Bidders Must Have Completed Solar Pv Contracts With A Minimum Total Aggregate Installed Capacity Of 1 Mwp, Where At Least Two (2) Contracts Must Be Fully Operational For The Last Two (2) Years, From The Date Of Bid Submission. • Must Be Compliant With The Iso 9001:2015 Standard On Quality Management System (qms). 8.2. Technical Expertise And Key Personnel The Contractor Shall Employ And Certify To Their Competency The Minimum Key Personnel Dedicated For The Project. Personnel Qty Qualifications Experience Project Manager 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp) ● Minimum Of Three (3) Years’ Experience In Solar Project Management Electrical Design Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp) ● Minimum Of Three (3) Years’ Experience In Design Of Solar Project Structural Design Engineer 1 Shall Be Licensed Civil Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Minimum Of Three (3) Years’ Experience In Structural Integrity Assessment Project Site Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Years Of Experience In Project Supervision Of Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Safety Officer 1 With Bachelor’s Degree And Either Bosh Or Cosh Certification ● Minimum Of Three (3) Years Of Experience In Construction. Qa/qc Engineer 1 Shall Be Licensed Electrical Engineer ● Minimum Of Three (3) Years Of Experience In Construction Of Solar Pv Projects. Testing And Commissioning Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three ● (3) Years’ Experience In Testing And Commissioning Of Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Must Have Adequate Knowledge In Inverter Programming Configuration And Programmable Logic Controllers. The Contractor May Nominate The Personnel In Dual Positions, Except For The Project Manager, For As Long As They Are Qualified And Capable Of Doing Multiple Tasks And With The Assurance That It Can Deliver The Work On Time Without Compromising The Quality. 8.2.1. Roles Of The Key Personnel ● Project Manager - Shall Be The Single Point Of Contact With Pnoc For All Matters Pertaining To The Project. The Project Manager Shall Always Be Available During Weekly Meetings And In Cases Where His/her Presence Is Needed. ● Electrical Design Engineer - Shall Be Responsible For The Engineering Design Of The Pv System. The Design Team Shall Always Be Available During Meetings Pertaining To The Design And Specifications. ● Structural Design Engineer – Shall Be Responsible For The Validation Of The Structural Integrity Of The Building(s). ● Project Site Engineer - Shall Be In-charge Of The Overall Supervision Of The Project Execution. The Project Engineer Shall Always Be Available At The Site During The Epcc. During The Three-year O&m Period, He/she Shall Conduct All Required O&m Activities For The Project. ● Safety Officer – Shall Ensure The Safety And Health Of All Personnel Involved In The Construction By Monitoring And Assessing Possible Hazards In The Area. ● Qa/qc Engineer – Shall Ensure That All Delivered Materials And Works Performed Are Within Standards And Specifications. ● Testing And Commissioning Engineer – Shall Lead The Proper Testing And Commissioning Of The Pv System. 9. Project Schedule As Part Of Bid Submission, The Contractor Shall Provide The Project Schedule, Which Should Include Key Milestones Such As: 9.1. Completion Of Site And Energy Yield Assessments. 9.2. Procurement And Delivery Of Equipment. 9.3. Completion Of Installation And Commissioning. 9.4. Handover And Training For Building Operators. 9.5. One-year O&m Period. The Contractor Shall Use Applicable Software Or Computer Programs In Presenting The Project Schedule. 