Civil Engineering Tenders

Municipality Of Opol, Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two Pesos And 88/100 (php 99,990,392.88) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Opol Sanitary Landfill At Sitio Sto. Niño, Brgy. Bagocboc, Opol, Misamis Oriental / Opol 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit (lgu) Of Opol Through The Bids And Awards Committee (bac) Now Invites Bids For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental, With The Following Scope Of Works: Bill Of Quantities Qty Unit Item No. Item Description Part I. General Requirements 1.00 L.s. B.3 Permits And Clearances 1.00 L.s. B.7(1) Occupational Safety And Health Program 1.00 Ea. B.5 Project Billboard/signboard 1.00 L.s. B.9 Mobilization/demobilization Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/plumbing Works A. Construction Of Guard House 3.53 Cu.m. 803(1)a Structure Excavation, Common Soil 2.79 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 881.33 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 18.19 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.14 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 28.27 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 56.54 Sq.m. 1027(1) Cement Plaster Finish 5.43 Sq.m. 1018(1) Glazed Tiles & Trims 62.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 3.26 Sq.m. 1010(2)a Doors (flush) 1.00 L.s. 1008 Aluminum Glass Windows 1.00 L.s. Part D Electrical B. Construction Of Admin Building 19.56 Cu.m. 803(1)a Structure Excavation, Common Soil 16.58 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2617.95 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 38.79 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.40 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 101.47 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 202.94 Sq.m. 1027(1) Cement Plaster Finish 53.77 Sq.m. 1018(1) Glazed Tiles & Trims 208.40 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 8.40 Sq.m. 1010(2)a Doors (flush) 12.22 Sq.m. 1008(1)b Aluminum Glass Windows (casement Type) 1.00 L.s. Part D Electrical C. Construction Of Material Recovery Facility 24.20 Cu.m. 803(1)a Structure Excavation, Common Soil 23.84 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 3737.43 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 72.00 Sq.m. 903(2) Formworks And Falseworks 37.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 175.20 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 48.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 96.00 Sq.m. 1027(1) Cement Plaster Finish 105.60 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical D. Construction Of The Composting Bed 8.82 Cu.m. 803(1)a Structure Excavation, Common Soil 14.89 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 670.58 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 21.92 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 98.00 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 81.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 150mm 162.00 Sq.m. 1027(1) Cement Plaster Finish 162.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical E. Construction Of Weighbridge 51.53 Cu.m. 803(1)a Structure Excavation, Common Soil 16.23 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 1305.36 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 58.62 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1047(1) Structural Steel 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Weigh Bridge System 75.41 Sq.m. 1032(1)a Painting Works F. Construction Of Hazardous Vault 7.20 Cu.m. 803(1)a Structure Excavation (common Soil) 21.78 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 1733.72 Kg 902(1)a Reinforcing Steel (grade 40) 142.28 Sq.m. 903(2) Formworks And Falseworks 4.09 Sq.m. 1010(2)b Wooden Panel Door 82.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (inc. Reinforcing Steel), 100mm 164.40 Sq.m. 1027(1) Cement Plaster Finish 129.12 Sq.m. 1032(1)a Painting Works (masonry/concrete) G. Construction Of Sanitary Landfill Cell 80495.84 Cu.m. 103(1)a Structure Excavation (common Soil) 6171.74 Cu.m. 104(1)a Embankment 12768.54 Sq.m. 105(1) Subgrade Preparation 14056.80 L.m. 715(1) Geotextile 14056.80 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 1000.00 Cu.m. Spl-2 Sand Filter 390.00 Cu.m. 804 (4) Gravel Fill 120.00 Lh 1001(1)c5 Pipes And Fittings (8" Hdpe) 262.60 Cu.m. 1710(2)a Grouted Riprap (line Canal) 5.00 Units Spl-4 Access Ramp 6.00 Units Spl-5 Gas Vents 396.00 Lin.m Spl-6 Hdpe Line Canal H. Construction Of Wash Bay 12.00 Cu.m. 803(1)a Structure Excavation, Common Soil 20.52 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2192.66 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 24.00 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1047(1) Structural Steel (post & Roof Framing Works) 1.00 L.s. Part D Electrical I. Construction Of Leachate Treatment Pond 1998.00 Cu.m. 103(1)a Structure Excavation (common Soil) 1091.28 Sq.m. 105(1) Subgrade Preparation 1091.28 Sq.m. 715(1) Geotextile 1091.28 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 4.00 Le. 1001(1)c5 Pipes And Fittings (8" Hdpe) J. Construction Of Leachate Treatment Plant 530.40 Cu.m. 803(1)a Structure Excavation, Common Soil 19.20 Cu.m. 804(4) Gravel Fill Bedding 8025.22 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 89.73 Cu.m. 405(1)b2 Structural Concrete Class A, 27.58 Mpa @ 14 Days 292.20 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 3.30 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 22.50 Sq.m. 1013(1) Corrugated Metal Roofing Gauge 26 821.80 Sq.m. 1016(1)a Waterproofing, Cement-based 22.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 22.20 Sq.m. 1003(2)a1 4.5mm Thk Ficem Board Wall On Metal Frame 45.10 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. 1,010.00 Doors And Windows For Control Room 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Wastewater Treatment Plant K. Concreting Of Access Road 500.00 Cu.m. 103(1)a Surplus Common Excavation 372.96 Cu.m. 104(1)a Structure Excavation (common Soil) 2880.00 Cu.m. 103(1)a Embankment 3648.20 Sq.m. 105(1) Subgrade Preparation 347.62 Cu.m. 200 Aggregate Subbase Course 1032.00 Sq.m. 311(1)b1 Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days 101.00 Cu.m. 1710(2)a Grouted Riprap (line Canal) L. Construction Of Barbed Wire Perimeter Fence 0.11 Ha. 100(1) Clearing And Grubbing 9.95 Cu.m. 803(1)a Structure Excavation (common Soil) 3595.41 Kg. 902(1)a Reinforcing Steel (grade 40) 205.26 Sq.m. 903(2) Formworks And Falseworks 23.09 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 5580.00 L.m. 604(1) Fencing, Barbed Wire 3. The Lgu Of Opol Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Three Hundred Sixty (360) Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Lgu Of Opol And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm On Working Days. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 To March 3, 2025 From Given Address And Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php 50,000.00) And A Special Permit Fee In The Amount Of One Thousand Pesos (php 1,000.00) Pursuant To The Revised Revenue Code Of Opol, Misamis Oriental 2016. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Lgu Of Opol Will Hold A Pre-bid Conference On February 17, 2025 At 1:00 Pm At The Bids And Awards Committee (bac) Office Located At The 2nd Floor Of Old Municipal Building, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before March 3, 2025 At 12:00 Noon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 3, 2025 At 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Lgu Of Opol Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cherryl G. Magnetico, Mpa Secretariat, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Email Address: Lguopolbac.misor@gmail.com Mobile Phone No. 0917-773-5450 Edgar C. Olaco, Mpa, Rea Chairman, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Mobile Phone No. 0917-172-9478 February 3, 2025 ______________________________________ (sgd.) Edgar C. Olaco, Mpa, Rea Bac Chairperson Terms Of Reference Project Title: Construction Of Opol Sanitary Landfill Location: Sitio Sto. Niño, Brgy Bagocboc, Opol, Misamis Oriental Project Description: The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two And 88/100 Pesos (php 99,990,392.88) Being The Approved Budget Of The Contract (abc) For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental. The Project Composed Of 2 Parts. Part I. General Requirements • Permits And Clearances • Occupational Safety And Health Program • Project Billboard/signboard • Mobilization/demobilizations Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/ Plumbing Works 1. Construction Of Guard House • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows • Electrical 2. Construction Of Admin Building • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows (casement Type) • Electrical 3. Construction Of Material Recovery Facility • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 4. Construction Of Composting Bed • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 5. Construction Of Weighbridge • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Structural Steel • Electrical • Weigh Bridge System • Painting Works 6. Construction Of Hazardous Vault • Structure Excavation (common Soil) • Structural Concrete, Class B @ 28 Days • Reinforcing Steel (grade 40) • Formworks And Falseworks • Wooden Panel Door • Chb Non Load Bearing (inc. Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works (masonry/concrete) 7. Construction Of Sanitary Landfill Cell • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Sand Filter • Gravel Fill • Pipes And Fittings (8" Hdpe) • Grouted Riprap (line Canal) • Access Ramp • Gas Vents • Hdpe Line Canal 8. Construction Of Wash Bay • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Structural Steel (post & Roof Framing Works) • Electrical 9. Construction Of Leachate Treatment Pond • Structure Excavation (common Soil) • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Pipes And Fittings (8" Hdpe) 10. Construction Of Leachate Treatment Plant • Structure Excavation, Common Soil • Gravel Fill Bedding • Reinforcing Steel (deformed), Grade 40 • Structural Concrete Class A, 27.58 Mpa @ 14 Days • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Corrugated Metal Roofing Gauge 26 • Waterproofing, Cement-based • Chb Non Load Bearing (including Reinforcing Steel), 100mm • 4.5mm Thk Ficem Board Wall On Metal Frame • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Doors And Windows For Control Room • Electrical • Wastewater Treatment Plant 11. Concreting Of Access Road • Surplus Common Excavation • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Aggregate Subbase Course • Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days • Grouted Riprap (line Canal) 12. Construction Of Barbed Wire Perimeter Fence • Clearing And Grubbing • Structure Excavation (common Soil) • Reinforcing Steel (grade 40) • Formworks And Falseworks • Structural Concrete, Class B @ 28 Days • Fencing, Barbed Wire The Project Is Closely Monitored By Emb/denr That It Will Conform To The Latest Standards And Practices With Regards To The Implementing Rules And Regulations Of Republic Act 9003 Or The Ecological Solid Waste Management Act Of 2000 And The Denr Administrative Order No. 2005-10 Other Known As Philippine Clean Water Act Of 2004. Furthermore, The Project Must Comply With Conditions As Stated In The Approved Environmental Compliance Certificate (ecc) Before Construction, During Construction And After Completion Of The Project. The Eligibility Requirements For The Construction Of The Opol Sanitary Landfill Must Include Having Demonstrated Experience In Sanitary Landfill Operations To Ensure Compliance With The Standards Set By The Department Of Environment And Natural Resources (denr) During Implementation. Furthermore, The Contractor Must Adhere To The Applicable Provisions Of Sections 23-24 Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184. Itb 5.2 – Single Largest Completed Contract (slcc) & Pcab License Allowable Range Of Contract Cost For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: • Site Development With Building Construction Worth 50 Million And Above For The Past 7 Years • License Category: B • Size Range: “medium A” For Roads, Highway, Pavement, Railways, Airport Horizontal And “medium A” For Building And Industrial Plant Itb 10.4 – Key Personnel For The Construction Of The Contract, The Bidder Is Required To Deploy The Minimum Required Key Personnel: 1. Project Manager A. Licensed Architect Or Civil Engineer For At Least 10 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 2. Environmental Planner A. Licensed Environmental Planner For At Least 5 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 3. Project Engineer A. Licensed Civil Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 4. Sanitary Engineer A. Licensed Sanitary Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 5. Materials Engineer A. Licensed Materials Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 6. Safety Officer (dole Accredited) A. Certified Safety Officer For At Least 5 Years. B. At Least 5 Years’ Experience In Construction Projects. 7. Foreman A. At Least 10 Years’ Experience In Construction Projects. Itb 10.5 - Equipments Minimum Equipment Needed For The Said Project Is As Follows: Self-loading Truck 1 Unit Excavator (1cum Bucket Capacity) 2 Units 10t Vibratory Roller 1 Unit Motorized Grader 1 Unit 10wheeler Dump Truck 3 Units Payloader 1 Unit Single Bagger Mixer 2 Units Concrete Vibrator 2 Units Plate Compactor 1 Unit Bar Bender 1 Unit Bar Cutter 1 Unit Welding Machine 2 Units
