Civil Engineering Tenders

Bureau Of Customs Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Specifications : Qty. Description 1 Lot A. General Conditions Complete All Works For The Project “repair And Renovation Of The Comfort Room And Pantry Area Of Public Information & Assistance Division (piad) Office” Including Supply Of All Materials, Equipment, And Systems, As Well As The Performance Of All Necessary Labor And Processes, In Accordance With The Plans, Specifications, The Bidding Documents, The Scope Of Works And Other Related Contract Documents. The Contractor Is Not Limited To The Scope Of Works Listed. He Should Verify All Plans And Actual Conditions For The Necessity Of Work. If The Actual Situation Calls For Demolition, Removal, And Relocation He Shall Include Such And All Concomitant Works To Finish As Part Of The Scope Of Work. Any Discrepancies Found Between The Drawings And Specifications And The Site Conditions Or Any Errors Or Omissions In The Drawings Or Specifications Should Be Clarified With General Services Division (gsd) Architect /engineer. Should The Contractor Fail To Verify Or Clarify Discrepancies, Errors, Conflicts, Or Omissions In The Drawings And Specifications, It Shall Be Deemed That The Contractor Has Included In The Preparation Of His Bid The Necessary Works, Materials, Or Items Needed To Satisfy The General Scope Of Works. B. Scope 1. Mobilization A. Preparation Of Logistics Of Contractor’s Equipment; B. Setting Up Of Temporary Facilities Within The Site; C. Setting Up Of Necessary Water And Power Lines Required For The Project; D. Setting Up Of Temporary Fence Enclosure; E. Installation Of Project Details Tarpaulin Signage; And F. Inventory Of Items To Turn-over. 2. Site Works A. Site Demolition And Dismantling; And B. Hauling Of Debris. 3. Masonry Works A. Supply And Laying Of 4” Non-bearing Concrete Hollow Block (chb) Including Plastering As Indicated In The Plans; B. Concrete Pouring Including Rebars, Backfill, Formworks, Chb, Plastering And Other Related Concreting Works As Shown On The Plans And Boq. 4. Carpentry Works A. Supply And Installation Of 9mm Gypsum Board With Complete Standard Metal Furring Support On All Ceilings As Indicated In The Plans And Boq; B. Supply, Fabrication And Installation Of Cabinets, Lavatory And Kitchen Drawers As Indicated In The Plans And Boq; And C. Supply, Fabrication And Installation Of Airconditioning Copper Tube/ducting Board-up As Indicated In The Plans And Boq. 5. Tiling Works Supply And Installation Of Floor Tiles And Wall Tiles As Indicated In The Plans And Boq. 6. Doors, Windows, And Mirrors A. Supply And Installation Of All Doors With Corresponding Door Jambs As Indicated In The Plans And Boq; B. Supply And Installation Of Glass Windows As Indicated In The Plans And Boq; And C. Supply And Installation Of Mirror As Indicated In The Plans And Boq. 7. Electrical And Auxiliary Works A. Dismantling Of Existing Lighting Fixture, Wiring Devices, Roughing-ins/raceways, And Accessories; B. Supply And Installation Of Complete Electrical System As Indicated In The Plans; C. Supply And Installation All Lighting Fixtures As Shown On The Reflected Ceiling Plan (rcp) Or As Specified By The Architect And/or End-user’s Representative; D. Supply And Installation Of Wiring Devices, Switches, Outlets, And Accessories As Indicated In The Plans And Boq; E. Supply And Installation Of Wiring Cables And Roughing-ins As Per Plans And Boq; F. Supply And Installation Of New Exhaust Fan For Comfort Room And Pantry As Indicated In The Plans; G. All Exposed Existing Electrical Wirings, Data Cable And Telephone Line Inside The Building Shall Be Covered Using Upvc Moldings, Use Appropriate Size To Accommodate The Wires And Cables With Proper Insulation, Do Not Combine The Electrical Wire, Data Cable And Telephone Line On The Same Raceways; H. Tapping And/or Termination Of Circuit Home Run/ Feeder Line To Existing Electrical Circuit Breaker/panelboard; I. Complete Testing And Commissioning Of All Electrical Lighting, Power And Auxiliary Systems Using Valid Calibrated Test Equipment’s With Gsd Representative; J. Submission Of All Test Reports; And K. All Wiring Devices (convenience Outlet, Lights, Switches, And Data/tel) And Distribution Boards/sub-main Distribution Board Shall Be Labelled Using Labelling Machine As Per Electrical Design Plan. 8. Plumbing Works A. Supply And Installation Of Replacement Plumbing Fixtures As Indicated In The Plans And Boq; B. Supply And Installation Of Other Bathroom Fixtures And Pipe Fittings As Needed In Relation To The Plumbing Works In The Plans; C. Supply And Installation Of Piping For New Sanitary, Drainage And Waterline Layout Including Air Admittance Valve (aav) For Kitchen Sink; D. De-clogging Of Pipes And Siphoning Of Existing Septic Tank; E. Verification And Tapping Points Of Sanitary And Water Supply Lines; And F. Any Necessary Fittings And Accessories Not Indicated In The Plans Shall Be Provided To Complete The Installation. 9. Painting Works A. All Surface Defects Shall Be Repaired, And All Surfaces Shall Be Scraped To Remove Deteriorated Coatings And Other Deleterious Materials. Surfaces Shall Then Be Cleaned With Steam Or With A Commercial Cleaner To Remove All Grease, Oil, And Chemical Residues; B. Prior To Painting Works, Surfaces On Masonry, Wood, And Metal Must Be Free From Any Dirt, Grease, Old Paint, And Rust, Eliminate Loose Or Peeling Paint, And Get Rid Of Rust Deposits Before Applying Primer/putty And Paint Finish; C. Painting Of Furniture, Walls, And Ceiling As Indicated In The Plans And Boq; And D. Contractor Shall Ensure That All Delivered Painting Materials To The Work Site Shall Be In Original Containers With Seals And Labels Intact. Containers Shall Not Be Opened Until After They Have Been Inspected By The End-user Or Its Duly Authorized Representative. 10. Demobilization A. Turn-over Of Items Covered By Inventory Submitted During Mobilization; B. General Site Cleaning; C. Hauling Of Debris And Materials From The Project Site To The Appropriate Disposal Area; D. Removal And Hauling Of Tools And Equipment From The Project Site. 11. Permits, Licenses, And Taxes A. The Contractor Shall Secure And Pay All Permits, Fees, Licenses, Taxes, Etc. Necessary For The Execution Of The General Construction Works For The Project. B. The Contractor Shall Prepare The Complete Contract Documents Consisting Of Detailed Designs And Construction Drawings (architectural, Electrical, Structural, Mechanical, Plumbing/sanitary, Electronic And Communication Layout) In Accordance Needed By The Municipal Engineering Office For The Building Permit Purposes; And C. The Contractor Shall Prepare A Weekly Progress Report Which Shall Include An Overall Progress Chart Based On Actual Physical Accomplishment Of Construction Work And A Progress Chart Based On Actual Value Of Accomplished Construction Work, Among Others. 12. Certifications A. The Contractor Must Possess At Least A Pcab License Category C&d, Size Range Small B; B. The Contractor Shall Submit A Certificate Of Satisfactory Performance Issued By The Bureau Of Customs (for Entities With Previous/ongoing Contract/s With The Bureau); In The Absence Of Contract/s With Boc, From Any Other Office/agency; And C. The Contractor Shall Submit An International Organization For Standardization (iso 9001:2015) Certificate In Construction And Contracting Issued By An Iso Certifying Body. 13. Payment Terms The Schedule Of Billing Specified In The Table Below Shall Be Followed By The Contractor: Order Of Billing Project Accomplishment Percentage First (1st) Billing At Least 50% Of The Work Has Been Accomplished Second (2nd) Billing At Least 80% Of The Work Has Been Accomplished Final Billing 100% Accomplished A. Documentary Requirements For Progress Billing: A. First And Second Progress Billing: I. Letter Request Addressed To Gsd; Ii. Statement Of Work Accomplished (swa); Iii. Statement Of Time Elapsed; Iv. Existing Conditions Of The Site Shall Be Documented By The Contractor And Photos Shall Be Taken Before And After The Construction/renovation Begins; V. The Contractor Must Provide Weekly Accomplishment Report To Gsd And End-user To Ensure Such Status; And Vi. Certification From Gsd And/or End-user That The Materials Have Been Approved Prior To Its Installation. B. Final