10. Preliminary Design Drawings The Preliminary Design Shall Be Provided For The Rooftop Solar Pv System To Give An Overview Of The Project To Be Developed, As Part Of The Bid Submission Of The Contractor. This Must Be Adequate And Sufficient To Understand The Concept And Orientation Of The Pv System Being Proposed. Design Drawings Shall Be Submitted In A3 Size, Including, But Not Limited To The Following: Sheet Content Cover Page Project Title G / 1 List Of Drawings, Legend And General Notes G / 2 Project Location Map, Site Development Plan, Project Site Conditions And Technical Features E / 1 Tapping Point E / 2 Single Line/riser Diagram E / 3 Dc And Ac Load Schedule Calculation E / 4 Control And Monitoring System Topology E / 5 Solar Pv Array Stringing Plan E / 6 Dc, Ac And Communication Cable Routing Details E / 7 Proposed Grounding System Location And Wiring E / 8 Ct And Metering Installation E / 9 Lightning Arrester And Grounding S / 1 Solar Pv Array Mounting & Framing Details S / 2 Inverters Station And Tapping Point Station Details S / 3 Access Ladders/railings For Maintenance S / 4 Concrete Roof Deck Foundation And Calculation (as Needed) 11. Compliance With Industry Standards And Codes Without Limiting The Contractor’s Obligations, All Engineering And Construction/installation Works Performed, All Equipment Furnished, And All Tests Carried Out Under This Engagement Shall Be Undertaken In Accordance With The Latest Industry Standards And Regulation, Including, But Not Limited To The Following: ● Grid Code Or Distribution Code ● Distribution Services And Open Access Rules (dsoar) ● Philippine Electrical Code (pec) ● National Building Code Of The Philippines (nbcp) ● National Fire Protection Association Standards (nfpa) ● National Structural Code Of The Philippines (nscp) ● Revised Fire Code Of The Philippines Of 2008 ● International Electrotechnical Commission (iec) Standards ● Underwriter’s Laboratories Inc. (ul) And/or Factory Manual (fm) Or Equivalent Standards 12. Weekly Construction Meetings And Progress Reports The Contractor Shall Conduct Weekly Construction Meetings To Be Held Either On Site Or Online And Provide Progress Reports. Progress Reports Must Be Submitted To Pnoc Also At A Weekly Basis, Which Shall Include Program Of Work, Materials Delivery Status And Accomplishment And Target Report. For Urgent Matters, Pnoc May Advise Emergency Meetings. ● Program Of Work – Shall Include Pert/cpm, S-curve, Bar Chart, Manpower, And Equipment Utilization Schedule. The Contractor Shall Utilize Applicable Software Or Computer Programs In Presenting The Program Of Work. ● Materials Delivery Status – Shall Reflect The Status Of All Materials Being Procured Including The Descriptions, Quantity, Name Of Suppliers, Purchased Order Number, Eta Site, Etc. ● Accomplishment And Target Report – Shall Be Presented In Ms Powerpoint Or Equivalent. It Should Include The Percentage Of Weekly Accomplishments, Safety Reports And Targets. In Case Of Delays Or Slippage, The Contractor Shall Provide A Detailed “catch-up” Plan. 13. Workmanship Workmanship Shall Follow The Iso 9001:2015 Standard On Quality Management System (qms). The Contractor Shall Accept Full Responsibility For Its Work In The Design, Specifications, Procurement, Fabrication, Manufacture, Construction, Erection, Installation, Calibration And Testing, Quality Control, Documentation, Testing And Commissioning And Performance Testing. The Contractor Shall Be Responsible For The Safety And Security Of Its Personnel Within The Project Site(s) And Provide Proper Personal Protective Equipment (ppe). The Contractor Shall Also Be Responsible For All Compliance With The Distribution Utility (du) And Energy Regulatory Commission (erc) Requirements To Attain Smooth Synchronization And Commercial Operation. The Contractor Shall Be Deemed Solely Liable For All Its Suppliers And Subcontractors And Shall Compensate Pnoc Against All Third-party Claims Or Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Supplied Equipment Or Any Part Thereof. 14. Certificate Of Acceptance Certificate Of Acceptance For Accomplished Works Shall Be Issued To The Contractor By Pnoc To Certify Its Successful Execution And Performance. ● A Certificate Of Partial Project Completion Shall Be Issued After The 90% Completion Of The Scope Of Work; And ● A Certificate Of Final Acceptance Shall Be Issued By Pnoc After The Completion Of The Defects And Liability Period And The Submission Of Warranty Certificates And Security. 15. Project Turnover The Project Shall Be Turned Over To Pnoc Upon Completion Of The Scope Of Work. The Contractor Shall Issue An Endorsement Letter For Proper Turnover. 