Closing Date3 Mar 2025
Tender AmountPHP 99.9 Million (USD 1.7 Million)

City Of Cadiz Tender

Civil And Construction...+1Others
Philippines
Details: Description Bids And Awards Committee Cadiz City Invitation To Bid/request For Expression Of Interest The City Government Of Cadiz, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractor’s Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project : Repair/improvement Of Rcpc Overflow Type Cross Drainage Location : Skylac, Brgy. Magsaysay, Cadiz City Abc : P2,000,000.00 Contract Duration : 150 C.d. Date/time Of Pre-bid : February 27, 2025 – 9:30 A.m. Date/time Of Bidding : March 12, 2025 – 9:30 A.m. Place Of Pre-bid/bidding : Bac Conference Room, Cadiz City Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, City Legal Office, Cadiz City, Upon Their Payment Of A Non-refundable Amount Of Five Thousand Pesos (p5,000.00) To The Cadiz City Cashier. Bac Reserves The Right To Review The Qualifications Of The Bidders After The Bidding And Before The Contract Is Executed. Should Such Review Uncover Any Misrepresentation Made In The Eligibility Statements, Or Any Changes In The Bidder’s Situation As To Materiality Downgrade The Substance Of Such Statements, The Bac Shall Disqualify The Bidder Upon Due Notice Without Any Obligation Whatsoever For Any Expense Or Loss That May Be Incurred By It In The Preparation And Submission Of Its Eligibility Statements And Bid. Bac Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bid Documents, Nor Does It Guarantee That An Award Will Be Made. Atty. Reggie C. Placido Bac Chairman (2) Bid Tender March 12, 2025 The Chairman Bids And Awards Committee Cadiz City Subject: Repair/improvement Of Rcpc Overflow Type Cross Drainage, Skylac Brgy. Magsaysay, Cadiz City Sir: Following Is The Bid Schedule And The Corresponding Prices, Which We Are Offering In Connection With The Subject Bidding: Item No. Scope Of Works/description Qty. Unit Unit Price Amount A General Requirements A.1 Mobilization & Demobilization 1 Lot A.2 Provide Project Signboard 1 Lot A.3 Occupational Safety & Health 1 Lot B Retaining Wall B.1 Demolition Works 1 Lot B.2 Excavation Works 1 Lot B.3 Backfilling Works 35.69 Cu.m B.4 Stone Masonry Works (gravity Wall & Rcpc) 55.302 Cu.m B.5 Wheel Guard (12 Units) 1.08 Cu.m C Slope Protection C.1 Excavation, Clearing & Backfilling Works 18 Cu.m C.2 Stone Masonry Works 181 Cu.m D Portland Cement Concrete Pavement 20.70 Cu.m Total Bid Amount In Figures: P_____________________________________ Total Bid Amount In Words: _____________________________________ _____________________________________ The Offer Is Valid For 120 Days From The Date Of The Opening Of Bids And Other Terms Of The Offer Conform With The Requirements Of The Instruction To Bidders. Very Truly Yours, Signature Of Bidder: _________________________ Name Of Bidder : _________________________ Address : _________________________ (3) The Minimum Equipment Requirement Shall Be As Follows: Type Of Equipment Required Total Remarks None Bid Tender Documents For The Aforementioned Project Will Be Available For Issuance To Interested Bidders Upon Payment Of Non-refundable Amount Of Five Thousand Pesos (p5,000.00) Per Set Not Later Than March 12, 2025. All Particulars Relative To Pre-qualification, Bid Security, Performance Security, Pre-bid Conference, Bidding, Evaluation On The Bid Tender And Award Of Contract Shall Be Governed By The Provisions Of The Implementing Rules And Regulations Of R.a. 9184 Governing Government Procurements Including Infrastructure Contracts. The Bids And Awards Committee (bac) Reserves The Right To Reject Any Or All Bids, Waives Any Defect Therein And Accepts The Offer Most Advantageous To The Government. Atty. Reggie C. Placido Bac – Chairman (4) Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Civil Engineer Construction Foreman Skilled Laborer Unskilled Laborer 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P40,000.00 [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B.the Amount Of Not Less Than P100,000.00 [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: Item No. Scope Of Works Qty. Unit Amount P A General Requirements A.1 Mobilization & Demobilization 1 Lot 15,768.00 A.2 Provide Project Signboard 1 Lot 4,638.98 A.3 Occupation Safety & Health 1 Lot 11,940.00 B Retaining Wall B.1 Demolition Works 1 Lot 17,091.50 B.2 Excavation Works 1 Lot 33,577.25 B.3 Backfilling Works 35.69 Cu.m 44,054.00 B.4 Stone Masonry (gravity Wall & Rcpc) 55.302 Cu.m 271,649.40 B.5 Wheel Guard (12 Units) 1.08 Cu.m 27,004.00 C Slope Protection C.1 Excavation, Clearing & Backfilling Works 18 Cu.m 77,423.60 C.2 Stone Masonry Works 181 Cu.m 827,539.20 D Portland Cement Concrete Pavement 20.70 Cu.m 199,549.92 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Republic Of The Philippines Bids And Awards Committee Cadiz City Bid Documents For The Construction Of Water Impounding Pond, So. Nakar, Brgy. Magsaysay, Cadiz City (1) Bids And Awards Committee Cadiz City Invitation To Bid/request For Expression Of Interest The City Government Of Cadiz, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractor’s Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project : Construction Of Water Impounding Pond Location : So. Nakar, Brgy. Magsaysay, Cadiz City Abc : P1,700,000.00 Contract Duration : 120 C.d. Dadate/time Of Pre-bid : February 27, 2025 – 9:30 A.m. Date/time Of Bidding : March 12, 2025 – 9:30 A.m. Place Of Pre-bid/bidding : Bac Conference Room, Cadiz City Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, City Legal Office, Cadiz City, Upon Their Payment Of A Non-refundable Amount Of Five Thousand Pesos (p5,000.00) To The Cadiz City Cashier. Bac Reserves The Right To Review The Qualifications Of The Bidders After The Bidding And Before The Contract Is Executed. Should Such Review Uncover Any Misrepresentation Made In The Eligibility Statements, Or Any Changes In The Bidder’s Situation As To Materiality Downgrade The Substance Of Such Statements, The Bac Shall Disqualify The Bidder Upon Due Notice Without Any Obligation Whatsoever For Any Expense Or Loss That May Be Incurred By It In The Preparation And Submission Of Its Eligibility Statements And Bid. Bac Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bid Documents, Nor Does It Guarantee That An Award Will Be Made. Atty. Reggie C. Placido Bac Chairman (2) Bid Tender March 12, 2025 The Chairman Bids And Awards Committee Cadiz City Subject: Construction Of Water Impounding Pond, So. Nakar, Brgy. Magsaysay, Cadiz City Sir: Following Is The Bid Schedule And The Corresponding Prices, Which We Are Offering In Connection With The Subject Bidding: Item No. Scope Of Works/description Qty. Unit Unit Price Amount A General Requirements A.1 Mobilization & Demobilization 1.00 Lot A.2 Provide Project Signboard 1.00 Unit A.3 Occupation Safety & Health 1.00 Lot A.4 Hauling 1.00 Lot B Construction Of Swimming Pool B.1 Earth Works B.1.1 Excavation Works 170.43 Cu.m. B.1.2 Backfill & Compaction 1.00 Lot B.2 Structural Works B.2.1 Column 10.00 Unit B.2.2 Footing 10.00 Unit B.2.3 Footing Tie Beam (ftb) 55.00 Ln.m. B.2.4 Wall Footing (wf) 16.00 Ln.m. B.2.5 Chb Wall 150.47 Sq.m. B.2.6 End Beam 32.20 Ln.m. B.2.7 Concrete Flooring 10.50 Cu.m. B.2.8 Filter Tank 1.00 Unit B.2.9 Formworks & Scaffoldings 1.00 Lot B.2.10 Stone Masonry 32.19 Cu.m. B.3 Architectural Works B.3.1 Plastering 48.67 Sq.m. B.3.2 Waterproofing 118.67 Sq.m. B.3.3 Tile Works 112.74 Sq.m. B.4 Plumbing Works B.4.1 Pipes & Fittings 1.00 Lot Total Bid Amount In Figures: P_____________________________________ Total Bid Amount In Words: _____________________________________ _____________________________________ The Offer Is Valid For 120 Days From The Date Of The Opening Of Bids And Other Terms Of The Offer Conform With The Requirements Of The Instruction To Bidders. Very Truly Yours, Signature Of Bidder: _________________________ Name Of Bidder : _________________________ Address : _________________________ (3) The Minimum Equipment Requirement Shall Be As Follows: Type Of Equipment Required Total Remarks Hand Tools 1.0 1.0 Leased/owned Bid Tender Documents For The Aforementioned Project Will Be Available For Issuance To Interested Bidders Upon Payment Of Non-refundable Amount Of Five Thousand Pesos (p5,000.00) Per Set Not Later Than March 12, 2025. All Particulars Relative To Pre-qualification, Bid Security, Performance Security, Pre-bid Conference, Bidding, Evaluation On The Bid Tender And Award Of Contract Shall Be Governed By The Provisions Of The Implementing Rules And Regulations Of R.a. 9184 Governing Government Procurements Including Infrastructure Contracts. The Bids And Awards Committee (bac) Reserves The Right To Reject Any Or All Bids, Waives Any Defect Therein And Accepts The Offer Most Advantageous To The Government. Atty. Reggie C. Placido Bac – Chairman (4)
Closing Date11 Mar 2025
Tender AmountPHP 2 Million (USD 34.8 K)