Billing: I. Letter Request Addressed To Gsd; Ii. Statement Of Work Accomplished (swa); Iii. Statement Of Time Elapsed; Iv. Existing Conditions Of The Site Shall Be Documented By The Contractor And Photos Shall Be Taken Before And After The Construction/renovation Begins; V. The Contractor Must Provide Weekly Accomplishment Report To Gsd And End-user To Ensure Such Status; Vi. Certification From Gsd And/or End-user That The Materials Have Been Approved Prior To Its Installation; Vii. One (1) Complete Set Of As-built Plans Shall Be Submitted In 24"x 36” Tracing Sheets; Viii. One (1) Complete Set Of As-built Plans (blueprint Copy) Duly Signed And Sealed By The Project Architect/engineer And/or The Corresponding Licensed And Registered Professionals; Ix. One (1) Set Of Electronic Drawing Of The As-built Plans (cadd Editable File); And X. A Copy Of The Technical Documents And Warranties Of The Items Shall Also Be Submitted In Soft And Hardcopies. C. Specifications All Drawings, Whether Small Scale Or Detailed Drawings, Are Intended To Work In Unison With The Specifications And To Form Part Thereof, When Figures Are Given, They Are To Be Followed In Preference To Measurement By Scale. Anything Shown In The Drawings But Not Mentioned In The Specifications (or Vice-versa) Or Anything Not Expressively Set Forth In Either (but Which Is Reasonably Implied) Shall Be Furnished And Installed As Thought Specifically Shown In Mentioned Both. 1. Pre-construction Phase Guidelines A. A Joint Site Inventory Must Be Conducted And Signed By The Contractor, Gsd, And End-user; B. The Contractor Must Submit To Gsd His Program Evaluation Review Technique (pert) Chart/critical Path Method (cpm) Chart In Gantt Chart Form, Manpower Schedule And Equipment/tools Utilization Schedule Before The Start Of The Project; C. The Contractor Must Submit To Gsd His Construction Safety And Health Program; D. The Contractor Must Submit To Gsd The List Of Manpower That Shall Be Utilized For The Project Along With Their Respective Designations/roles And Corresponding Qualifications. The Most Notable Figure For The Project Must Be The Project Manager, Preferably An Architect Or Engineer; And E. The Minimum Work Experience Requirements For Key Personnel Are The Following: Key Personnel Requirement Relevant Experience Project-in-charge Bachelor Of Science In Architecture/bachelor Of Science In Civil Engineer (licensed Civil Engineer/ Licensed Architect) And Building Construction Experience Five (5) Years Registered Electrical Engineer Registered Electrical Engineer And Building Construction Experience Five (5) Years Safety Officer Building Construction Experience, National Certification Level Ii And Construction Occupational Safety And Health (cosh) Certificate Three (3) Years Foreman Building Construction Experience Five (5) Years Carpenter Building Construction Experience Five (5) Years Welder Building Construction Experience And National Certification Level Ii Five (5) Years Plumber Building Construction Experience And National Certification Level Ii Five (5) Years Electrician Building Wiring Installation Experience And National Certification Level Ii Five (5) Years Painter Building Construction Experience Five (5) Years Mason Building Construction Experience Five (5) Years Tile Setter Building Construction Experience Five (5) Years Laborer Building Construction Experience Three (3) Years Warehouseman Building Construction Experience Three (3) Years F. The Minimum Major Equipment Requirements Are The Following: Equipment/tools Number Of Unit/s 1 6-wheeler Elf Truck (18ft Length) 1 Lot/ As Necessary 2 Chipping Gun 1 Unit 3 Jackhammer 1 Unit 4 Rotary Hammer Drill 2 Units 5 Electric Drill 2 Units 6 Cut Off Machine 1 Unit 7 Electric Jig Saw 1 Unit 8 Circular Saw 1 Unit 9 Table Saw 1 Unit 10 Angle Grinder 2 Units 11 300a Welding Machine 2 Units 12 Megger Test Equipment 1 Unit 13 Multi-tester Equipment 1 Unit 14 Self-levelling Laser 2 Units 15 Nail Gun 1 Unit 16 Paint Sprayer 2 Units 17 Air Compressor 2 Units 18 Pipe Fusion Welding Machine 1 Unit 19 Tile Cutter Machine 1 Unit 20 Vacuum Cleaner 2 Units 21 Electric Sander 1 Unit 22 Wood Router 1 Unit 23 Pressure Washer 1 Unit 24 Personal Protective Equipment (ppe) 1 Lot 2. Implementation Phase Guidelines A. The Contractor Must Submit Weekly Progress Reports As Mentioned In Item B.11.c Of This Document Including Photo Documentations And Weather Update To Gsd; B. The Contractor Must Submit Weekly Their Daily List Of Manpower; C. The Project Manager, Who Must Be A Technical Professional, Must Be Present At The Project Site At All Times To Properly Monitor/oversee The Project As Technical Representative Of The Contractor’s Side; D. Boc, Thru Its Technical Inspection And Acceptance Committee (tiac) For Civil Works, Reserves Its Right To Conduct Monitoring Inspection, Aside From The Inspections For Billing Purposes. The Project Manager Must Always Be Present, Especially During Inspections For Billing Purposes, To Ensure Proper Communication Instead Of Relying On The Foreman Or Laborers Only; E. The Approved Floor Plan And Perspective Drawings Must Be Posted On A Wall Or Board So That They Are Readily Available And Visible Whenever Necessary; F. One Set Of The Plans, Scope Of Works, And Logbook Shall Always Be Kept At The Jobsite To Be Available To The Contractor, Gsd Architect/engineer, And To The Tiac Upon The Request During The Construction/renovation Period; G. Identification Card Of List Of Manpower And The Project Manager/representative Shall Be Supplied By Port Of Manila District Office-enforcement And Security Service (pomdo-ess); It Should Be Worn At All Times While Inside The Boc Premises. Those Without Ids Shall Not Be Allowed To Enter The Premises For Security Purposes; H. Materials To Be Used In The Construction/renovation Must Follow Those Specified In This Document (scope Of Works), The Drawings, And/or The Boq. The Contractor Must First Secure Proper Approval Of Materials To Be Installed Via A Written Document Duly Approved By Both The End-user And Gsd. Any Change In Materials Must Also Have Proper Indorsement Thereafter; I. All Testings/activities (e.g., Waterproofing Test, Leak Test, Slump Test, Continuity Test, Insulation Resistance Test, Earthing Test, Pest Control Chemical Certificate, Etc.) Conducted By The Contractor Must Be Done With The Presence Of A Gsd Engineer/architect. Corresponding Reports Must Be Submitted To Gsd For Documentation And Validation Within Three (3) Calendar Days Upon Completion Of The Said Testing/activity; J. The Contractor Is Solely Responsible For The Safety, Protection, And Security Of His Personnel, The Works, Equipment, Installations And The Like. The Contractor Shall Adopt Or Apply The Protective Measures In Accordance With The Standards Set By The Safety Organizations And The Department Of Labor Standards; And K. Punchlisting Shall Be Conducted Upon 95.00% Completion As Ascertained By The Tiac. 3. Masonry A. 4” Chb Shall Have A Minimum Plaster Thickness Of ½’’ On Both Side; B. Wall Reinforcement Shall Be 12mm Diameter Deformed Bar Spaced At Every Two Layers Of Chb Horizontally And 600mm Vertically; C. Cement Shall Be Standard Portland Cement, Astm C, 150 – 68 Types 1; D. Mixture Of Mortar Shall Be Class C: One (1) Part Portland Cement And Four (4) Parts Sand Volume; And E. Mixture Of Concrete Topping Shall Be One (1) Part Portland Cement And Two (2) Parts Sand Volume. 4. Carpentry Works All Wood Shall Be Treated With Colorless Anti Termite Wood Preservative. A. Ceiling Use 9mm Gypsum Board For Pantry/common Comfort Room, 19x50x0.5mm Double Furring Spaced @ 600mm On Center, 12x38x0.8mm Carrying Channel Spaced @ 1.00m On Center, 25x25x0.5mm Wall Angle Along Perimeter Of The Area, Wood Ceiling Mouldings As Shown/indicated In The Plans And Boq. B. Cabinets I. Pantry Cabinets Use 18mm Marine Plywood With Edging For Cabinet Door And Carcass, 12mm Marine Plywood Board With Edging For Backing. Use Soft Closed Concealed Hinges, Soft Closed Drawer Guide And Cabinet Lock. Use Handle-less Cabinet For Handle. Use Wood Mouldings Or Approved Equal. Use Solid Surface Countertop For Under The Counter Cabinet Of The Pantry. (submit Material And Cabinet Accessories For Approval). Ii. Vanity Counter Use 18mm Marine Plywood Board With Edging For Cabinet Door And Carcass, 12mm Marine Plywood Board With Edging For Backing. Use Soft Closed Concealed Hinges, Soft Closed Drawer Guide, Solid Surface For Countertop. (submit Material And Accessories For Approval). C. Board-up I. Airconditioning Copper Tube/ducting Board-up Use 18mm Marine Plywood Board With Edging For The Enclosure And 12mm Marine Plywood Board With Edging For Backing. Use Black Screws, Common Nail. (submit Material And Accessories For Approval). 