16. Warranty Certificates The Contractor Shall Turnover The Warranty Certificates For The Following Structures And Equipment To Pnoc Prior To Issuance Of Certificate Of Final Acceptance: ● A Twenty-five (25)-year Linear Power Warranty From The Manufacturer On The Solar Pv Modules With At Least Eighty Percent (80%) Power Output Guaranteed At Twenty-five (25) Years. The Solar Pv Module Manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Modules Were Installed According To Its Requirements And Specifications For Installation. ● A Fifteen (15)-year Warranty On The Permanent Structures Which Include Mounting And Racking Systems Used In The Rooftop Solar Pv System. ● A Ten (10)-year Warranty From The Manufacturer On The Solar Pv Modules. The Pv Module-manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Pv Modules Were Installed According To Its Requirements And Specifications For Installation. ● A Five (5)-year Warranty From The Manufacturer On The Inverters. The Inverter Manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Inverters Were Installed According To Its Requirements And Specifications For Installation. ● A One (1)-year Warranty For Safety And Protection Devices, Cables, Instrumentation, And Control/ Communication Devices Including Software, Ip Cameras And Web Portal And All Other Accessories Used In The Solar Pv System. 17. Defects And Liability Period Defects And Liability Period Shall Include Servicing Of Defective Goods And Services Under The Warranty Obligations And Conditions Stipulated In The Contract. Repairs, Troubleshooting, And Other After-sales Support To Commence Within Seven (7) Calendar Days Upon Receipt Of Notification From Pnoc. Replacement For Locally Available Components Shall Not Exceed Fifteen (15) Calendar Days Upon Receipt Of Notification From Pnoc. Replacement For Imported Components Shall Not Exceed Sixty (60) Calendar Days Upon Receipt Of Notification From Pnoc. 18. Spare Parts, Tools, And Consumables The Contractor Shall Supply The Necessary Spare Parts, Tools, And Consumables For The Installation, Testing And Commissioning, As Well As The Operation And Maintenance Of The Project. These Items Will Be Turned Over To Pnoc Upon Completion Of Testing And Commissioning. Particulars Qty Unit Electrical Pliers 6" 1 Unit Electrical Pliers 8" 1 Unit Long Nose Pliers 6" 1 Unit Long Nose Pliers 8" 1 Unit Side Cutter Pliers 6" 1 Unit Side Cutter Pliers 8" 1 Unit Allen Wrench (black Iron), Metric 1 Set Crimping Tools (rj45) 1 Unit Screwdriver (flat, 8") 1 Unit Screwdriver (cross, 8") 1 Unit Adjustable Wrench 1 Unit Combination Wrench (applicable Sizes) 1 Set Toolbox 20" (big) 1 Unit Clamp Meter (1,000volts; With Rogowski Coil) 1 Unit Vice Grip 8" 1 Unit Torque Wrench 3/8” Square Drive With Complete Set Of Sockets (solar Pv For Distribution Panel) 1 Set Portable Washer With Pump, 7.5mpa Pressure, 5 Liter/minute 1 Unit 16 Ton Quick Hydraulic Crimper Cable Plier Tool Kit, 16-300mm/11 Die 1 Unit Dry Chemical Fire Extinguisher (10 Pounds) 1 Unit Rj 45 Connector (100pcs Per Pack) 1 Pack Electrical Tape (0.16mm X 19mm X 8meters; Black) 5 Roll Cable Tie (uv Resistant; 12”; 100pcs Per Pack) 1 Pack Rubber Tape (18mm X 8meters; Black) 1 Length Others (please Specify, If Needed) 19. Allied Services 19.1. Markings And Labeling The Contractor Shall Provide Markings And Labelling On All Electrical Equipment (including Wires) In Accordance With Applicable Codes And Standards Or As Otherwise Agreed Upon With The Building Owner. Markings Shall Be Clearly Visible, Located Visibly On The Equipment, Constructed And Installed To Remain Eligible For The Whole Of The Design’s Life Of 25 Years. The Marking And Labeling Shall Be Compliant With The Following Codes: ● Pec Article 6.90 And Article 1.10 ● Ul 696 19.2. Safety Signages And Fire Extinguishers The Contractor Shall Provide Safety Signages As Per Standards Including Warnings For High Voltage, Cable Burial, Etc. The Contractor Shall Likewise Provide A Fire Extinguisher To Be Mounted Near Each Of The Identified Solar Array Stations, Inverter Station And Tapping Point Station As Per Design Drawings. 