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: 29 Jan 2025 -this Update Is To Notify The Ae Community That The Aenetzero Requirements Are Currently Being Evaluated To Ensure Consistency With Recent Administration Policy Directives. The Air Force Still Has A Requirement For Resiliency-focused Design Of Vertical Facilities And Thus We Will Revise, As Appropriate, The Current Requirement And Continue To Pursue An Ae Matoc. Information And Updates On This Revised Requirement Will Be Posted To Sam.gov In The Next Few Weeks Under A Different Program Name, But Still Through This Office With A Fa8903 Designator. ae Community - We Are Opening Up This Sources Sought Again To See If There Are Any Additional, Interested, Ae Firms That Have The Experience Outlined In The Sources Sought Below. If Interested, Please Review The Full Contents Below And Respond Accordingly By End Of The Day On Sunday, March 3rd, 2024 To The Individuals Listed Below. Responses From Small Business Firms Are Highly Encouraged. if You Already Responded To The Original Sources Sought, You Do Not Need To Respond Again. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------- this Sources Sought Requests Industry Feedback On Direct Experience With Architect-engineer (a/e) Services With A Vertical Design Focus. Required Services May Include Full Or Abbreviated Multi-disciplinary Planning, Design, And Construction Phase Design Services To Support Construction Of New Facilities, As Well As Facilities Sustainment, Restoration, Modernization (fsrm), And Demolition Of Existing Vertical Facilities, Which May Include Other Studies And Services On Department Of The Air Force (daf) And Department Of The Army (da) Installations In The United States And Outlying Territories. This Effort Will Support New And Existing Dod Criteria And The Goals Of Executive Order (e.o.) 14057. the Purpose Of This Undertaking By The United States (us) Air Force Civil Engineer Center (afcec), Air Force Installation Contracting Center (aficc), United States Army Corps Of Engineers (usace) And United States Army Installation Management Command (imcom) Is To Address Mission Resilience By Making Climate-informed Design And Construction Decisions That Will Aid In The Transition To Net-zero Facilities. this Sources Sought Shall Not Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Information Provided To The Government As A Result Of This Posting Is Strictly Voluntary And Given With No Expectation Of Compensation, And Provided At No Cost To The Government. The Information Obtained From The Responses To This Sources Sought Will Aid The Government In Determining The Appropriate Acquisition Strategy, To Include Whether This Requirement Will Be Set Aside For Small Business And/or Any Applicable Socio-economic Small Business Category. Accordingly, Responses From Small Businesses Are Highly Encouraged. A Synopsis Will Be Executed And Posted Separately At A Future Date And Is Estimated To Occur In The Second Half Of Fy24. aficc/772 Enterprise Sourcing Squadron Intends To Solicit (synopsize) And Award An Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Architect-engineering Title I, Title Ii, And Other Design Services, With An Estimated Ceiling/capacity Likely To Exceed $2 Billion, And Orders Expected To Be Issued By The Air Force, Usace, And Imcom. The Number Of Anticipated Firms To Be Awarded A Contract Will Be Dependent Upon Results Of Market Research And Finalization Of Acquisition Strategy. While Projects May Be Of Any Value, Most Design Fees Will Range From Approximately $500,000 To $4,000,000. The Government Must Ensure It Awards To A/e Firms Capable Of Designing And Managing Projects Of This Complexity And Value. the Naics Code For This Work Is 541330 - Engineering Services With A Size Standard Of $25.5 Million. goals Of E.o. 14057. The E.o. 14057 Outlines A Coordinated, Whole-of-government Approach, Along With Individual Agency Goals And Actions, To Transform Federal Procurement And Operations To Reduce Greenhouse Gas (ghg) Emissions And Environmental Impacts And Secure A Transition To Clean Energy And Sustainable Technologies. It Establishes That The Federal Government Will Use Its Scale And Procurement Power And Lead By Example To Achieve A Carbon Pollution-free Electricity Sector By 2035 And Net-zero Emissions Economy-wide By 2050. Specific Facets Include Projects That Achieve: 1. Increased Energy And Water Efficiency With An Emphasis On Maximization Of Passive Design Strategies Prior To Design Of Active Systems 2. Electrification Of Standard Building Operation 3. Application Of Council On Environmental Quality (ceq)/office Of Management And Budget (omb) High Performance And Sustainable Buildings (hpsb) Guiding Principles 4. Use Of Low Embodied Carbon Materials 5. Carbon Pollution-free Electricity Using On-site Renewable Energy Or Clean Energy 6. Deep Energy Retrofits 7. Whole-building Commissioning the A/e Services Planned For This Matoc Include Title I, Title Ii, And Other Design Services (as Defined Below), Specific To New Construction And Repair To Vertical Facilities, Where Design Services Comply With The Unified Facilities Criteria (ufc), Unified Facilities Guide Specifications (ufgs), And E.o. 14057. Title I Services For Engineering And Engineering-related Services, To Include Such Services As Conducting Field Surveys And Investigations To Obtain Design Data, Preparing Contract Plans, Specifications, Cost Estimates, And Estimated Construction Periods Of Performance. Title I Services May Include All Aspects Of Design Such As Preparation And/or Review Of Contract Plans, Specifications, Scheduling, Cost Estimates, Building Information Modeling (bim), Design-build Conceptual Designs, Interior Design For Furniture And Equipment, Energy Modeling And Life Cycle Cost Analyses, Seismic Retrofit Design, Building Commissioning Services And Preparation Of Operating And Design Manuals. Title Ii Construction Services Related To A Specific Construction Project And Consisting Of Supervision And Inspection Of Construction. Title Ii Services May Include All Aspects Of Construction Quality Assurance And Oversight Of Facility And Infrastructure Construction/renovation Projects And May Include Oversight Of Incidental Environmental Projects Associated With Primary Requirements. Title Ii Services Include Construction Phase Credentialed Architectural And Engineering Support Services That Encompass A Full Range Of Disciplinary Expertise And Services To Include On-site Construction Oversight Assistance, Design Reviews, Quality Assurance Inspections, Adherence To Applicable Specifications, Construction Schedule Analysis, Material Submittal Reviews, Claim Reviews, And Other Standard Construction Submittal Reviews. Other Services Include Design And Construction-related Services But Are Not Connected With A Specific Construction Project. These Include Services Of An Architectural Or Engineering Nature Or Services Incidental Thereto (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications, Value Engineering, Soils, Geotechnical Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals, Development Of Design Criteria, And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employee. small Business: The Government Will Evaluate Responses To This Sources Sought And Determine If A Small Business (sb) Set-aside Or Any Of The Targeted Socio-economic Programs (hub Zone, 8(a) Small Business, Service Disabled Veteran Owned Small Business, Or Women Owned Small Business), Is Appropriate For This Matoc. Therefore, Aficc/772 Ess Is Seeking Input From Small Business Firms To Assist In Establishing The Most Logical Acquisition Strategy. far 52.219-14 Limitations Of Subcontracting (deviation 2021-o0008 Revision 1) Applies To Any Resultant Contract. If A Portion Or All Of This Contract Synopsis/solicitation Is Set Aside For Small Business, Similarly-situated Entities (i.e., Other Small Businesses) Can Team With The Sb Prime Offeror To Ensure The 50% Threshold Is Met. Note: Joint Venture (jv) Entities Are Considered Prime Contractors, And Therefore Any Experience Performed By The Jv Firm Or Any Of Its Jv Entities Are Considered To Be Executed By The “prime” – This Arrangement Is Not Considered A Prime-to-sub Teaming Partner Arrangement. If The Jv Prime Entity Itself Is A Sb, Then All Work To Be Executed By That Jv Entity Will Also Count Toward The 50% Threshold Required By Far 52.219-14 Deviation 2021-o0008 Revision 1. response To Sources Sought 1) Questionnaire: Complete The Short Excel Questionnaire At Attachment 1. 2) Overview: In One Page Or Less, Provide A General Summary/outline Of Your Organization, To Include The Types Of Facilities You Design, Your Experience Designing New Construction/renovation Projects On Dod Installations And/or Commercial Property, And Highlighting Any Experience With Passive Vertical Design. Also Include The Extent Of Title Ii Work You Self-perform. Also Generally Describe The Conus Geographical Location Your Firm Performs Work, And What Geographical Coverage You Can Provide. 3) In-house Capabilities: Using The Attachment 3 Template, Identify The Type Of Architect-engineering Disciplines You Perform In-house, To Include The Number Of Senior, Mid, And Junior Level Design Personnel Employed By Your Firm. For Any Design Services That Are Not Performed In-house, Identify Your Teaming Partner’s Name And Size Status (sb Or Lb) And How Many Years Of Active Experience You Have Working With That Firm. 4) E.o. 14057 Vertical Design Experience: Using The Outline At Attachment 2, Describe Your Firm’s Experience Performing Title I And Title Ii Services Within The Last 10 Years For New Construction/renovation Projects On Dod Installations And/or Commercial Property. Only Include Projects With An Integrated Approach To Energy And Water Efficiency, Passive Design, Sustainability, And/or A Reduction In Building Maintenance As Described In The Goals Of E.o. 14057. Highlight Any Whole Building New Construction/renovation That Meets The Goals Of E.o. 14057. In Addition, Highlight Any Single System Design (i.e. Mechanical, Electrical, Etc.) That Meets The Goals Of E.o. 14057 Described Above. Highlight Projects That Include The Topics In Paragraph 5) Below. when Describing Projects, Identify What Portion Of The Work (design Disciplines) Was Performed Organically/in-house By Your Firm And What Portions Of Work Were Completed By A Teaming Partner Or Subcontractor. Generally Describe/include The Percentage Of Overall Effort Completed By Each Participating Firm/teaming Partner. * Do Not Exceed 5 Pages, 12 Font, Single Spaced In Either Microsoft Word Or Adobe Acrobat. * Complete The Basic Project Information Identified In The Attachment 2 Outline: (project Description, Project Title, Location, Performance Dates, Design Fee, Construction Values, Etc.) For Any Projects That Your Firm Has Completed In The Last 10 Years, And That Meet The Goals Of E.o. 14057. 5) On A Separate Page, For Each Of The Topics (a – K) Below, Identify Any Corresponding Projects (submitted With Attachment 2) That Cover That Topic. Respond “none” When There Are No Projects Demonstrating Experience With That Topic: A) Design For Net Zero Buildings. A Net Zero Building Is A Building Where, As Defined In Eo 14057, Scope 1 And Scope 2 Greenhouse Gas (ghg) Emissions From All Building Energy Use Are Equal To Zero On An Annual Basis. B) Design That Increases Energy And Water Efficiency With An Emphasis On Maximization Of Passive Design Strategies Prior To Design Of Active Systems. C) Design For Building Systems That Reduce Ongoing Maintenance Actions By Dod Personnel. D) Design Of The Electrification Of Standard Building Operation, Including Domestic Heating, Production Of Hot Water, Laundry, Cooking, And Other Equipment. E) Experience Utilizing Passive Design Features Including Siting, Orientation, Passive Solar Design, Passive Day Lighting, Natural Ventilation, And Superinsulation Of The Building Envelope. F) Experience Successfully Designing Facilities With Third-party Sustainability Certifications Such As Leed, Green Globes, Or Other Sustainable Rating System, Highlighting Credits Associated With Environmental Product Declarations. G) Experience Applying The Council On Environmental Quality (ceq)/office Of Management And Budget (omb) High Performance And Su.stainable Buildings (hpsb) Guiding Principles. H) Design For The Use Of Low Embodied Carbon Materials. I) Design For Carbon Pollution-free Electricity Using On-site Renewable Energy Or Clean Energy. J) Design For Deep Energy Retrofits As Defined In Eo 14057 Implementing Instructions. K) Whole-building Commissioning As An A/e Cxp (commissioning Provider). . 6) In One Page Or Less, Generally Describe The Passive Design/e.o. 14057 Experience Of Your *current* Team Members To Be Able To Support Your Firm In Subsequent Passive Designs. 7) Briefly Describe The Three Largest Designs You Have Completed In The Last 10 Years For Any Type Of Construction (project Title, Design Fee, Construction Value). Generally Speaking, Include What Type Of Design Services And Percent Of Work You Completed In-house For Those Projects. Do Not Exceed One Page For All Three Project Descriptions Combined. 8) How Many $1 Million (and Above) Multi-disciplinary Design Projects Can Your Firm Perform Concurrently? request Responses Be Provided No Later Than Friday, 02 Feb 2024 At 12:00 Pm Ct And Emailed To Contracting Officers Brindle Summers At Brindle.summers@us.af.mil And Brian Bosworth At Brian.bosworth.3@us.af.mil, And The Contract Specialist William Vallee At William.vallee.1@us.af.mil. Please Request A Delivery And Read Receipt With E-mail Submission. If You Do Not Receive An E-mail Confirmation Within Three (3) Days, Please Contact The Contracting Officer And/or The Contract Specialist.