5. Tiling Works A. Floor I. The Tiles And Their Accessories Shall Be Free From Imperfection That Affects Their Quality, Appearance, And Strength. All Tiles Shall Be Set To Correct Grades And Level True To Lines, Laid Even. Submit Material For Approval. Ii. Use 600x600mm Matte Porcelain Floor Tiles For Kitchen And Pantry Area, 600x600mm Anti Slip Matte Porcelain Floor Tiles For Common Toilet. Iii. Use Heavy Duty Tile Adhesive And Tile Grout Joint Filler. Use T-trim/threshold Between Two Different Tile Materials. B. Wall I. Use 600x600mm Semi-glossy Porcelain Wall Tiles For Common Toilet. Ii. Use 100x200mm Glossy Subway Wall Tiles For Pantry Area. 6. Doors, Windows, And Mirrors A. Door I. All Sliding Glass Door Shall Be 6mm Clear Tempered Glass On Powder Coated Aluminum Framing. Ii. All Pvc Flush Door Shall Be 40mm Thick With No Paneling Or Moldings On The Facings. Iii. Door With Glass Shall Be 6mm Tempered Glass With Frosted Sticker. Iv. Unless Otherwise Specified And Approved, Brass, Chromed Plated Loose Pin Hinges, Finely Finished. V. At Least Three (3) Pieces Of Hinges Per Leaf Of Doors For 2.10 Meters Height And 4 Pieces Of Hinger Per Lead Doors For 2.40 Meters Height. Use Ball Bearing Hinges Or Approved Equal. Vi. All Doors Shall Be Equipped With High Grade, Heavy Duty Or Standard Cylindrical Locksets, Door Closer And Stopper. (submit Material And Accessories For Approval). B. Window All Windows Shall Be Powder Coated Aluminum Window With 6mm Tempered Clear Glass On Powder Coated Aluminum Framing. C. Mirror I. All Mirrors Shall Be 5mm Thick With 4x1" Powder-coated Aluminum Frame And 1/2” Fire Treated Marine Plywood (backing). 7. Painting Application Of Plastered Paint Finish On All Interior And Exterior Walls/partitions, Ceiling, And Concrete Surfaces Within The Scope Of The Interior And Exterior Renovation Works Unless Otherwise Indicated In The Plans And Specifications. A. All Paint And Accessories, Materials Incorporated In Or Forming A Part Thereof Shall Be Subject To The Approval And Selection Of Color, Tint, Finish, Or Shade By The Architect. B. Painting Of All Surfaces, Except Otherwise Specified Shall Be (3) Coats Work, One Primer And Two Finish Coats. C. All Paint Materials Shall Meet The Requirements Of Paint Materials Under Class A. D. All Surfaces To Be Painted Shall Be Examined Carefully Before Beginning Any Painting Work, And Other Trade Works Installed In Workmanship Condition To Receive Paint Or Ant Particular Finish. E. All Paint Materials Shall Meet The Requirements Of The Specifications Set By Gsd And Shall Be Delivered On The Job In The Original Container, With Labels Intact And Seal Unbroken. F. Concrete Surfaces; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. G. Drywalls; Latex Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paint For Cubicle Partition. H. Wooden And Metal Surfaces; Automotive Lacquer Paint Shall Be Used, And Preparation And Application Must Be According To The Manufacturer’s Instructions. Use Spray Paint. I. Color Pigments Shall Be Used To Produce The Exact Shades Of Paint, Which Shall Conform To The Approved Color Scheme. 8. Plumbing Works A. The Work Covered By This Section Consists Of Furnishing All Materials, Labor, Tools, And Equipment In Performing All Necessary Operations For The Installation Of The Complete Plumbing System Of Applicable Drawings. All Plumbing Works Shall Conform To The National Plumbing Code Of The Philippines; B. All Fixtures Shall Be Separately Trapped. The Traps Shall Be Placed As Near As Possible To The Fixtures; C. No Fixtures Shall Be Double Trapped; D. All Horizontal Waste Or Soil Pipe Shall Have A Minimum Slope Of Two Percent (2%); E. All Water Line Shall Be Polypropylene Random Copolymer (ppr) Pressure Nominal (pn) 20. Said Pipes Shall Be Pressure Tested Before Any Cutting Or Installation Is Done; F. All Sanitary And Drainage Pipe Shall Be Pvc Series 1000 And/or Conforming To Astm D-2729; And G. All Toilet Shall Have Individual Ventilation Pipe, Use Aav For Kitchen Sink. 9. Electrical Works A. Quality Assurance - All Materials To Be Used Shall Be New And Shall Conform With The Reference Codes And Standards. Use Of Materials Shall Be Further Be Governed By Other Requirements, Impose On Other Sections Of These Specifications. Materials Shall Be Subject To Test Necessary Their Fitness If So Requires; B. Alternate Materials - Use Of Any Material, Not Specified In These Specifications May Be Allowed Provided Such Alternate Has Been Approved By The Agency In Accordance With Generally Accepted Standards; C. Identification Of Materials - Each Length Of Pipe, Fitting, Box, Fixture, And Device Used In The Electrical System Shall Have Cast, Stamped Or Indelibly Marked On It The Manufacturer's Trademark Or Name, The Weight, Type And Classes Or Product When So Required By The Standards Mentioned Above; D. Wires And Cables I. All Wires Shall Be Copper, Soft-drawn And Annealed, Shall Be Of 99% Conductivity, Shall Be Smooth And True And Of The Cylindrical Form And Shall Be Within +/-1% Variation Of The Actual Size Called For. Ii. Wires And Cables Shall Be Plastic Insulated For 600 Volts Working Pressure, Type Thermoplastic High Heat-resistant Nylon-coated (thhn) Unless Otherwise Noted. Iii. All Wires And Cables Shall Be Color Coded, Color-coding Of Wires Are As Follows: (a) Line 1 – Red (b) Line 2 – Yellow (c) Line 3 – Blue (d) Ground - Green Iv. Minimum Size Of Branch Circuit Wire Shall Be 3.5 Mm2 Thhn For Power And Lighting System With 3.5mm2 Thhn Minimum Ground Wire. V. Wires 3.5 Mm2 And Bigger Shall Be Stranded. E. Switches I. Switches Shall Be Flush Mounted And Rated At 15 Amperes (amps), 250 Volts, One Way, Three-way As Required. Ii. Switches Shall Be Quiet Type, Spring Loaded, And The Cover Plates Shall Be Subject To The Approval Of Gsd Architect And Engineer. F. Receptacles I. Receptacles Shall Be Duplex, Flush Mounted And Rated At 10 Amps., 250 Volts, Parallel Or Tandem Slots With Grounding Slots As Required. All 110 Volts Receptacle Outlets Shall Be Rated 15 Amps, 120 Volts. 220 Volts Receptacle Outlets Shall Be Distinct From The 110 Volts Receptacle Outlets In Terms Of Configurations And Shall Be Provided With Markings. Ii. Cover Plates Shall Be Subject To The Approval Of The Architect And The Engineer. Stainless Steel Cover Plate Shall Be Required On All Wet Or Damped Area. Iii. All Receptacle Outlets With Ground-fault Circuit Interrupters (gfci) Shall Be Rated For 250 Volts Application With A Sensitivity Setting Of 300 Milliamps. D. Submittals A. Shop Drawings, Product Data And Samples I. Submit To The Gsd Of Shop Drawings, Product Data And /or Samples Of All Materials For Review. Submit At Least Three (3) Options Per Material For Approval. Ii. No Work Requiring Submissions Or Samples Shall Commence Until Submission Has Been Reviewed And Signed By The End-user And/or Gsd. Iii. Final Acceptance Of Colors And Finishes Will Be Made From Samples Applied On The Job Based On The Signed And Approved Sample Materials. Iv. All Submittals Shall Be Channeled From The Contractor To Gsd, And Back To The Contractor. This Procedure Applies To Original Submittals As Well As Required Resubmittals. Each Group Shall Keep Its Required Number Of Copies And/or Make Necessary Copies. The Contractor Will Make All Corrections Noted On Check Sets, If Necessary, And Return For Review As Required By Gsd. V. No Submittal Shall Be Received By The Gsd Without A Transmittal Letter. Vi. Samples Must Have Manufacturer's Data Sheet/specification And Must Come Together With A Transmittal Sheet With A Section For Approval/disapproval And Recommendation Of Gsd And/or End-user. B. Post Construction Phase Guidelines I. Initial Submittals Within 10 Calendar Days Prior Completion Of The Project, The Contractor Shall Provide A Complete Copy Of “as-built Plans" (printed In Blueprinted Paper) Of