19.3. Power Supply The Contractor Shall Provide Power Supply, Complete With Protection Devices (e.g., Circuit Breakers, Avr, Etc.) For Equipment That Will Require Power Such As Poe Hub, Inverter Controller, Router, Etc. The Contractor Shall Identify The Location Of The Tapping Source And Request Permission To The Building Owner. 19.4. Water Source The Contractor Shall Coordinate With The Building Owner For The Location Of The Water Source To Be Used During Maintenance (e.g., Pv Module Cleaning). 19.5. Canopy In Case An Inverter Station Or Any Equipment Is Placed Outdoors, A Canopy Shall Be Provided As Per Manufacturer’s Standards And Recommendation. 19.6. Access Platforms, Stairs And Safety Handrails The Contractor Shall Provide Access Such As Sufficient Portable Access Ladder Along The Pv Facility For Safety And Protection During Construction And Pnoc’s Operations And Maintenance. The Contractor Shall Provide Anchors At Strategic Locations For Safety Harnesses. 19.7. Relocation Or Modification Of Existing Structures The Pv System Shall Be Designed With No Requirement For Relocation Or Modification Of The Existing Structures. In Extreme Cases When Relocation Or Modification Of Existing Structures Is Necessary, The Contractor Shall Submit Modification Or Relocation Plan To Ensure That The Structures Shall Be Maintained, Restored Or Upgraded. 20. Available Data And Schedule Of Site Inspection Potential Bidders Can Access The Relevant Site Data (e.g., Electric Consumption Information, Plans, And Drawings) Via The Following Link: • Https://bit.ly/carmona-water-district The Site Inspection Is Scheduled For October 22 And 25, From 9:00 Am To 12:00 Pm (can Be Subject To Change). Bidders Must Inform Pnoc Representatives In Advance Using The Contact Details Provided Below: • Louie Aaron L. Razon: +639564761790 • Richard Miguel D. Allauigan Jr.: +639178460403 • Patrick Jose Iv V. Andaya: +639369318841 21. Technical Specifications And Standards 21.1. Design Calculations The Design Of The Pv System Shall Be For A Minimum Service Life Of Twenty-five (25) Years. Design Shall Consider Service Conditions That Will Affect The Performance Of The Solar Pv System Such As Irradiation, Uv Radiation, Temperature Variations, Rainfall Intensity, Humidity, Pollution Etc. Design Shall Be Able To Protect And Harness The Equipment From Natural Calamities Such As Earthquake, Tropical Typhoons, Cyclones And Wind Gustiness Prevailing In The Philippines. 21.1.1. Electrical Design Maximum Dc Voltage Per String Shall Not Exceed 1500 Volts At A Temperature Of 15 Degrees Celsius. Minimum Dc Voltage Per String Shall Be More Than The “minimum Input Voltage” Of The Inverter At A Temperature Of 50 Degrees Celsius. Minimum Dc Voltage Per String After 20 Years Shall Be More Than The “minimum Input Voltage” Of The Inverter At A Temperature Of 50 Degrees Celsius. Maximum Dc Power Per Array (combination Of Strings) Shall Be Less Than The Maximum Allowable Generator Power Of Inverter. Maximum Voltage Drop Between Equipment To Equipment Shall Not Exceed 1% On Dc System And 5% On Ac System. 21.1.2. Structural Design Seismic Loading Shall Be Selected To Ensure The Performance Criteria Set Out Below Are Achieved: ● All System’s Components Which Are Critical To The Generation Of Electricity Shall Remain Undamaged And Operational Following A Moderate Earthquake; ● In Case Of A Massive Earthquake, The Damage To Structures And Equipment Shall Be Limited To That Which Can Be Repaired Sufficiently Quickly For The Generation Of Electricity To Resume Safely Within Thirty (30) Days, Unless Otherwise The Main Building Has Collapsed; And ● Potential Costs Of Repair Or Replacement And The Duration Of Inability To Generate Electricity After A Large Seismic Event Shall Be Minimized. The Wind Resistant Design Required For The Facility Shall Be At Minimum Of 270 Kph. In Case The Basis For Wind Resistant Design In The Latest National Structural Code Of The Philippines (nscp) Is Higher, Then Nscp Shall Govern. 