Closing Date31 Mar 2025
Tender AmountRefer Documents 

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Qualification Documents Or Proposals. A Synopsis Of The Proposed Contract Action Will Be Posted At A Later Date That Will Provide Instructions For Offerors To Respond To This Opportunity. please Only Respond To This Sources Sought Notice If You Are Interested In Submitting A Proposal And Capable Of Performing The Corresponding Work Required. The Federal Bureau Of Prisons (fbop), South-central Regional Office (scro) Anticipates The Need For A Multiple Award, Indefinite Delivery Indefinite Quantity (idiq), Firm-fixed Price Contract For Supplemental Architect-engineer (a/e) Services With One-year Base Requirement And Up To Four Option Years. While The Government Anticipates Multiple Awards, No More Than Three Awards Are Expected. the Services Will Be For Various Fbop Facilities In The South-central Region To Include Texas, Oklahoma, Arkansas, And Louisiana. The Contractor Shall Provide A/e Services That Fully Cover All Disciplines Required For A Complete Job. Services Shall Include But Not Be Limited To: Architecture, Electrical, Mechanical, Structural, Civil And Geotechnical Engineering, Elevator, Life Safety, Fire Safety, Code-compliance, Leed Certification, Section 106, Hazardous Material Consultant Services, Life Safety Inspections, Investigations, Land Surveys, Materials Testing Services, Comprehensive Subsurface Investigations, Preparation Of Construction Documents, Estimates, Bidding Services, Construction Administration And/or Assistance To Fbop Staff In The Preparation Of In-house Designs Or Related Work. Services May Also Include Special Studies, Reports, Programming, Site Evaluations, Environmental Assessment For Remediation, And Other Associated Work. most Projects Will Take Place In A Fully Occupied, Fully Operational, Secure Correctional Environment. Most Projects Require Complex Design Effort And Detail Along With Extensive Coordination Between Design Disciplines, The Institution, And The Scro During Design And Construction. Institutions, Located At A Total Of Sixteen (16) Different Site Locations In The Fbop South-central Region, Are Comprised Of Four (4) Prison Complexes, Several Institutions And Satellite Camps. Projects At Select Institutions May Involve Issues Of National Security. given The Close Coordination Needed Between The Successful Firms And The Scro, Selections Of Firms Will Be Limited Geographically To Those Located Within The Four States The Fbop South-central Region Institutions And Scro Are Located In (texas, Oklahoma, Arkansas, And Louisiana). Firms Are To Perform Services As Required By The Issuance Of Individual Task Orders. The Guaranteed Annual Minimum Amount Of Each Contract Is $10,000 And The Estimated Annual Maximum Is $1,500,000. The Maximum Amount Of Any Individual Task Order Is $1,500,000. Services Will Be Required For A One-year Base Period With Four One-year Option Periods (if Exercised) For A Total Of Up To 60 Months From The Date Of Award. the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 541310 With A Corresponding Small Business Size Standard Of $12.5 Million Average Annual Receipts For The Firms Preceding Three Fiscal Years. Firms Larger Than This Average Will Be Considered Large Businesses And Will Be Required To Submit A Small Business Subcontracting Plan If Selected To Submit A Proposal Unless The Services Will Be Completed Fully In-house By The Firm For The Entire Contract Duration. interested Bidders Must Be Registered In The System For Award Management (sam) At Https://sam.gov. Naics Code 541310 Is Requested To Be Included Where Applicable In Registrations. this Requirement Will Be Fulfilled Pursuant To The Federal Acquisition Regulation (far) 36.6 And The Brooks Act. Pursuant To Far 36.209 And 36.606(c), For Any Firm(s) Receiving Award Under This Requirement, No Construction Contract May Be Awarded To The Firm (including Any Of Its Subsidiaries Or Affiliates) That Designs The Corresponding Project. interested Firms Located Within Texas, Oklahoma, Arkansas, And Louisiana Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting By March 7, 2025. The Synopsis Of Proposed Contract Action Will Include Further Instructions For Responding To This Opportunity. Interest Contractors Are Advised To Continuously Monitor Https://sam.gov For All Future Updates.
Closing Date8 Mar 2025
Tender AmountRefer Documents 

Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office | To the tender 'westentor, production of a roof structure'
Closing Date7 Apr 2025
Tender AmountRefer Documents 

Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office Tender

Civil And Construction...+1Civil Works Others
Germany
Purchaser Name: Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office | Zur Ausschreibung 'standsicherheitsuntersuchung Der Ahse-deiche In Der Stadt Hamm'
Closing Date19 May 2025
Tender AmountRefer Documents 

Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Germany
Purchaser Name: Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office | To the tender 'westentor, electrical engineering'
Closing Date23 Apr 2025
Tender AmountRefer Documents 

Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office Tender

Others
Germany
Purchaser Name: Awarding Authority Of The City Of Hamm, Civil Engineering And Green Space Office | To the tender 'green cutting work on amphibian guidance systems'
Closing Date25 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Details: Page 18 Of 18 page 1 Of subject* 689-25-112, Ae Replace Underground Storage Tanks general Information contracting Office S Zip Code* 02908 solicitation Number* 36c24125r0025 base Notice Type response Date/time/zone 02-20-2025 11:00am Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* c1da naics Code* 541330 contracting Office Address department Of Veterans Affairs va Boston Healthcare System contracting Officer (90c) 940 Belmont Street brockton Ma 02301 point Of Contact* cecilia.antwi@va.gov tamye.molinaro@va.gov place Of Performance address postal Code country additional Information agency S Url url Description agency Contact S Email Address email Description description subject* 689-25-112, Ae Replace Underground Storage Tanks general Information contracting Office S Zip Code* 02301 solicitation Number* 36c24125r0025 response Date/time/zone 02-20-2025 11am Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n product Service Code* c1da naics Code* 541330 contracting Office Address department Of Veterans Affairs va Boston Healthcare System contracting Officer (90c) 940 Belmont Street brockton Ma 02301 point Of Contact* contract Specialist cecilia Antwi cecilia.antwi@va.gov 774-826-3970 additional Information agency S Url url Description agency Contact S Email Address cecilia.antwi@va.gov email Description description special Notice For Qualifications To Standard Form 330 north American Industry Classification System (naics) Code: 541330 Engineering Services small Business Size Standard: $25.5 Million introduction: the Va Connecticut Healthcare System In West Haven And Newington Campuses, Ct Has A Requirement To Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses Located At 950 Campbell Ave, West Haven, Ct And 555 Willard Ave, Newington, Ct. These Improvements Are Required To Correct The Negative Environmental Conditions Being Caused By Failure Of The Existing Sumps In A Recent Inspection. These Projects Are To Be Contracted Architect/engineer (a-e) Design Service And Shall Include Electrical, Mechanical, Structural, Plumbing, Construction Period Services, Inspections, Testing And All Such Systems And Components Necessary To Achieve The Project Goals. All Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Vamc Operation Throughout The Project. Develop Complete Drawings, Specifications, Cost Estimates, Site Visits, System Commissioning And Construction Period Administration Associated With The Replace Underground Storage Tanks, West Haven, And Newington. ensure Compliance With The Va Design Manuals As Well As All Other Design Requirements. all Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Va Medical Center Operation Throughout The Project. see Attached Statement Of Work For Complete Details. b. General Project Information: the West Haven Veterans Affairs Medical Center (vamc) Located At 950 Campbell Avenue, West Haven, Connecticut Has A Requirement For A Firm Fixed Price Contract To Provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated Project 689-25-112-ae Replace Underground Storage Tanks, West Haven And Newington. This Project Will Ultimately Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses. magnitude Of Construction the Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00. this Is Not A Request For Proposal: this Is A Request For Sf330s Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued. set-aside Information: pursuant To Vaar 852.219-73, This Acquisition Is A Total Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs) Under The Naics Code Of 541330 (engineering Services). any Subsequent Award Will Require The A-e Firm To Be Registered In The System For Award Management (sam) Site That Can Be Accessed At Https://sam.gov/content/home And Verified In The Veteran Small Business Certification (vetcert) Administered By The Small Business Administration (sba) Site That Can Be Accessed At Https://veterans.certify.sba.gov/. The Va Will Utilize Vetcert To Determine And Verify Each Interested A-e Firm S Status As A Sdvosb. Therefore, Each Interested A-e Firm Must Be Registered In Sam And Verified In Vetcert With The Applicable Naics Code Of 541330 At The Time Of The Sf 330 Submission To The Va. project Information: provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated With The 689-25-112 A-e Replace Underground Storage Tanks Project At The Vamc Jamaica Plain In Boston, Ma. subcontracting Limitations: in Accordance With Far 52.219-14: Limitations On Subcontracting, Prospective A-e Firms Must Comply With The At-issue Regulation That At Least Fifty Percent (50%) Of The Cost Of Personnel For Contract Performance Shall Be Spent For Employees Of The Concern. All Sf 330 Submissions Will Be Evaluated In Accordance With The Limitations On Subcontracting Criteria. Prospective A-e Firms Must Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. each A-e Firm Shall Address How The Limitations On Subcontracting Criteria Will Be Upheld Within The Sf 330 Submission. By Providing The Limitations On Subcontracting Criteria Within The Sf 330 Submission, Each A-e Firm Will Satisfy The Requirement That Is In Accordance With The Selection Of Architects And Engineers As Implemented In Far Subpart 36.6, Vaar Subpart 836.6, And Veterans Affairs Acquisition Manual (vaam) Subpart M836.6. selection Process: a "short List" Of The Three (3) Most Highly Rated, Qualified A-e Firms After Initial Source Selection Will Be Chosen For Negotiations Of A Contract Award. The Government Will Not Pay Or Reimburse Any Costs Associated With Responding To This Special Notice For Qualifications Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Special Notice For Qualifications Announcement. respondents Are Put On Notice That Three (3) Most Highly Rated, Qualified A-e Firms Chosen By The Evaluation Board Will Be Required To Submit A Fixed Price Rate Proposal. The Fixed Price Rate Proposal Will Include Labor, Overhead, Profit, And Other Costs Pertaining To This Project For Negotiation By The Contracting Officer Prior To Contract Award. The Subsequent Negotiated Agreement By Both Parties Will Be Incorporated Into The Resulting Contract. selection Evaluation Criteria: pursuant To Far 36.602, Each A-e Firm Will Be Evaluated On The Following Seven (7) Selection Evaluation Criteria: â â â â â â â â â â â (1)â professional Qualifications Necessary For The Satisfactory Performance Of Required A-e Services; â â â â â â â â â â â (2)â specialized Experience And Technical Competence In The Type Of A-e Work Required; â â â â â â â â â â â (3)â past Performance On Contracts With Government Agencies And Private Industry;  â (4)â geographic Location Area Of The Project And Locality Knowledge Of The Project; â â â â â â â â â â â (5)â capacity To Accomplish The A-e Work In The Required And Allotted Amount Of