The Project Concerned Which Shall Include All The Architectural, Electrical, Structural, Mechanical, Plumbing/sanitary, Electronic And Communication Layout In A3 Sheets. It Should Be Properly Drawn Indicating All The Specifications, Layouts, Tables And Necessary Data. Ii. Final Submittals Final “as-built Plans" Shall Be Submitted In 24"x 36” Tracing Sheets, One (1) Blueprint Duly Signed And Sealed By The Project Architect/engineer And/or The Corresponding Licensed And Registered Professionals, And An Electronic Autocad Drawing File. A Copy Of The Technical Documents And Warranties Of The Items Shall Also Be Submitted In Soft And Hardcopies. E. Codes And Standards The Project Shall Conform To The Requirements For The Necessary Standards Relative To Each Aspect. The Following Standards Are As Follows, But Not Limited To, Viz: I. National Building Code Of The Philippines (nbcp) – Pd 1096; Ii. National Structural Code Of The Philippines (nscp); Iii. National Fire Protection Association (nfpa); Iv. Philippine Electrical Code (pec); V. New Electrical Engineering Law – Ra 7920; And Vi. National Plumbing Code Of The Philippines. Note: It Shall Be The Duty And Responsibility Of The Contractor To Provide Precautionary Measures To Ensure Safety To Any Persons Or Workmen And Adjacent Properties, Structures, And Other People For Damage And Injury Work Duration: 45 Calendar Days Interested Suppliers Are Required To Submit Original/certified True Copy Of The Following: 1) Valid And Current Mayor’s/business Permit, (in Case Of Expired Mp/bp, Submit Copy Of Recently Expired Permit And Official Receipt As Proof Of Renewal), 2) Philgeps Registration Number, 3) Original Duly Signed Omnibus Sworn Statement (oss), 3) Pcab License (at Least License Category - C & D, Size Range - Small B), And 4) Duly Signed Price Quotation Form (annex “a”). All Must Be Properly Signed And Sealed. Must Be Submitted In Hard Copy. Submission Of Quotation And Eligibility Documents Is On Or Before May 26, 2025, 10:00 A.m., At General Services Division (gsd), Ground Floor, Ocom Building, Port Area, Manila. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. The Winning Bidder Shall Post The Required Performance Security (in Compliance To Section 39 Of The Revised Implementing Rules And Regulations Of Ra No. 9184) Upon Receipt Of The Notice Of Award And Enter Into Contract With The Procuring Entity. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Boc Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Proper.
Closing Date26 May 2025
Tender AmountPHP 297.9 K (USD 5.3 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Description(1) Contract Information: In Accordance With The Brooks Act, As Implemented By Far 36.6, The U.s. Army Corps Of Engineers (usace) Europe District (nau) Intends To Solicit And Award Up To Five Firm-fixed-price (ffp), Indefinite-delivery Indefinite-quantity (idiq) Multiple-award Task-order Contracts (matoc) With A Five-year Ordering Period And A Shared Capacity Of $45m. This Matoc Is For General Architect And Engineering (a-e) Services In Italy For Military Construction (milcon) Funded Projects Under $500,000.00 As Well As Non-military Construction Funded Projects. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For Required Work. Each Contract Will Receive A Minimum Guarantee Of $2,500.00, Which Will Be Satisfied By A Task Order. Task Orders Will Be Ffp And Will Not Exceed $5,000,000.00. (2) Project Information: Design Work Includes Major And Minor New Construction, And Alteration, Repair Or Rehabilitation Of Various Structures Such As: Barracks, Multi-family And Single-family Housing Units, Utility Systems, Medical Facilities, Administrative Buildings, Vehicle Maintenance Facilities, Operation Facilities And Training Complexes, Storage Facilities, And Other U.s. Military Facilities.support May Include Planning Services Such As Comprehensive Master Plans, Installation Real Property Master Planning, Infrastructure Assessments, Planning And Design Charrettes, Cad/gis Mapping, Systems Analysis Of Existing Facilities And Infrastructure And Cost Estimates. Additional Support May Include Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations; Feasibility Studies, Other Special Studies, Geotechnical Investigations And Topographical Mapping Services, Programmatic Support Services, As-built Drawing Preparation And Engineering And Design During Construction.architect-engineer Services May Be Required For Developing Design Documents For A Design/bid/build Project, Or Request-for-proposal Packages For Design/build Projects. Projects May Involve Security Upgrades, Feasibility Studies (to Include Cost Estimating, Energy Conservation, Fire Protection, Environmental Assessments, Etc.), Safety Coordination And Construction Supervision And Inspection. Projects May Also Involve Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, Especially Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; And Development Of Healthful, Safe And Productive Work Environments.multi-disciplined A-e Services Are Expected To Include But Will Not Be Limited To The Following. The Project Information Is Not Listed In Order Of Importance, But The Primary Focus Of The Anticipated Work Is Noted. For More Detailed Project Information Reference Attachment 3 ? Statement Of Work, Dated 21 November 2024.? Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations? Site Investigations And Technical Assessments Of Existing Systems, Facilities And Infrastructure? Asbestos Surveys And Abatement Design? Anti-terrorism/force Protection (atfp) Assessments And Design? Feasibility Studies? Geotechnical Investigation, Soil Sampling And Testing? Structural Analysis And Testing? Systems Commissioning During Design? Energy Conservation? Value Engineering Studies? Technical Review Of Designs And Cost Proposals, Bid-ability, Constructability, Operability And Environmental Compliance Reviews? Construction Inspection; Quality Assurance; Safety Inspections; Materials And Equipment Testing Including Systems Commissioning; And Other General Engineering And Design Services During Construction.? As-built Drawing Preparation And Engineering And Design During Construction? Other General Engineering And Design Services? Professional Engineering Approvals, Certifications, Etc. As Required By Host Nation Laws And Country Agreements.(3) Selection Criteria: The Selection Criteria For The Matoc Are In The Following Order Of Importance. Criteria 1 To 5 Are Primary; Criterion 6 Is Secondary And Will Only Be Used As A Tie-breaker Among Firms That Are Essentially Equal: (1) Specialized Experience And Technical Competence, (2) Professional Qualifications, (3) Past Performance (4) Knowledge Of Locality (5) Capacity To Accomplish The Work And (6) Volume Of Dod Contract Awards. Interviews Will Be Conducted For A-e Firms Identified By The Selection Board And Will Be Conducted Virtually.1- Specialized Experience And Technical Competence:submittals Must Demonstrate The Specialized Experience And Technical Competence Of The Prime Firm, Joint Venture Partners, Consultants, Key Subcontractors And/or Free-lance Associates. The Firm Shall Submit A Maximum Of Six Projects Total. All Six Projects Shall Be At Least 90% Complete (from The Date Of This Announcement), Or Have Been Completed Within The Last Six Years From Date Of The Announcement. If More Than Ten Projects Are Submitted, Only The First Six Projects Listed In The Proposal Will Be Evaluated. Projects Shall Include The Following Information: Which Prime Firm, Partner, Consultant Or Key Subcontractor Executed The Project, A Description/narrative/ Photos Of The Project, Scope, Location, Contract Dollar Award Amount And Final Dollar Cost, The Start Date, Original Contract Finish Date, The Actual Finish Date, Customer Poc With Current Phone Number And Email Information. Indicate Whether The Work Was Performed As The Prime Contractor, A Subcontractor, Or As A Partner Of A Joint Venture (jv). If Work Was Performed As A Subcontractor Or Jv Partner, Clearly Describe What Part Of The Work The Firm For Which The Experience Information Is Submitted Performed (both In Magnitude And Description Of The Work Performed). Projects Shall Also List Any Key Personnel That Worked On The Submitted Projects. Indefinite-delivery Contracts (idc), Where Numerous Task Orders Are Listed Together For The Exact Same Project And Are Completed Under The Same Base Contract Idc Are Acceptable.if The Experience Of Key Subcontractors Is Offered For Any Experience Requirements, Then A Letter Of Commitment Between The A-e Firm Or Joint Venture Partnership And The Subcontractor Is Required. The Letter Of Commitment Must Be Signed By Both Parties To Be Considered And An English Version/translation Must Be Provided. Please See Attachment 1 For An Example Letter Of Commitment. If The Letter Of Commitment Is Not Submitted Or Signed By Both Parties, The Experience Of The Subcontractor Will Not Be Considered.2 - Professional Qualifications: The A-e Firm Must Identify The Qualifications Of Personnel In The Following Key Disciplines: ? program Manager? project Manager? architect? civil Engineer? structural Engineer? mechanical Engineer? cost Engineer? construction Inspector? fire Protection Engineer? environmental Engineer? geotechnical Engineer? quality Manger? master Planner? electrical Engineerfirms Must Propose At Least One Person For Each Of The Key Disciplines; An Individual May Not Be Proposed For Multiple Disciplines. 