21.2. Minimum Pv System Components Specifications 21.2.1. Solar Pv Modules The Modules Must Follow The Iec 61215 Standards (i.e., Crystalline Silicon Terrestrial Photovoltaic Modules; Design Qualification And Type). These Shall Be Made Of Monocrystalline Material Solar Cells, Tested In Extreme Weather Conditions, And Equipped With Safety Protection Mechanisms. These Shall Also Have A Minimum Efficiency Of 17% At Standard Testing Conditions (stc). The Solar Pv Panels Supplied Must Include A Performance Warranty Guaranteeing No More Than 2% Efficiency Degradation In The First Year And No More Than 0.5% Annual Degradation Thereafter. At The End Of 25 Years, The Panels Must Still Produce At Least 85% Of Their Original Rated Power Output. The Solar Pv Modules Supplied Must Be Manufactured By A Tier 1 Manufacturer As Defined By Industry-recognized Standards Such As Bloomberg New Energy Finance (bnef) Or Equivalent. 21.2.2. Pv Mounting System The Pv Mounting System Shall Be Suited To The Environment And Atmospheric Conditions (e.g., Corrosion, Salt). Structures Shall Be Fixed, Metallic And Have Appropriate Design And Adequate Strength Which Can Withstand The Load Of The Modules, Cyclonic And High Wind Velocities As Applicable To The Site Condition. The Material Shall Be Robust And Non-corrosive, Made From Anodized Structural Grade Aluminum 6005 T5 And/or Stainless-steel Components Or Equivalent. Use Of Different Metals Shall Be Avoided Where Practically Possible To Prevent Galvanic Corrosion. The Structure Shall Prevent Water Accumulation. The Mounting System Must Be Compliant To As/nzs1170.2:2011 Amdt 2-2012 Standard Or Equivalent. 21.2.3. Inverter The Inverter To Be Used Shall Be String Type, Weatherproof And Equipped With A Safety Protection Mechanism. The Inverter Shall Be Compatible With The Existing Electrical System. The Inverter And Its Appurtenances Shall Be State-of-the-art With Energy Management And Communication System And Maximum Power Point Trackers (mppt) For Optimum Performance. The Inverter Shall Have Efficiency Of Not Less Than 98.5%, With A 10-year Guaranteed Service Life. It Also Must Have The Following Minimum Communication Specifications: Wlan/ethernet, Wi-fi, And 4g/3g/2g. The Mounting Shall Be Robust And Non-corrosive, Made From Hot-dipped Galvanized Structural Steel Or Equivalent. The Foundation Shall Be Fixed And Secured. The Inverter Shall Have Adequate Spacing, Free From Obstructions And Well Ventilated. 21.2.4. Inverter Controller The Inverter Controller Shall Be The Central Communication Unit For System Monitoring, Recording Data And Controlling. It Shall Be Capable Of Interconnection Of Other Measuring Devices Such As Solarimeter, Weather-meter, Etc. 21.2.5. Dc Combiner In Cases Where Design Requires The Need For A Dc Combiner, The Dc Combiner Shall Be Made Of Glass-fiber Reinforced Polyester Material Or Approved Equivalent. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. Mounting May Be Wall-mounted Type Or Stand-alone Support. The Dimensions And Thickness Are As Per Manufacturer’s Standard. It Shall Be Rated 1500vdc Minimum. The Dc Combiner Shall Have Appropriate Cable Entry Points, With Cable Glands, Fitted For Input And Output Cables And A Lockable Door. The Dc Combiner Shall Be Equipped With Auxiliaries Such As Circuit Breakers, Surge Protection Devices And Grounding Terminals, Mounted On Din Rail Or Equivalent And With Adequate Spacing For Easy Termination And Testing. Auxiliaries Shall Conform To Iec Standards Or Equivalent. All Circuit Breakers And Fuses Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Voltage Rating Shall Be A Minimum Of 1000vdc. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.6. Ac Combiner Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. Mounting May Be Wall-mounted Type Or Stand-alone Support. The Dimensions And Thickness Are As Per Manufacturer’s Standard. It Shall Be Rated 0.6/1kv Minimum. The Ac Collector Shall Have Appropriate Cable Entry Points, With Cable Glands, Fitted For Input And Output Cables And Lockable Doors. The Ac Collector Shall Be Equipped With Auxiliaries Such As Circuit Breakers (mounted On Busbar With Adequate Spacer) And Neutral And Grounding Terminal Mounted On Din Rail Or Equivalent And With Adequate Spacing For Easy Termination And Testing. Auxiliaries Shall Conform To Iec Standards Or Equivalent. All Circuit Breakers Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Minimum Voltage Rating Shall Be Equivalent To Inverter Output Voltage. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.7. Transformer In Cases Where Design Requires The Need For A Transformer, The Transformer Configuration Shall Be Based On The System Configuration Or Topology Between The Inverter I.e., Tn-s, Tn-c, Tn-c-s, Tt And It And Grounding Configuration And Voltage. Depending On The Location, The Transformer Shall Either Be Outdoor Type Or Indoor Type In Compliance With Nema Or Ip Standards. The Compartment Shall Be Metal-enclosed And Non-corrosive. The Transformer Shall Be Dry-type, Self-cooled And Floor Mounted. The Foundation Shall Be Equipped With An Anti-vibration Pad Or Equivalent. The Transformer Shall Be Ul/iec Listed Or Equivalent. 21.2.8. Transient Voltage Surge Suppressor With Isolation Switch The Tvss Shall Be Capable Of Bi-directional Filtering Of Harmonics And Surges That May Be Created From The Pv System And From The Grid. The Surge Protection Devices Shall Be Compatible With The Existing Electrical System. The Ampere-interrupting Capacity (aic) Rating Of The Devices Shall Be Equal To Or Greater Than The Available Fault Current To Which They Might Be Subjected. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. It Shall Be Rated 0.6/1kv Minimum. 21.2.9. Pv Generation (revenue) Meter Including Ct/pt And Terminals The Pv Generation (revenue) Meter Shall Be Digital Multi-function Power Meters Complete With Cts And Potential Fuses. The Meter Shall Conform To The Following Minimum Requirements: ● Iec Or Ansi Revenue Metering Standards (i.e., Class 0.3 Accuracy); And ● Capable Of Providing Outputs And Terminal Strips For Remote Monitoring And Data Acquisition Using Rs485 Or Equivalent. The Meter Shall Be Boxed In A Standard Enclosure With A Viewing Window Made Of Fiberglass Or Equivalent. 21.2.10. Ecb Main Disconnect Switch The Enclosed Circuit Breaker Shall Act As The Main Fault Current Protection Device And Disconnect Switch To Isolate The Solar Pv System From The Existing Electrical System. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. The Dimensions And Thickness As Per Manufacturer’s Standard. It Shall Be Rated 0.6/1kv Minimum. The Circuit Breaker Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Minimum Voltage Rating Shall Be Equivalent To System Voltage. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.11. Cables Pv Cables Shall Be Copper Type. It Shall Be Uv-rated, Sunlight-resistant, Water-proof Protection And Manufactured Under Ul Standard. It Shall Be Designed And Manufactured In Accordance With: ● Iec 60811: Insulation And Fire Protection ● Iec 60227 And Iec 60502: Design ● Iec 60228: Conductors ● Ul 1581 (xeno-test), Iso 4892-2 (method A) Or Hd 506/a1-2.4.20: Dc Solar Cables All Power Cables Shall Be Of Xlpe Insulated With Pvc Sheathed, 0.6/1kv Single Or Multicore, Stranded Copper Conductor. The Conductor Shall Be Made From Electrical Purity Copper For Power Cables And Annealed High Conductivity Copper For Control Cables. Conductors Shall Be Stranded For Copper Power Cables And Solid For Copper Control Cables. All Cables Shall Be Designed To Withstand The Mechanical, Electrical, And Thermal Stresses Under The Steady State And Transient/ Fault Conditions. All Cables Shall Be Suitable For High Ambient Temperature, High Humidity And Tropical Climatic Conditions. All Cables Shall Be Color Coded As Per Iec 60364 And Should Be Provided With Tag/marking. All Cable Ties Should Be Uv Protected And Can Withstand High Heat Stress Without Damaging The Cables. Cable Ties Shall Conform To En 50146 And Iec 62275 Standards. Cables To Be Supplied Are Categorized As Follows: Particular Description Requirement Pv String Cables Cables From Pv Strings To Dc Enclosures Must Be 2 X 6mm2 Dc Enclosure Cables Cables From Dc Enclosures To Inverters As Per Pec Standards Inverter Cables Cables From Inverters To Ac Collector As Per Pec Standards Ac Collector Cables Cables From Ac Collector To Transformer As Per Pec Standards Transformer Cables Cables From Transformer To Ecb For Disconnect Switch As Per Pec Standards