Time; (6) Construction Period Services Experience; And (7) Subcontractor Commitment To Use Sdvosbs, Veteran-owned Small Businesses (vosbs), And Other Small Businesses (sbs). the Seven (7) Selection Evaluation Criteria Are Further Discussed In Section H Of This Special Notice For Qualifications. Description Of Selection Evaluation Criteria: the Seven (7) Selection Evaluation Criteria Are Discussed Further In This Section And Are Set Forth Below. professional Qualifications each A-e Firm Must Submit Professional Qualifications Necessary For The Satisfactory Performance Of required A-e Services In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) through (e) In This Section. identify The Proposed Team That Will Address The A-e Firm Along With Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project. provide An Organizational Chart That Displays The Proposed Team Of The A-e Firm, Any Other Firms, And Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project. provide Brief Resumes For Each Supervisor(s), Project Manager(s), And Designer(s) Of Record From The A-e Firm That Describes The Professional Qualifications Associated With This Project. All Proposed Team Members/personnel Must Possess The Minimum Education, Training, Experience, Registrations, And Certifications As Detailed In Paragraph (b) Of This Section. Each Brief Resume Should Also Feature At Least Three (3) Projects That Each Team Member/personnel Performed A Significant Role That Will Be Comparable To The At-issue Replace Underground Storage Tanks, West Haven And Newington Campuses. Brief Resumes Must Also Be Submitted For Any Frequent Subcontractor(s) That Will Perform Technical Tasks For The At-issue Project. The Three (3) Projects Used For This Professional Qualifications Section May Be The Same Three (3) Projects Requested Below In The Specialized Experience And Technical Competence Section. proposed Team Members/personnel Shall Also Be Team Members/personnel Of The Award Team. A Substitution Of Any Team Member/personnel Must Receive Prior Written Consent Of The Contracting Officer. provide Proof Of Jurisdictional Licensure With Either A License Or License Number For Each Designer Of Record From The A-e Firm That Will Represent The Project And/or Sign/stamp Drawings. Each Designer Of Record Must Be Licensed, Certified, Or Registered In A State Of The United States, The District Of Columbia, Or A United States Territory For A Minimum Of Three (3) Years. The Proof Of Jurisdictional Licensure With A License Or License Number May Be Included Within The Brief Resumes As Discussed In The Preceding Paragraph Of This Section. describe The Professional Qualifications For Satisfactory Performance Of The Required A-e Services Including, But Not Limited To, The Following Areas Of Discipline: electrical Engineering: Electrical Designers Needed To Identify Any Work Required To Be Performed By The Electrical Trade In Division 26 And 27 Of The Specifications. Work Involved Is Running Conduit And Cables For Fuel Tank Monitoring, Powering The New Fuel Tank Remote Monitor, Designing The Pathway To The Closest Telecommunications Room, Ensuring There Is A Light Near The Fuel Tank Fill Pads For Illumination, Conduit For The Alarm System Controls, And Signal Wiring. mechanical Engineering: Mechanical Designers To Identify Any Work To Be Performed To Remove The Fuel Tanks And Install The Fuel Tanks Under Divisions231000 And Other Sections Of Division 23of The Specifications. Work Involved Is Selection Of The New Tanks, New Tank Monitoring Systems, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Tank Manhole Enclosures With Effects Of Traffic In Consideration. plumbing Engineering: Plumbing Designers Needed To Identify Any Work Required By Division 23 Which Deals With Piping And Valves. civil Engineering: Civil Engineer Needed To Help Guide The Team Organizing Removals And Modifications To The Sites And Also Consider Drainage And Control Of The Site. structural Engineering: Structural Designer Needed To Select The Ballast To Hold Down The Tanks, Consider The Design Of The Concrete Fuel Tank Pad Over The Tanks In Case They Are Driven On, Consult With The Design Of The Placement Of The Tanks From Roadways, Consider Whether Permanent Shoring System Should Be Installed To Protect The Tanks And Allow For Future Replacement Of The Tanks. fire Protection Engineering; architecture: Architect Designer Needed To Consider The Selection Of Materials To For The Building To Be Patched And Also Organize All Drawings And Trades. specialty Work: Environmental Team Will Approve That There Is Either No Asbestos Or Lead Hazards Or If Found, Create A Mitigation Plan. This Same Process Goes For Removal Concerns Over Any Other Contaminants At The Sites During Tank Removals. specialty Work, For Purposes Of This Professional Qualifications Section, Is Defined As Identifying And Documenting Asbestos-containing Materials (acm), Polychlorinated Biphenyls (pcbs), And Lead. specialized Experience And Technical Competence each A-e Firm Must Submit Specialized Experience And Technical Competence In The Type Of A-e Work Required In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section. provide A Detailed Narrative That Contains No More Than Three (3) Relevant A-e Design Services Projects Performed And Completed Within The Last Five (5) Years. The Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity. These Three (3) Most Relevant Projects Selected By The A-e Firm For This Detailed Narrative Must Entail The A-e Firm S Ability To Successfully Execute The Requirements Identified In The Attached Statement Of Work. include Within This Specialized Experience And Technical Competence Section Similar A-e Design Services Projects To The Replace Underground Storage Project, Which Have Been Previously Performed And Completed By The A-e Firm. Similar A-e Design Services Projects Would Constitute Any Project With The Following Performance Components: demolishing Aging Underground Storage Tanks; replacing Aging Underground Storage Tanks demolishing Any Aging Underground Storage Tanks And Replace With Updated ones modifying Current Electrical And Mechanical Spaces In A Hospital Setting; And/or identifying, Testing, And Removing/abating Any Hazardous Substances Within Any Area Impacted By This Project. the Same Three (3) Projects Should Be Addressed For The Information Requested In Paragraphs (a) And (b). Therefore, No More Than Three (3) Total Projects Are Being Requested To Complete Paragraphs (a) And (b) Of This Specialized Experience And Technical Competence Section. respondents Must Provide At Least Three (3) Similar Recent And Relevant Projects; Any Project Provided In Addition To The Three Will Not Be Evaluated As Part Of This Criteria. The Following Information Is Required For All Projects Provided Under These Criteria: contract/task Order Number project Title prime Firm start And Completion Dates description Of The Project And How It Is Relevant To The Scope Of This Project include Within This Specialized Experience And Technical Competence Section Any Knowledge Of Similar Projects Previously Performed And Completed By The A-e Firm In A Hospital Setting That Required The Following Components: electrical; mechanical plumbing; construction; civil; fire Protection; And identification, Documentation, And Monitoring Of Acm, Pcbs, And Lead. past Performance each A-e Firm Must Submit Past Performance On Contracts With Government Agencies And Private Industry In The Sf 330 Submission. The A-e Firm Shall Provide And Demonstrate The Past Performance Requirements Set Forth In Paragraphs (b) And (c) Of This Section. The A-e Firm Shall Also Review The Past Performance Descriptions And Definitions In Paragraph (a) Of This Section As Well As The Factors Considered In Paragraphs (d) Through (f) Of This Section. past Performance, Under Far 36.602, Is Described As Contracts With Government Agencies And Private Industry For Recent And Relevant Projects In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. recent, For Purposes Of This Special Notice For Qualifications, Is Defined As Any Contract Performance Occurring Within Five (5) Years Of The Date Of This Special Notice. Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Special Notice. relevant, For Purposes Of This Special Notice For Qualifications, Is Defined As Past Performance Of Work On Projects That Are Similar In Scope And Complexity To The Type Of Project Anticipated Under The Resultant Contract. provide Recent And Relevant Contractor Performance Assessment Reporting System (cpars) Data. Government Past Performance Information Systems May Be Accessed. if No Cpars Data Is Available, Provide The Past Performance Questionnaire (ppq) That Is Attached To This Special Notice For Qualifications. The Ppq Will Be Accepted Upon Determination By The a-e Firm That No Cpars Data Is Available Or Accessible To Provide To The Government. cpars Data And Ppqs Do Not Count Toward The Page Limitation Of The Sf 330 Submission. failure To Provide Requested Cpars Data Or The Completed Ppqs, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In The A-e Firm Being Considered Less Qualified By The Source Selection Evaluation Board (sseb). provide The Following Information For Each Recent And Relevant Past Performance Contract: contract Number And/or Task Order Number; obligation Number/purchase Order (po) Number; project Title; prime Firm Name; start Date; completion Date; And construction Dollar Amount. past Performance Criterion May Also Include (i) Additional Performance Related From The A-e Firm, (ii) Customer Inquiries, (iii) Government Databases, (iv) Publicly Available Sources, And (v) Additional Projects In Cpars Other Than In Paragraph (b) Of This Section. it Is Recommended That Each Past Performance Reference Provided To The Government Be Notified By The A-e Firm That A Contracting Officer From Network Contracting Office 1 (nco 1) Will Contact Each Past Performance Reference. past Performance Information May Be Obtained By The Contract Specialist From Any Other Sources Available To The Government Including, But Not Limited To, The Past Performance Information Retrieval System (ppirs) Or Other Databases As Well As Interviews With Program Managers, Contracting Officers, And/or Contracting Officers Representatives. geographic Location And Locality Knowledge each A-e Firm Must Submit Information Relating To The General Geographical Location Area Of The Project And Locality Knowledge Of The Project In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section. provide The Name And Address Of The A-e Firm S Nearest Branch Office In Geographic Proximity To The West Haven Vamc Located In West Haven, Connecticut. The Branch Office Must Be The Location Of The Proposed Team. provide Familiarity With The West Haven Vamc. Familiarity With The West Haven Vamc May Constitute The Following Components: travel To And From The Location Of The West Haven Vamc; travel Through The Surrounding Areas Of The New England Region; climate Of The New England Region; major Roadways Surrounding The Metropolitan Area Of West Haven, Connecticut; And other Sufficient Transportation Methods Through West Haven, Connecticut. The Locality Knowledge Element Of This Project Is Essential, Which May Be Affected By The Climate, Roadway Conditions, And Unforeseen Circumstances In The New England Region. c. Provide Any A-e Design Services Projects Previously Completed By The A-e Firm For The Government Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1 Covering Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, And Vermont. For Each A-e Design Services Project Previously Completed Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1, Provide The Following Project Details: contract Number And/or Task Order Number; obligation Number/po Number; project Title; start Date; And completion Date. capacity each A-e Firm Must Submit The Capacity To Accomplish The Work In The Required And Allotted Amount Of Time In The Sf 330 Submission By Demonstrating The Requirement In Paragraph (a) Of This Section. The A-e Firm Shall Also Review The Capacity Factors Considered In Paragraph (b) Of This Section. provide The Available Capacity In The Eight (8) Required Areas Of Discipline For This Project, As Previously Denoted In