3 - Past Performance: Firms Shall Submit The Past Performance Information Retrieval System (ppirs) Or Contractor Performance Assessment Reporting System (cpars) Evaluation For The Projects Submitted In Criterion 1. If No Cpars Or Ppirs Evaluation Is Available For A Project, Attachment Two (2), Past Performance Questionnaire (ppq), Shall Be Submitted To The Client For The Projects The Firm Includes In Its Proposal For Criterion 1. The Cpars, Ppirs Or Ppq Shall Be Included In The Submittal.firms May Also Include Performance Recognition Documents Received Within The Last Six (6) Years, Such As Awards, Award Fee Determinations, Customer Letters Of Commendation, Commercial And Foreign Government Evaluations And Any Other Forms Of Performance Recognition. To The Extent Such Documentation Is Not In The English Language, A Translation Must Be Provided In Order For The Documentation To Be Considered.in Addition To The Above, The Government May Review Any Other Sources Of Information For Evaluating Past Performance. Other Sources May Include, But Are Not Limited To, Past Performance Information Retrieved Through The Ppirs, Including Cpars, Using All Cage-n//uei Numbers Of Team Members (partnership, Jv, Teaming Arrangement, Or Parent Company/subsidiary/affiliate) Identified In The Proposal, Inquiries Of Owner Representative(s), Federal Awardee Performance And Integrity Information System (fapiis), Electronic Subcontract Reporting System (esrs), And Any Other Known Sources Not Provided By The Firm.while The Government May Elect To Consider Data From Other Sources, The Burden Of Providing Detailed, Current, Accurate And Complete Past Performance Information Rests With The Firm And The Government Is Under No Obligation To Check Other Sources.4 - Knowledge Of Localitysubmittals Must Demonstrate Knowledge Of Engineering And Design In Italy To Include Coordination With Host Nation Authorities. Additionally, Firms Must Demonstrate An Understanding Of Certification And Registration Requirements For Companies In Italy And The Ability To Meet The Requirements. Firms Must Also Demonstrate The Ability To Communicate In Italian And English.5 ? Capacity To Accomplish The Workfirms Shall Demonstrate The Capacity To Accomplish Up To Six Simultaneous Task Orders Annually With An Aggregate Value Of Up To $6,000,000 In The Required Type Of Work Within A One-year Period. This Is In Addition To The Existing Workload Being Performed Under Other Contracts. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In Key Disciplines To Complete The Task Orders And The Project Execution Strategy. The Evaluation Will Consider The Key Personnel Identified In Sections D, E, And G Of The Sf 330, As Well As Other Available Staff And Information Provided In Section H And Part Ii (sf 330, Part I, Section H, Item 1).a Management Plan Shall Be Presented That Articulates How Efforts Under This Contract Will Be Executed. The Management Plan Shall Include The Following Elements: ? Organization Structure And Staffing; ? Project Execution, Schedule, And Management; ? Quality Control And Processes. Please Note That No Key Subcontractor Substitutions Shall Be Made In An Awarded Contract Unless A Usace Contracting Officer Determines In The Exercise Of His/her Sole Discretion That The Proposed Substitution Is In The Best Interest Of The Government.i. Organizational Structure And Staffing: The Firm Must Clearly Describe Its Organization Structure And Provide An Organization Chart. The Description Must Identify All Offices Involved In This Project From The Headquarters Through To The Site Office, And How They Are Related. All Joint Venture Partners And Major Subcontractors Shall Be Addressed In This Description. The Description Shall Identify Whether Functions/positions Will Be Filled By Prime Or By Subcontractors. The Management Plan Must Indicate Which Firm Is Responsible For Each Item Of Work, The Interdisciplinary And Interoffice Communication And Supervision Process And The Procedure To Ensure High Quality Products And Services Within Cost Limitations And In Strict Compliance With Scheduled Performance.1. Clearly Delineated Lines Of Authority On The Organizational Chart (graph) Organized In A Precise And Logical Manner Including The Relationship Between The Headquarter Office And The Site Office, Including All Involved With The Management Of The Contract Including Subcontractors And Joint Venture Partners.2. The Graph And The Narrative Description Clearly Display The Planned Organization Structure.3. Comprehensive Descriptions Of Duties, Roles, Major Responsibilities, And Authorities For Specifically Identified Personnel Including Roles Of Authorities For Subcontractors And Joint Ventures Presented As A Logical Approach To Perform The Work Throughout The Contract, Including Which Roles And Personnel Are Identified To Communicate With The Government.ii. Project Execution And Management: The Firm Shall Provide Their Plan To Successfully Execute Multiple Task Orders Being Performed At The Same Location And Explain How They Would Coordinate With Other Firms If Operating At The Same Or Adjacent Site Locations. The Management Plan Should Also Explain The Approach And Ability To Execute Tasks In Each Of The Identified Countries. The Firm Shall Also Demonstrate Effective Coordination To Minimize Issues Regarding Different Time Zones And Work Schedules.iii. Quality Control And Processes: The Firm Shall Provide A Detailed Quality Control Plan And Processes For The Project.6 ? Volume Of Dod Contract Awardscurrent Dod A-e Contract Awards May Be Obtained From Cpars, And Verified And Updated During The Interviews With The Most Highly Qualified Firms. Only Awards Of A-e Contracts Will Be Considered But Includes Awards To All Branch Offices Of A Company, Except As Indicated In Defense Pgi 236.602-1(a)(6)(a)(2). This Criterion Will Be Used To Determine Equitable Distribution Of Dod Contracts. The Government Will Evaluate The Number Of Dod Contracts Awarded To The Firm Using Various Contracting Systems Which May Include But Is Not Limited To Federal Procurement Data System (fpds-ng), Electronic Document Access (eda) And Procurement Desktop Defense (pd2). The Intent Of This Criterion Is To Evaluate The Firms To Determine The Firm With The Lowest Number Of Dod Contracts.