Tapping Point Cables Cables From Ecb For Disconnect Switch To Tapping Point As Per Pec Standards Grounding Cables Cables For Grounding As Per Pec Standards Neutral Cables Cables For Neutral As Per Pec Standards Communication Cables Cables For Controls And Monitoring Utp, Ethernet, Cat5/cat6 Power Supply Cables Cables For 220-240v Power Supply As Per Pec Standards 21.2.12. Raceways (cable Trays, Conduits, Pvc Pipes And Fittings, Accessories) Cable Trays And Fittings Shall Be Hot-dipped Galvanized With A Minimum Of 2mm Thickness In Accordance With Iec Standards Or Equivalent. Conduit Shall Be Rigid Steel In Accordance With Iec Standards Or Equivalent. Pvc Systems That Are To Be Buried Underground Shall Conform To Iec 61386 Part 24 Standards Or Equivalent. Raceways Shall Be Color Coded As Per Standards Or As Per Existing Color Coding Of The Building. 21.2.13. Lightning Arrester And Grounding System In Cases Where Design Requires The Need For A Lightning Arrester And Grounding System, The Lightning Protection Shall Be Made Of Conventional Lightning Protection Or The Early Streamers Emission (ese) Type. It Shall Be Equipped With A Lightning Strike Counter. The Protection Radius Shall Cover The Whole Solar Pv Facility. The Grounding System Shall Have A Maximum Resistivity Of 5 Ohms. The Size And Diameter Of Bare Copper And Grounding Rod Shall Be As Per Standard. The Safety Protection Devices Shall Provide Optimum Filtering In Relation To The Specification Of Inverter And Pv Panels. The Surge Protection Device Shall Be Compact And Shall Comply In Accordance With The Ul 1449 3rd Edition Testing, Ansi/ieee C62 And Ansi/ieee Std. 1100-1999 The Surge Protection Devices Shall Be Compatible With The Existing Electrical System. The Ampere-interrupting Capacity (aic) Rating Of The Devices Shall Be Equal To Or Greater Than The Available Fault Current To Which They Might Be Subjected. The Grounding Wires Shall Be Placed In A Standard Uv-rated Pvc Or Equivalent. 21.2.14. Pv Monitoring And Data Acquisition System (internet Connection) The Pv Monitoring And Data Acquisition System Shall Be Capable Of Both Remote And Onsite Access And Monitoring Via A Subscription-free Online Platform. The System Shall Be Able To Provide The Following Minimum Data: ● Energy Generation (kwh); ● Power (kw); ● Power Factor; ● Voltage; ● Current; ● Irradiance; ● Weather; And ● Temperature The System Shall Be Capable Of Detecting Failures And Fault Conditions. Data Transmission Shall Be Real-time And Shall Be Equipped With Safety And High-security Protocol. The Data Shall Be Displayed In Graphical Trends And In Figures. Historical Data Shall Be Available For A Minimum Of One (1) Year. 21.2.15. Cctv/ip Surveillance Camera The Cctv/ip Surveillance Camera Shall Be Capable Of Onsite Monitoring, Continuous Recording, And Remote Access And Monitoring Via A Subscription-free Online Platform. Viewing Shall Be Real-time And Can Operate 24/7. Video Recording Shall Be Capable For A Minimum Of One (1) Month. The Camera Shall Be Robust, Weatherproof And With High-resolution. Type Fixed Bullet Video Camera 2 Units Resolution 1080hd Enclosure Weatherproof, Outdoor Ip65 Or Equivalent, Minimum Hard Disk Drive 2tb Sata 6.0gb/s Cache 64mb Surveillance Type Nvr Minimum 8 Channel Ip Camera, Resolution Minimum Of 1920x1080 Poe Hub/switch 8 Ports Cpe/router/modem 1 × Usb 2.0 Port For Connecting 4g/3g Modem As Wan Backup; 4 × Gigabit Wan/lan Ports; Non-wifi Router 21.2.16. Communication And Control Cables, Radio Transmission Or Fiber Optics Or Equivalent If Long Distance Controls Are Needed, A Radio Transmission Or Fiber Optics Or Any Equivalent Communication Protocol May Be Used. In The Case Of Wireless Communication, It Shall Be Equipped With Reliable Communication Equipment Such That It Will Not Create Unacceptable Delays And Interference That Would Compromise The Operability Of The Whole System.
Closing Date7 Nov 2024
Tender AmountPHP 1.3 Million (USD 23.5 K)

Stadt Bergisch Gladbach Tender

Germany
Germany-bergisch Gladbach: Architectural, Engineering And Planning Services
Closing Date20 Dec 2024
Tender AmountRefer Documents 
1051-1060 of 1062 active Tenders