Paragraph (e) Of The Professional Qualifications Section, By Furnishing Current Project Workload That Includes All Projects Awarded During The Previous Twelve (12) Months And The Full Potential Value Of Said Projects. the Sseb Will Consider The A-e Firm S Plan And Ability To Fulfill The Schedule And Timelines Of The Overall Project. The Sseb Will Also Consider The Available Capacity Of The A-e Firm To Provide Adequate Personnel That Properly Execute The Eight (8) Key Disciplines Of The At-issue Project. construction Period Services Experience each A-e Firm Must Submit Information Relating To Construction Period Services Experience In The Sf 330 Submission By Demonstrating The Requirement Set Forth Below In This Section. describe Construction Period Services Experience For Projects Similar In Scope And Complexity, which May Include, But Is Not Limited To, The Following Aspects: professional Field Inspections During The Construction Period; review Of Construction Submittals And/or Requests For Information; support In Answering Requests For Information During The Construction Period; And support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. subcontractor Commitment each A-e Firm Must Provide A Narrative With Supporting Details As To The Commitment In Utilizing Sdvosbs, Vosbs, And Other Types Of Sbs For Subcontracting Opportunities Pursuant To Vaam M836.602-1. as Already Indicted In Section E Of This Special Notice For Qualifications, Prospective A-e Firms Are Reminded To Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. Said Certification Shall Be Included In Any Resultant Contract. questions And Comments: all Questions And Comments In Response To This Special Notice For Qualifications Must Be Submitted In Writing Only. oral Questions And/or Questions By Telephone Will Not Be Accepted Or Answered. all Written Questions To This Special Notice For Qualifications Must Be Submitted To Cecilia Antwi Who Can Be Contacted At Cecilia.antwi@va.gov. all Written Questions To This Special Notice For Qualifications Must Be Submitted By February 7, 2024. submission Instructions: all Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. The Sf 330 Submission Shall Include The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. incomplete Sf 330 Submissions Will Not Be Considered Or Evaluated. Acceptable And Fully Completed Sf 330 Submissions Will Contain The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. the Most-recent Version The Sf 330 Form Is Available At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. any Interested And Qualified A-e Firms Must Submit One (1) Electronic Copy Of The Completed Sf 330 Submission By E-mail To Cecilia.antwi@va.gov By The Deadline Designated In Paragraph (a) Of This Section (february 20, 2025). please Indicate In The Subject Line Of The Sf 330 Submission E-mail The Following Information: Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington. if The File Size Exceeds 7 Megabytes (mbs), Then The A-e Firm Is Required To Send Multiple E-mails. If Multiple E-mails Are Required, Then The A-e Firm Must Indicate The Number Of E-mails That Will Be Submitted On Behalf Of The Sf 330 Submission. Examples: Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 1 Of 2 Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 2 Of 2 please Be Specific In Providing Information As Well As Responding To All Inquiries On Both (i) The Sf 330 Form And (ii) The A-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. Do Not State Information Incorporated By Reference As This Statement Or Similar Statements Will Be Deemed Incomplete And Unacceptable By The Evaluation Board. no Photographs Will Be Provided In The Sf 330 Submission. Photographs In The Sf 330 Submission Will Not Be Accepted. Any Photographs Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board. the Entire Sf 330 Submission Is Limited To Fifty (50) Total Pages, Which Will Consist Of The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. any Pages That Exceed The Fifty (50) Page Limitation Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board. the Following Four (4) Items Are Exempt From The Fifty (50) Page Limitation: cover Page; table Of Contents; past Performance Questionnaire; And drawings To Support Any Portion Of The Sf 330 Submission. sf 330 Submission Contents: within The Response By Each Interested A-e Firm, An Acceptable And Fully Completed Sf 330 Submission Must Include All Of The Following Six (6) Items That Are Identified As Paragraphs (a) Through (f) In This Section. cover Letter That Will Address, At A Minimum, The Following Details: the Legal Name Of The A-e Firm With A Full Physical Address; -if The A-e Firm Is Operating Under A Doing Business As (dba) Entity, Then This Dba Information Shall Be Included In The Cover Letter. the Sam Unique Entity Identifier (uei) Number Of The A-e Firm; the Response Date Of The Sf 330 Submission, Which Will Be The Date That The A-e Firm Submits The Sf 330 To The Va; And the Notice Number, Project Name, And Project Number Of This Special Notice For Qualifications. -notice Number: 36c241250025 -project Name: Replace Underground Storage Tanks, West Haven And Newington -project Number: 689-25-112 sf 330 Form With Both Part I And Part Ii Of This Form Completed. for Any Information Within The Sf Form 330 That Is Not Applicable, Please Insert N/a Or Not Applicable . Do Not Leave Any Section Blank On The Sf 330 Form. limitations On Subcontracting Criteria As Described Under Section E Of This Special Notice For Qualifications. a-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. any Sf 330 Submission That Does Not Specifically Address Each Of The Seven (7) requested Selection Evaluation Criteria May Be Deemed Unacceptable And Removed From consideration. past Performance Questionnaire Under Section H, Subsection 3 [past Performance], Paragraph (b) Of This Special Notice For Qualifications. additional Information And Attachments, If Applicable, Must Be Supporting Documentation And Properly Labeled By The Firm Within The Sf 330 Submission. late Responses Will Be Any Sf 330 Submission Received From An A-e Firm After The Submittal Deadline (february 20, 2025, At 3 Pm Est), Which Is Also Outlined In Section J, Paragraph (a) Of This Special Notice For Qualifications. Any Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. additionally, Any Modification And/or Revision To The Sf 330 Submission Must Be Received By The Va Before The Submittal Deadline (february 20, 2025, Pm At 11:00am Est). Any Modification And/or Revision To The Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. However, The Original Sf 330 Submission Will Constitute An Acceptable Submittal And Will Be Considered For Evaluation By The Evaluation Board If A Modification And/or A Revision To The Sf 330 Submission Is Received By The Va After The Submittal Deadline. far And Vaar References: the Far And Vaar Citations Referenced In This Special Notice For Qualifications May Be Accessed At The following Websites: far: Https://www.acquisition.gov/far/index.html vaar: Https://www.va.gov/oal/library/vaar/ informational Purposes Only Attention All Sdvosb Concerns: this Section Is For Informational Purposes Only. As Previously Denoted In Section D Of This Special Notice for Qualifications, This Is A Total Set-aside For Sdvosbs Under Vaar 852.219-10. Pursuant To 38 United states Code (u.s.c.) 8127(k)(2), Prior To Award Of Any Contract Under This Special Notice For qualifications, The Sdvosb Concern Shall Certify Compliance With The Limitations On Subcontracting As set Forth In Section E Of This Special Notice For Qualifications And Regulated Under 13 Code Of Federal regulations (cfr) 125.6. for A-e Purposes, The Sdvosb Concerns Mean That Your A-e Firm Will Not Pay More Than Fifty Percent (50%) Of The Amount Paid By The Government To Other Firms That Are Not Vetcert-listed Sdvosbs As Set forth In Vaar 852.219-10. Any Work That A Similarly Situated Vetcert-listed Subcontractor (sdvosb concern) Further Subcontracts Will Count Towards And Contribute To The Fifty Percent (50%) Subcontract amount That Cannot Be Exceeded. Similarly Situated" Pertains To Other Firms That Are Contracted By Your a-e Firm. "similarly Situated" Is Identified As Other Firms That Are In The Same, Identical Socio-economic program As Your A-e Firm (namely, The Vetcert Sdvosb Program). Other Direct Costs May Be Excluded to The Extent That The Costs Are Not The Principal Purpose Of The Acquisition And To The Extent That Small business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. attachments: see Attached Document: P09_sow_689-25-112 Ust Replacements see Attachment Document: M4 Wh Site Ust Plan see Attachment Document: Site Ehrm Utility Boring Plan see Attachment: 08750 Newington W-1 Site see Attachment: Site West Haven-master -utility Plan see Attachment: S02 Va Notice Of Limitations On Subcontracting see Attachment: P09 Past Performance Questionnaire see Attached Document: P09_sow_689-25-112 Ust Replacements. see Attached Document: Site Ehrm Utility Boring Plan. see Attached Document: 08750 Newington W-1 Site. see Attached Document: Site West Haven-master-utility Plan. see Attached Document: S02 Va Notice Of Limitations On Subcontracting. see Attached Document: P09 Past Performance Questionnaire. modification To Previous Notice question 1: Evaluation Criterion 2 States That Offerors Must Demonstrate Relevant Experience In Laboratory Renovations, New Laboratory Design, And / Or Existing Electricalâ load Center Renovations. Is This Statement Correct, Given That The Subject Project Is For Replacement Of Underground Storage Tanks? the Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing Electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity.â  va Response: Please Show Evidence Of Experience In Replacement Of Underground Storage Tanks. question 2: On 36c24125r0025 What Size Tanks And Types Are You Looking For? va Response: newington By Nearby Building Number 2w, 4000-gallon, Double Wall Frp 2e, 6000-gallon, Double Wall Frp 3, 6000-gallon, Double Wall Frp west Haven By Nearby Building Number 38, 12000-gallon, Double Wall Frp submission Date For Sf330 Amended: All Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. see Attached Document: S06 Statement Of Work 689-25-112 Ust Replacements. see Attached Document: S06 08750 Newington W-1 Site. see Attached Document: S06 Site West Haven-master-utility Plan. see Attached Document: S06 Past Performance Questionnairre. see Attached Document: S06 Site Ehrm Utility Boring Plan. see Attached Document: S06 Wh M4site Ust Plan.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004: amendment 0004 Is Issued To Extend The Sf 330 Submission Date Regarding N0016425r1025. amendment 0003: amendment 0003 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0002: amendment 0002 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0001: amendment 0001 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. original Posting: n0016425r1025 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Naval Surface Warfare Center Crane Division (nswc Crane) Facilities Projects At Naval Support Activitys Crane (nsa Crane), Crane, Indiana And Lake Glendora Test Facility (lgtf), Sullivan In. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. related Notices: N0016422snb83, N0016424snb55, N0016424r1025, N0016424snc12, N0016425snb08 background: the Naval Surface Warfare Center Crane Division (nswc Crane) Requires A-e Services In Support Of Various Projects At Nsa Crane And Lgtf. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. This Is A Five-year Contract, With No Option Years. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $12,000,000. There Will Be No Minimum Dollar Limit Per Order And The Maximum Dollar Limit Per Order Will Be $5m In Compliance With The $9m Fy24 Ndaa Prescription. The Guaranteed Minimum For The Contract Ordering Period Is $5,000 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Dfars Subpart 236.6, The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed Ten (10) Percent Of The Estimated Construction Cost Of The Public Work Or Construction, Excluding Fees. there Will Be No Minimum Dollar Limits Per Task Order. The Estimated Award Date Is October 2025. this Proposed Contract Is Anticipated To Be A Full And Open Procurement. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Product And Services Code (psc) Is C219 Architect And Engineering- General: Structural Engineering. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including sanitary And Storm; Water Systems; Electrical Power Systems, Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies. the Selected Offeror Will Be Solely Responsible For The Designs Produced On The Resulting Task Order Contracts And Will Be Recorded As The Designer Of Record. The Successful Offeror Shall Also Be Accountable And Responsible For Contributions To Design-build Rfp Preparation And All Other Requirement Submittals To The Government. in Accordance With Far 36.604 And The Supplements Thereto, And Upon Final Acceptance Or Termination, All Task Orders Above $35,000 Will Receive A Performance Evaluation. A Performance Evaluation May Be Prepared For Lesser Task Orders And Interim Performance Evaluations May Be Prepared At Any Time. Performance Evaluations Will Be Maintained For Use In Future Source Selections For Architect-engineer Services. performance Location(s): crane, Indiana sullivan, Indiana requirements: for Complete Details On This Requirement See Attachment 1, “statement Of Work (sow).” Specific Types Of A‐e Services That May Be Required Under This Contract Include: facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Include Both .pdf And .dwg Formats. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Be Include Both .pdf And .dwg Formats. preparation Of Cost Estimates Using Unit Guidance, Parametric Methodologies, And Detailed Cost Estimating: Services May Include Preparing Cost Estimates To Include Rough Order Of Magnitude Through Construction Working Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents, As Called Out In The Task Order. development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e., Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions And/or Leadership In Energy And Environmental Design (leed) Certification. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations: Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements. geotechnical Investigations: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Construction Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Requests For Information (rfis) During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Contractor Shall Attend Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). Contractor Shall Provide Meeting Minutes (cdrl A005). document Deliverable Requirements: cdrl did Number did Title did Description/scope deliverable Schedule a001 di-misc-80508b technical Report - Study/services studies And Specifications at Milestone/ Asreq a002 di-fncl-81116 Not 2 manhour Estimate, Technical Cost Proposals manpower And Cost Estimate To Implement The Statement Of Work (sow) at Milestone a003 di-mgmt-80061a Not 2 engineering And Technical Services Accomplishment Report production Report weekly a004 di-misc-81274 Not 2 environmental Permits outlines Submittal Procedures To Be Applied To All Permits asreq a005 di-admn-81250c meeting Minutes meeting Minutes 2 Days After Meeting a006 di-mgmt-81597 personnel Resumes contractor’s Personnel Roster With Relevant Qualifications And Certifications post Award Kickoff a007 di-mgmt-80507 project Planning Chart schedule post Award Kick Off a008 di-admn-81249c meeting Agenda meeting Agenda 1 Day Before Meeting a009 di-facr-82278 installation Design Package designs And Drawings asreq other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcbs), And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s. Army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including H-209-h003, Required Disclosure Of Organizational Conflict Of Interest (navsea) (nov 2022). The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. in Accordance With Far 19.702, Each Solicitation Of Offers To Perform A Contract That Is Expected To Exceed $750,000 ($1.5 Million For Construction) And That Has Subcontracting Possibilities, Shall Require The Apparently Successful Offeror To Submit An Acceptable Small Business Subcontracting Plan. If The Apparently Successful Offeror Fails To Negotiate A Subcontracting Plan Acceptable To The Contracting Officer Within The Time Limit Prescribed By The Contracting Officer, The Offeror Will Be Ineligible For Award. submission Requirements: submission Requirements - Sf 330 Part I typed, 12 Point Times New Roman, Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages criterion criterion Title criterion Requirements criterion 1 specialized Experience sf 330, Part I, Section F - Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years criterion 2 professional Qualifications And Technical Competence sf 330, Part I, Section E – Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3 past Performance submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1 criterion 4 quality Control describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. criterion 5 program Management And Capacity 1. Provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Include Small Business Participation Specifics. 2. Describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. 3. Describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6 knowledge Of General Geographic Area 1. Indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. 2. Provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. 3. Provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. criterion 7 volume Of Work firms Shall Not Submit Data For This Factor. a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Dod Safe To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, 12 Point Times New Roman. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the 100 Page Limit Does Not Include The First Eight (8) Instructional Pages Of The Sf 330, Individual Subcontracting Reports (isrs), The Small Business Subcontracting Plan Or Certificates/licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Unique Entity Identifier (uei), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. submissions To This Proposal Announcement Must Be Submitted Electronically Through Dod Safe. No Paper Copies, Email, Cd-roms Or Facsimile Submissions Will Be Accepted. Electronic Proposal Submission Is Required Through The Army’s Electronic File Sharing Service, Dod Safe (https://safe.apps.mil). The Dod Safe Application Is Used To Send Large Files To Individuals That Would Normally Be Too Large To Send Via Email. There Are No User Accounts For Dod Safe. Authentication Is Handled Via Email. anyone Has Access To Dod Safe And The Application Is Available For Use By Anyone. The Dod Safe “getting Started Guide” Has Information On How To Utilize The System (https://safe.apps.mil/about.php). Instructions For Uploading Are As Follows: send An Email To The Contracting Officer And Contract Specialist To Receive The Link To Drop Off Your Proposal. This Will Need To Be Completed Five (5) Business Days Prior To The Proposal Due Date. contract Specialist, Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil contracting Officer, Jared Myers, Jared.s.myers3.civ@us.navy.mil . you Will Receive An Email With The Link To Submit Your Drop Off. The Link Will Be Provided No Later Than Two (2) Business Days Prior To The Proposal Due Date. short Note To The Recipients: Click The Add Files Or Drag And Drop Your Files. For File Description, Enter N0016425r1025-firmname. click Upload Button To Send Documents. guest Users Will Need To Check Their Email To Verify Their Email Address Before The Recipients Will Be Notified. (government-issued Common Access Cards (cacs) Are Not Required). file Size Limitations: Offerors Are Advised To Follow The Dod Safe Instruction For Uploading Files. Dod Safe Supports Delivery Up To 8gb. If Needed, Offerors Are Advised To Break The Files Down To Smaller Sections In Order To Upload It To The System. In Such Cases, Please Divide The Sections As Logically As Possible And Be Sure To Clearly Name The Files As Specified Below. file Naming Convention: To Ensure Your Submission Is Received And Processed Appropriately, It Is Important That Interested Parties Carefully Ensure Their Electronic Files Adhere To The Following Naming Convention: xxx- Firmname- Volume I xxx- Firmname- Volume Ii each File Name Shall Begin With The Solicitation Number Followed By The Firm’s Name And A Brief File Description. Please See Examples Above. file Organization: Although Hard Copies Are Not Accepted, Each File Shall Be Clearly Indexed, And Logically Assembled. Font Size Shall Be 12 Or Larger. Pages Shall Be Letter Sized (larger Page Sizes (such As 11x17 Foldouts, Etc.) Will Be Counted As One Page. Proposals Shall Be In Narrative Format, Organized, And Titled So That Each Section Of The Proposal Follows The Order And Format Of The Criterion. Information Presented Should Be Organized So As To Pertain To Only The Evaluation Factor In The Section That The Information Is Presented. Information Pertaining To More Than One Evaluation Factor Should Be Repeated In Each Section For Each Factor. upload Completion And Deadline: Interested Offerors Shall Submit Proposals No Later Than The Date And Time Specified In This Synopsis. The Time And Date Of The Proposal Receipt Will Be Upload Completion/delivery Time And Date Recorded Within Dod Safe Site. Do Not Assume That Electronic Submission Will Occur Instantaneously. Large Files (e.g. 10mb Or More) Will Take Some Time To Upload. Offerors Should Time Their Upload Effort With Prudence By Not Waiting Until The Last Few Minutes- This Will Allow For Unexpected Delays In The Transmittal Process. Offerors Are Encouraged To Keep A Copy Of The Upload Confirmation For Their Record. Submissions After The Deadline Will Be Considered Late And Will Be Processed In Accordance With Far 15.208. electronic Files: Files Shall Be In Their Native Format (i.e .,.docx, .xlsx, .ppt, Etc.), Or If In .pdf Format, Shall Be In Searchable Text. Text And Graphics Portfolios Of The Electronic Copies Shall Be In A Format Readable By Microsoft Office Or Adobe Applications. Data Submitted In A Spreadsheet Format Shall Be Readable By Ms Excel (all Cells And Formulars Shall Be Unlocked). all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. the Technical Data Package May Contain Information That Is Export Controlled. Only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export Controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. Additional Information About Jcp Is Available At Https://www.dla.mil/hq/logisticsoperations/services/jcp/. offerors Shall Restrict The Disclosure Or Use Of Its Proposal, (and) A Proper Legend Must Be Included On Materials Provided. Individual Subcontractor/vendor Proprietary Information May Be Submitted Separately. In Addition, If Proposal Volumes Include Technical Requirements That Have Been Identified As Cui, The Markings Shall Apply To The Technical Information Included In The Technical Volume. offeror Shall Mark Proposal Documents As Cui In Accordance With Nist Sp 800-171. Possible Categories For Use Include But Are Not Limited To The Following: cui Category: General Proprietary Business Information https://www.archives.gov/cui/registry/category-detail/proprietary-business-info.html#authority-list banner Marking For Specified Authorities: Cui//sp-propin banner Marking For Basic Authorities: Cui category Description: material And Information Relating To, Or Associated With, A Company's Products, Business, Or Activities, Including But Not Limited To Financial Information; Data Or Statements; Trade Secrets; Product Research And Development; Existing And Future Product Designs And Performance Specifications. *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: Controlled Technical Information* https://www.archives.gov/cui/registry/category-detail/controlled-technical-info.html#authority-list banner Marking: Cui//sp-cti category Description: controlled Technical Information Means Technical Information With Military Or Space Application That Is Subject To Controls On The Access, Use, Reproduction, Modification, Performance, Display, Release, Disclosure, Or Dissemination. Controlled Technical Information Is To Be Marked With One Of The Distribution Statements B Through F, In Accordance With Department Of Defense Instruction 5230.24, "distribution Statements Of Technical Documents." The Term Does Not Include Information That Is Lawfully Publicly Available Without Restrictions. "technical Information" Means Technical Data Or Computer Software, As Those Terms Are Defined In Defense Federal Acquisition Regulation Supplement Clause 252.227-7013, "rights In Technical Data - Noncommercial Items" (48 Cfr 252.227-7013). Examples Of Technical Information Include Research And Engineering Data, Engineering Drawings, And Associated Lists, Specifications, Standards, Process Sheets, Manuals, Technical Reports, Technical Orders, Catalog-item Identifications, Data Sets, Studies And Analyses And Related Information, And Computer Software Executable Code And Source Code. category Marking: cti *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: General Procurement And Acquisition https://www.archives.gov/cui/registry/category-detail/procurement-acquisition.html#authority-list banner Marking: Cui//sp-procure category Description: material And Information Relating To, Or Associated With, The Acquisition And Procurement Of Goods And Services, Including But Not Limited To, Cost Or Pricing Data, Contract Information, Indirect Costs And Direct Labor Rates. category Marking: procure cui Category: Source Selection https://www.archives.gov/cui/registry/category-detail/source-selection banner Marking For Specified Authorities: Cui//sp-ssel banner Marking For Basic Authorities: Cui category Description: per Far 2.101: Any Of The Following Information That Is Prepared For Use By An Agency For The Purpose Of Evaluating A Bid Or Proposal To Enter Into An Agency Procurement Contract, If That Information Has Not Been Previously Made Available To The Public Or Disclosed Publicly: (items 1-10). category Marking: ssel each Volume Submitted Shall Be Properly Marked With At A Minimum Ssel As Follows: a Cover Page Including The “cui” Marking In The Header And Footer As Required, As Well As The Requiredcui Designator Block If The Volume Contains Cui. This Designator Block Shall Be Included At The Bottom Right Portion Of The Cover Page And Read As Follows: controlled By: Department Of The Navy controlled By: Nswc Crane Code 02 cui Category: Propin/cti/procure/ssel distribution/dissemination Control: Fedcon poc: Nswccr 0253 Branch Head all Subsequent Pages Of The Document Shall Include The “cui” Marking In The Header And Footer. If Other Information Is Included In The Header Or Footer, The "cui" Marking Shall Be Centered On Its Own Line Within The Header And Footer. in Accordance With The Federal Acquisition Regulations (far) 36.601-4(b), The A-e Firm Must Be A Professional A-e Firm Permitted By Law To Practice The Professions Of Architecture Or Engineering In The State Of Indiana. This Requirement Can Be Achieved By Providing The Firm’s Indiana Secretary Of State Registration, And Currently Employing At Least Two (2) State Of Indiana Registered A-e Professionals. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering In Indiana (e.g., Indiana Secretary Of State Registration And Employee’s State Of Indiana Professional Engineering License With Stamp Or State Of Indiana Registered Architect License With Stamp). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. all Businesses Intending To Conduct Business In Indiana, Except Sole Proprietors And General Partnerships, Must Register With The Indiana Secretary Of State. If A Business Needs To Be Registered, Please Do So At Www.inbiz.in.gov. jv Offerors Must Ensure That Both Entities Are Either State Registered Individually In Accordance With The Information Above, Or State Registered As A Jv In Accordance With The Information Above. only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export-controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. please Provide A-e Professional Licensure Proof Within Sf 330, Part I, Section E. Please Provide Secretary Of State Registration Information Within Sf 330, Part I, Section H. please Provide Jcp Registration Specifics Within Sf 330, Part I, Section E. Include Jcp Certification Number, Jcp Status, And Jcp Expiration Date. If Currently Working To Acquire Jcp Certification, You May Provide A Brief Explanation Of Your Firm’s Progress Towards Certification. However, Only Actively Jcp Certified Firms Will Be Eligible For Award. Jcp Active Status Will Be Confirmed Via Https://www.public.dacs.dla.mil/jcp/ext/ On The Day Of Proposal Submission. firms Must Also Acknowledge All Amendments To The Solicitation Within Their Proposal. A Statement Of Amendment Acknowledgement Within Sf 330, Part I, Section H Will Suffice. Please Address Individual Amendments Along With Corresponding Date Of Issuance On Sam.gov With Your Proposal. A Signed Copy Of The Amendments Is Not Required. if An Sf 254/sf 255 Is Submitted For This Request, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer Via Dod Safe. sf 330 Submissions Are Due No Later Than 9 January 2025 At 12:00 Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Aaron Hohl, At Aaron.m.hohl.civ@us.navy.mil And Jared Myers, Contracting Officer, At Jared.s.myers3.civ@us.navy.mil. inquiries Concerning This Procurement Should Reference The Solicitation Number (n0016425r1025) And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement In Sam.gov. list Of Attachments: statement Of Work (sow) cdrls past Performance Questionnaire (ppq) key Personnel Criteria dd 254 selection Criteria: firms Responding To This Special Notice Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity knowledge Of General Geographic Area volume Of Work (no Data Submission Required) criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufcs) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’ Criteria. use Of Specsintact For Package Generation And Submittal To The Government specialized Design Experience To Include Antiterrorism Force Protection (atfp), Seismic Design And Analysis, And Design Of Secure Spaces firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: demonstrated Experience On Military Bases Within The Primary Geographic Area Of The Contract. experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using Rsmeans-based (or Equal) Electronic Cost Estimating Software. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Uei And Cage Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For Both Partners Combined. Each Partner Within A Jv May Not Be Responsible For More Than Three (3) Projects Within The Past Performance Submission. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Base Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐ Alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): films Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are: project Manager, Registered Architect Or Professional Engineer, 10 Years quality Control Specialist, Architect Or Professional Engineer, 15 Years architect, Senior, Registered Architect, 15 Years architect, Junior, Registered Architect, 10 Years civil Engineer, Senior, Registered Professional Engineer, 15 Years civil Engineer, Junior, Registered Professional Engineer, 10 Years structural Engineer, Senior, Registered Professional Engineer, 15 Years structural Engineer, Junior, Registered Professional Engineer, 10 Years mechanical Engineer, Senior, Registered Professional Engineer, 15 Years mechanical Engineer, Junior, Registered Professional Engineer, 10 Years electrical Engineer, Senior, Registered Professional Engineer, 15 Years electrical Engineer, Junior, Registered Professional Engineer, 10 Years registered Communication Distribution Design (rcdd), 15 Years fire Protection Engineer, Registered Professional Engineer, 15 Years cost Estimator, Certified Cost Professional Or Equivalent, 15 Years key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. See Key Personnel Attachment For Specific Qualification Criteria. If An Offeror Is Unable To Meet Key Personnel Requirement List In Its Entirety, The Government Still Urges A Response For Consideration Which Illustrates The Firm’s Maximum Personnel Capabilities. If Certain Key Personnel Roles Cannot Be Fulfilled, Please Indicate Those Role Vacancies Individually With A Course Of Action For Fulfillment. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three (3) Single-sided Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines To Include Document/licensure Numbers; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. The Firm Must Hold A Current And Active License In The State Of Indiana As Well As Currently Employ At Least Two (2) State Of Indiana Registered A-e Professionals. offeror Will Not Be Permitted To Simultaneously Fulfill Multiple Roles With An Individual On The Same Project. The Individuals Identified As Key Personnel On The Sf330 May Not Have Multiple Duties Or Be “dual-hatted.” Offerors Shall Provide Individual Resumes In Sf330 Section E For Each Of The Individuals Listed Above. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) Or A Completed Past Performance Questionnaire (ppq) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. criteria 3 Submission Requirements: submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information For Each Past Performance Submission Shall Not Exceed Five Single‐sided Pages In Total. offeror Shall Submit One (1) Past Performance Questionnaire Provided As An Attachment To This Synopsis To Each Of Its Customer Pocs Identified In Criterion 1 For Referenced Projects With No Cpars/acass Available. In Order To Expedite The Assessment Process, The Offeror May Complete The “contract Information” Portion Of The Past Performance Questionnaire For The Convenience Of The Customer Poc. A Ppq Submission Is Not Required For Criterion 1 Projects Accompanied By A Cpars/acass. However, A Ppq Submission For Every Criterion 1 Project, Including Those With A Cpars/acass Evaluation On Record, Would Assist The Government In Evaluation Accuracy And Is Encouraged. the Offeror Shall Not, However, Complete Any Other Section Of The Past Performance Questionnaire. The Questionnaire Shall Be Provided To The Customer Poc With Instructions To Complete And Submit It Directly To The Contracting Officer And/or The Point Of Contact Identified In This Announcement On Or Before The Proposal Due Date. Electronic Submission Via Encrypted E-mail By The Customer Is Required. under No Circumstances Shall The Questionnaires Be Returned To The Offerors After Completion. Any Information Provided By The Offeror’s References Is Subject To Verification/validation By The Government During The Evaluation Process. The Government May Make Contact And Follow Up With The Listed References Identified On The Contractor Past Performance Data Documents/data. The Offeror May Provide Information On Problems Encountered On The Identified Contracts As Well As The Offeror’s Corrective Actions. The Government Reserves The Right To Solicit Feedback Beyond What Is Identified In The Questionnaire. awards, Letters Of Commendation, Certificates Of Appreciation, Etc., Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub- Contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. include Small Business Subcontracting Plan Specifics Which Detail Level Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members. attach A Small Business Subcontracting Plan Which Estimates The Proposed Extent Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members In The Contract Team. Clearly Specify Each Small Business Firm That Is A Team Member, Their Small Business Category, And Their Proposed Level Of Participation Measured As A Percentage Of The Overall Estimated Effort. The Small Business Subcontracting Plan Draft Will Not Count Against The Total Page Count Limitation For The Firm’s Response. The Small Business Subcontracting Plan Should Be Included As An Attachment To The Sf 330 Response. Small Business Subcontracting Plan Specifics May Be Referenced Within The Sf 330 Response, But The Subcontracting Plan Should Also Be Attached In Its Entirety. criterion 6— Knowledge Of General Geographic Area (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Surface Warfare Center Crane Division, Crane, In). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor.
Closing Date16 Jan 2025
Tender AmountRefer Documents 
7101-7110 of 7179 archived Tenders