(4) Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Their Sf 330, Part I And Part Ii For Prime And All Consultants/subcontractors Through The Solicitation Module Of The Procurement Integrated Enterprise Environment (piee) Module At Https://piee.eb.mil/. Proposals Submitted By E-mail, Mail Or Hand-carried Will Not Be Evaluated. Proposals Sent Through Proprietary Or Third-party File Transfer Protocol (ftp) Sites Or Department Of Defense Secure Access File Exchange (dod Safe) Will Not Be Retrieved. It Is The Responsibility Of The Offeror To Confirm Receipt Of Proposals. All Proposals Received After The Exact Time Specified For Receipt Shall Be Treated As Late Submissions And Will Not Be Considered Except Under Facts And Circumstances Allowed By The Federal Acquisition Regulation (far). For Instructions On How To Post An Offer, Please Refer To The Posting Offer Demo: Https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf.it Is The Responsibility Of The Offeror To Obtain Written Confirmation Of Receipt Of All Electronic Files Through The System.for The Purposes Of Determining Whether The Proposal Was Received Late In Accordance With Far 15.208, The Date And Time The File(s) Are Uploaded To Piee. Proposal Are Due No Later Than 3:00 Pm Central European Time (cet), 21 March 2025. Submittal Must Clearly Identify The Announcement Number. Regulation Requires That The Selection Board Not Consider Any Submittals Received After The Specified Time And Date. Late Proposal Rules In Far 15.208 Will Be Followed For Submittals Received After 3:00 Pm Central European Time (cet) On The Closing Date Specified In This Announcement. The Sf 330, 07/2021 Edition, Must Be Used, And May Be Obtained From The Following Web Site: Http://www.gsa.gov/portal/forms/download/116486. Include Uei And Cage Code In Sf 330 Part I, Section B, Block 5. Additionally, The Uei And Cage Code Should Be Identified In Sf 330 Part I, Section C, Block 9, For Each Team Member.font Size Shall Be 10 Pitch Or Larger. The Sf 330 Part 1 Shall Not Exceed 125 Pages (a4 Equivalent), Including No More Than 20 Pages For Section H. Each Side Of A Page Will Count As A One Page. Organizational Charts May Be Presented On A Sheet Up To 11 Inches By 17 Inches. A Part Ii Is Required For Each Branch Office Of The Prime Firm And Any Consultants/subcontractors That Will Have A Key Role In The Proposed Contract (i.e. A Part Ii Is Required For All Entities Identified In Sf 330 Part I, Section C Of The Submittal). Part Ii Of The Sf 330 And Past Performance Submittals Will Not Count Towards The 125-page Limit; However, Cover Letters, Company Literature And Extraneous Materials Are Not Desired. Sections E And G Of Sf 330 Part I Must Include Only Individuals Proposed To Perform The Anticipated Work, Including All Consultants/subcontractors. In Sf 330 Part I, Section G, Block 26, Along With The Name, Include The Firm With Which The Person Is Associated. A Maximum Of Six (6) Projects Including The Prime And Consultants/subcontractors Will Be Reviewed For Sf 330 Part I, Section F. Use No More Than Two Pages Per Project. When Listing Projects In Sf 330 Part 1, Section F, An Indefinite Delivery Contract (idc) With Multiple Task Orders As Examples Is Not Considered A Project. A Task Order Executed Under An Idc Contract Is A Project. Sf 330, Part I, Section H (additional Information) Shall Contain The Following Information At A Minimum. (1) Item 1 - Capacity. Reference Paragraph 3.d. Above. Provide A 1?2-page Narrative Discussing The Capacity Of The Design Firm To Meet Schedules, Including Adequacy Of Qualified Personnel Available And Past Experience In Meeting Tight Design Schedules. (2) Item 2 ? Management Plan ? Include The Information Requested In Paragraph 3.d. Above. (3) Item 3 - Volume Of Dod Contract Awards ? Reference Paragraph 3.h. Above. Provide A Complete Listing Of All Dod A-e Awards Within The Last 12 Months. For Idcs, Include Total Value Of Task Orders Issued By Agencies In The Last 12 Months, Not The Potential Value Of The Idcs. For All Types Of Contracts, Do Not Include For Consideration Options That Have Not Been Exercised.joint Ventures Shall Submit The Following Additional Documentation Of The Evidence Of A Joint Venture Entity: 1) Firms Shall Provide A Copy Of A Legally Binding Joint Venture Agreement, And 2) Identification Of The Party Who Can Legally Bind The Joint Venture. Joint Venture Agreements Will Not Count Against The Page Count. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal.provide In A Cover Letter Or At The Beginning Of Your Part I Submission The Names Of Two (2) Point Of Contacts That Will Be Responsible For Correspondence During This Solicitation. Names, Email Addresses And Phones Numbers Are Requested For Both Individuals.requests For Informationsubmit Technical Inquiries And Questions Relating To This Solicitation Via Bidder Inquiry In Projnet At (https://www.projnet.org) At Least 10 Calendar Days Prior To The Date Established In The Rfp For Receipt Of Proposals. The Government Reserves The Right To Decline Addressing Questions Received Less Than 10 Calendar Days Prior To Receipt Of Proposals.to Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment Or Question Will Receive An Acknowledgement Via E-mail, Followed By An Answer After It Has Been Processed By Our Technical Team. All Timely Questions And Approved Answers Will Be Made Available Through Projnet. Solicitation Number: W912gb25r0019bidder Inquiry Key: 6itfg6-6jz9ewspecific Instructions For Projnet Bid Inquiry Access:1. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.2. Identify The Agency. This Should Be Marked As Usace.3. Key. Enter The Bidder Inquiry Key Listed Above.4. Email. Enter The Email Address You Would Like To Use For Communication.5. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form.6. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System.7. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System.specific Instructions For Future Projnet Bid Inquiry Access:1. For Future Access To Projnet, You Will Not Be Provided Any Type Of Password. You Will Utilize Your Secret Question And Secret Answer To Log In.2. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.3. Identify The Agency. This Should Be Marked As Usace.4. Key. Enter The Bidder Inquiry Key Listed Above.5. Email. Enter The Email Address You Used To Register Previously In Projnet.6. Click Continue. A Page Will Then Open Asking You To Enter The Answer To Your Secret Question.7. Enter Your Secret Answer And Click Login. Once This Is Completed You Are Now Logged Into The System.attachmentsattachment 1: Letter Of Commitment Sample/templateattachment 2: Past Performance Questionnaire (ppq)attachment 3: Statement Of Work, Dated 21 November 2024
Closing Date21 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, Construction Period Services And Commissioning For Project # 663-25-700 Ehrm Infrastructure Upgrades Design At The Seattle Va Medical Center In Seattle, Wa. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By August 2025. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $20,000,000 And $50,000,000. Please Note That The 365-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address Services & Deliverables Provided Under The Contract/task Order Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Seattle Va Medical Center (vamc) At 1660 South Columbian Way Seattle, Wa 98108. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Samuel Cornwell At Samuel.cornwell@va.gov And Contracting Officer Joseph Rossano At Joseph.rossano@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By 1:00 Pm Et On April 15, 2025. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0043 Seattle Ehrm Infrastructure Upgrades Design Project. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number All Questions Must Be Submitted To Samuel.cornwell@va.gov And Joseph.rossano@va.gov With The Subject Line Sf 330 Questions Seattle Ehrm Infrastructure Upgrades Design. The Cutoff For Question Submission Is 1:00 Pm Et On March 28, 2025. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date15 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Description(1) Contract Information: In Accordance With The Brooks Act, As Implemented By Far 36.6, The U.s. Army Corps Of Engineers (usace) Europe District (nau) Intends To Solicit And Award Up To Five Firm-fixed-price (ffp), Indefinite-delivery Indefinite-quantity (idiq) Multiple-award Task-order Contracts (matoc) With A Five-year Ordering Period And A Shared Capacity Of $45m. This Matoc Is For General Architect-engineering (a-e) Services In Italy Using Military Construction (milcon) Funding. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For Required Work. Each Contract Will Receive A Minimum Guarantee Of $2,500.00, Which Will Be Satisfied By A Task Order. Task Orders Will Be Ffp And Will Not Exceed $5,000,000.00. (2) Project Information: Design Work Includes Major And Minor New Construction, And Alteration, Repair Or Rehabilitation Of Various Structures Such As: Barracks, Multi-family And Single-family Housing Units, Utility Systems, Medical Facilities, Administrative Buildings, Vehicle Maintenance Facilities, Operation Facilities And Training Complexes, Storage Facilities, And Other U.s. Military Facilities.support May Include Planning Services Such As Comprehensive Master Plans, Installation Real Property Master Planning, Infrastructure Assessments, Planning And Design Charrettes, Cad/gis Mapping, Systems Analysis Of Existing Facilities And Infrastructure And Cost Estimates. Additional Support May Include Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations; Feasibility Studies, Other Special Studies, Geotechnical Investigations And Topographical Mapping Services, Programmatic Support Services, As-built Drawing Preparation And Engineering And Design During Construction.architect-engineer Services May Be Required For Developing Design Documents For A Design/bid/build Project, Or Request-for-proposal Packages For Design/build Projects. Projects May Involve Security Upgrades, Feasibility Studies (to Include Cost Estimating, Energy Conservation, Fire Protection, Environmental Assessments, Etc.), Safety Coordination And Construction Supervision And Inspection. Projects May Also Involve Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, Especially Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; And Development Of Healthful, Safe And Productive Work Environments.multi Disciplined A-e Services Are Expected To Include But Will Not Be Limited To The Following. The Project Information Is Not Listed In Order Of Importance, But The Primary Focus Of The Anticipated Work Is Noted. For More Detailed Project Information Reference Attachment 3 ? Statement Of Work, Dated 21 November 2024.? Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations? Site Investigations And Technical Assessments Of Existing Systems, Facilities And Infrastructure? Asbestos Surveys And Abatement Design? Anti-terrorism/force Protection (atfp) Assessments And Design? Feasibility Studies? Geotechnical Investigation, Soil Sampling And Testing? Structural Analysis And Testing? Systems Commissioning During Design? Energy Conservation? Value Engineering Studies? Technical Review Of Designs And Cost Proposals, Bid-ability, Constructability, Operability And Environmental Compliance Reviews? Construction Inspection; Quality Assurance; Safety Inspections; Materials And Equipment Testing Including Systems Commissioning; And Other General Engineering And Design Services During Construction.? As-built Drawing Preparation And Engineering And Design During Construction? Other General Engineering And Design Services? Professional Engineering Approvals, Certifications, Etc. As Required By Host Nation Laws And Country Agreements.(3) Selection Criteria: The Selection Criteria For The Matoc Are In The Following Order Of Importance. Criteria 1 To 5 Are Primary; Criterion 6 Is Secondary And Will Only Be Used As A Tie-breaker Among Firms That Are Essentially Equal: (1) Specialized Experience And Technical Competence, (2) Professional Qualifications, (3) Past Performance (4) Knowledge Of Locality (5) Capacity To Accomplish The Work And (6) Volume Of Dod Contract Awards. Interviews Will Be Conducted For A-e Firms Identified By The Selection Board And Will Be Conducted Virtually.1- Specialized Experience And Technical Competence:submittals Must Demonstrate The Specialized Experience And Technical Competence Of The Prime Firm, Joint Venture Partners, Consultants, Key Subcontractors And/or Free-lance Associates. The Firm Shall Submit A Maximum Of Six Projects Total. All Six Projects Shall Be At Least 90% Complete (from The Date Of This Announcement), Or Have Been Completed Within The Last Six Years From Date Of The Announcement. If More Than Six Projects Are Submitted, Only The First Six Projects Listed In The Proposal Will Be Evaluated. Projects Shall Include The Following Information: Which Prime Firm, Partner, Consultant Or Key Subcontractor Executed The Project, A Description/narrative/photos Of The Project, Scope, Location, Contract Dollar Award Amount And Final Dollar Cost, The Start Date, Original Contract Finish Date, The Actual Finish Date, Customer Poc With Current Phone Number And Email Information. Indicate Whether The Work Was Performed As The Prime Contractor, A Subcontractor, Or As A Partner Of A Joint Venture (jv). If Work Was Performed As A Subcontractor Or Jv Partner, Clearly Describe What Part Of The Work The Firm For Which The Experience Information Is Submitted Performed (both In Magnitude And Description Of The Work Performed). Projects Shall Also List Any Key Personnel That Worked On The Submitted Projects. Indefinite-delivery Contracts (idc), Where Numerous Task Orders Are Listed Together For The Exact Same Project And Are Completed Under The Same Base Contract Idc Are Acceptable.if The Experience Of Key Subcontractors Is Offered For Any Experience Requirements, Then A Letter Of Commitment Between The A-e Firm Or Joint Venture Partnership And The Subcontractor Is Required. The Letter Of Commitment Must Be Signed By Both Parties To Be Considered And An English Version/translation Must Be Provided. Please See Attachment 1 For An Example Letter Of Commitment. If The Letter Of Commitment Is Not Submitted Or Signed By Both Parties, The Experience Of The Subcontractor Will Not Be Considered.2 - Professional Qualifications: The A-e Firm Must Identify The Qualifications Of Personnel In The Following Key Disciplines: ? program Manager? project Manager? architect? civil Engineer? structural Engineer? mechanical Engineer? cost Engineer? construction Inspector? fire Protection Engineer? environmental Engineer? geotechnical Engineer? quality Manger? master Planner? electrical Engineerfirms Must Propose At Least One Person For Each Of The Key Disciplines; An Individual May Not Be Proposed For Multiple Disciplines. 3 - Past Performance: Firms Shall Submit The Past Performance Information Retrieval System (ppirs) Or Contractor Performance Assessment Reporting System (cpars) Evaluation For The Projects Submitted In Criterion 1. If No Cpars Or Ppirs Evaluation Is Available For A Project, Attachment Two (2), Past Performance Questionnaire (ppq), Shall Be Submitted To The Client For The Projects The Firm Includes In Its Proposal For Criterion 1. The Cpars, Ppirs Or Ppq Shall Be Included In The Submittal.firms May Also Include Performance Recognition Documents Received Within The Last Six (6) Years, Such As Awards, Award Fee Determinations, Customer Letters Of Commendation, Commercial And Foreign Government Evaluations And Any Other Forms Of Performance Recognition. To The Extent Such Documentation Is Not In The English Language, A Translation Must Be Provided In Order For The Documentation To Be Considered.in Addition To The Above, The Government May Review Any Other Sources Of Information For Evaluating Past Performance. Other Sources May Include, But Are Not Limited To, Past Performance Information Retrieved Through The Ppirs, Including Cpars, Using All Cage/uei Numbers Of Team Members (partnership, Jv, Teaming Arrangement, Or Parent Company/subsidiary/affiliate) Identified In The Proposal, Inquiries Of Owner Representative(s), Federal Awardee Performance And Integrity Information System (fapiis), Electronic Subcontract Reporting System (esrs), And Any Other Known Sources Not Provided By The Firm.while The Government May Elect To Consider Data From Other Sources, The Burden Of Providing Detailed, Current, Accurate And Complete Past Performance Information Rests With The Firm And The Government Is Under No Obligation To Check Other Sources.4 ? Capacity To Accomplish The Workfirms Shall Demonstrate The Capacity To Accomplish Up To Six Simultaneous Task Orders Annually With An Aggregate Value Of Up To $6,000,000.00 In The Required Type Of Work Within A One-year Period. This Is In Addition To The Existing Workload Being Performed Under Other Contracts. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In Key Disciplines To Complete The Task Orders And The Project Execution Strategy. The Evaluation Will Consider The Key Personnel Identified In Sections D, E, And G Of The Sf 330, As Well As Other Available Staff And Information Provided In Section H And Part Ii (sf 330, Part I, Section H, Item 1).a Management Plan Shall Be Presented That Articulates How Efforts Under This Contract Will Be Executed. The Management Plan Shall Include The Following Elements: ? Organization Structure And Staffing; ? Project Execution, Schedule, And Management; ? Quality Control And Processes. Please Note That No Key Subcontractor Substitutions Shall Be Made In An Awarded Contract Unless A Usace Contracting Officer Determines In The Exercise Of His/her Sole Discretion That The Proposed Substitution Is In The Best Interest Of The Government.i. Organizational Structure And Staffing: The Firm Must Clearly Describe Its Organization Structure And Provide An Organization Chart. The Description Must Identify All Offices Involved In This Project From The Headquarters Through To The Site Office, And How They Are Related. All Joint Venture Partners And Major Subcontractors Shall Be Addressed In This Description. The Description Shall Identify Whether Functions/positions Will Be Filled By Prime Or By Subcontractors. The Management Plan Must Indicate Which Firm Is Responsible For Each Item Of Work, The Interdisciplinary And Interoffice Communication And Supervision Process And The Procedure To Ensure High Quality Products And Services Within Cost Limitations And In Strict Compliance With Scheduled Performance.1. Clearly Delineated Lines Of Authority On The Organizational Chart (graph) Organized In A Precise And Logical Manner Including The Relationship Between The Headquarters Office And The Site Office, Including All Involved With The Management Of The Contract Including Subcontractors And Joint Venture Partners.2. The Graph And The Narrative Description Clearly Display The Planned Organization Structure.3. Comprehensive Descriptions Of Duties, Roles, Major Responsibilities, And Authorities For Specifically Identified Personnel Including Roles Of Authorities For Subcontractors And Joint Ventures Presented As A Logical Approach To Perform The Work Throughout The Contract, Including Which Roles And Personnel Are Identified To Communicate With The Government.ii. Project Execution And Management: The Firm Shall Provide Their Plan To Successfully Execute Multiple Task Orders Being Performed At The Same Location And Explain How They Would Coordinate With Other Firms If Operating At The Same Or Adjacent Site Locations. The Management Plan Should Also Explain The Approach And Ability To Execute Tasks In Each Of The Identified Countries. The Firm Shall Also Demonstrate Effective Coordination To Minimize Issues Regarding Different Time Zones And Work Schedules.iii. Quality Control And Processes: The Firm Shall Provide A Detailed Quality Control Plan And Processes For The Project.5 - Knowledge Of Localitysubmittals Must Demonstrate Knowledge Of Engineering And Design In Italy To Include Coordination With Host Nation Authorities. Additionally, Firms Must Demonstrate An Understanding Of Certification And Registration Requirements For Companies In Italy And The Ability To Meet The Requirements. Firms Must Also Demonstrate The Ability To Communicate In Italian And English.6 ? Volume Of Dod Contract Awardscurrent Dod A-e Contract Awards May Be Obtained From Cpars, And Verified And Updated During The Interviews With The Most Highly Qualified Firms. Only Awards Of A-e Contracts Will Be Considered But Includes Awards To All Branch Offices Of A Company, Except As Indicated In Defense Pgi 236.602-1(a)(6)(a)(2). This Criterion Will Be Used To Determine Equitable Distribution Of Dod Contracts. The Government Will Evaluate The Number Of Dod Contracts Awarded To The Firm Using Various Contracting Systems Which May Include But Is Not Limited To Federal Procurement Data System (fpds-ng), Electronic Document Access (eda) And Procurement Desktop Defense (pd2). The Intent Of This Criterion Is To Evaluate The Firms To Determine The Firm With The Lowest Number Of Dod Contracts.(4) Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Their Sf 330, Part I And Part Ii For Prime And All Consultants/subcontractors Through The Solicitation Module Of The Procurement Integrated Enterprise Environment (piee) Module At Https://piee.eb.mil/. Proposals Submitted By E-mail, Mail, Or Hand-carried Will Not Be Evaluated. Proposals Sent Through Proprietary Or Third-party File Transfer Protocol (ftp) Sites Or Department Of Defense Secure Access File Exchange (dod Safe) Will Not Be Retrieved. It Is The Responsibility Of The Offeror To Confirm Receipt Of Proposals. All Proposals Received After The Exact Time Specified For Receipt Shall Be Treated As Late Submissions And Will Not Be Considered Except Under Facts And Circumstances Allowed By The Federal Acquisition Regulation (far). For Instructions On How To Post An Offer, Please Refer To The Posting Offer Demo: Https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf.it Is The Responsibility Of The Offeror To Obtain Written Confirmation Of Receipt Of All Electronic Files Through The System.for The Purposes Of Determining Whether The Proposal Was Received Late In Accordance With Far 15.208, The Date And Time The File(s) Are Uploaded To Piee. Proposal Are Due No Later Than 3:00 Pm Central European Time (cet), 21 March 2025. Submittal Must Clearly Identify The Announcement Number. Regulation Requires That The Selection Board Not Consider Any Submittals Received After The Specified Time And Date. Late Proposal Rules In Far 15.208 Will Be Followed For Submittals Received After 3:00 Pm Central European Time (cet) On The Closing Date Specified In This Announcement. The Sf 330, 07/2021 Edition, Must Be Used, And May Be Obtained From The Following Web Site: Http://www.gsa.gov/portal/forms/download/116486. Include Uei And Cage Code In Sf 330 Part I, Section B, Block 5. Additionally, The Uei And Cage Code Should Be Identified In Sf 330 Part I, Section C, Block 9, For Each Team Member.font Size Shall Be 10 Pitch Or Larger. The Sf 330 Part 1 Shall Not Exceed 125 Pages (a4 Equivalent), Including No More Than 20 Pages For Section H. Each Side Of A Page Will Count As A One Page. Organizational Charts May Be Presented On A Sheet Up To 11 Inches By 17 Inches. A Part Ii Is Required For Each Branch Office Of The Prime Firm And Any Consultants/subcontractors That Will Have A Key Role In The Proposed Contract (i.e. A Part Ii Is Required For All Entities Identified In Sf 330 Part I, Section C Of The Submittal). Part Ii Of The Sf 330 And Past Performance Submittals Will Not Count Towards The 125-page Limit; However, Cover Letters, Company Literature And Extraneous Materials Are Not Desired. Sections E And G Of Sf 330 Part I Must Include Only Individuals Proposed To Perform The Anticipated Work, Including All Consultants/subcontractors. In Sf 330 Part I, Section G, Block 26, Along With The Name, Include The Firm With Which The Person Is Associated. A Maximum Of Six (6) Projects Including The Prime And Consultants/subcontractors Will Be Reviewed For Sf 330 Part I, Section F. Use No More Than Two Pages Per Project. When Listing Projects In Sf 330 Part 1, Section F, An Indefinite Delivery Contract (idc) With Multiple Task Orders As Examples Is Not Considered A Project. A Task Order Executed Under An Idc Contract Is A Project. Sf 330, Part I, Section H (additional Information) Shall Contain The Following Information At A Minimum. (1) Item 1 - Capacity. Reference Paragraph 4 Above. Provide A 1?2-page Narrative Discussing The Capacity Of The Design Firm To Meet Schedules, Including Adequacy Of Qualified Personnel Available And Past Experience In Meeting Tight Design Schedules. (2) Item 2 ? Management Plan ? Include The Information Requested In Paragraph 4 Above. (3) Item 3 - Volume Of Dod Contract Awards ? Reference Paragraph 6 Above. Provide A Complete Listing Of All Dod A-e Awards Within The Last 12 Months. For Idcs, Include Total Value Of Task Orders Issued By Agencies In The Last 12 Months, Not The Potential Value Of The Idcs. For All Types Of Contracts, Do Not Include For Consideration Options That Have Not Been Exercised.joint Ventures Shall Submit The Following Additional Documentation Of The Evidence Of A Joint Venture Entity: 1) Firms Shall Provide A Copy Of A Legally Binding Joint Venture Agreement, And 2) Identification Of The Party Who Can Legally Bind The Joint Venture. Joint Venture Agreements Will Not Count Against The Page Count. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal.provide In A Cover Letter Or At The Beginning Of Your Part I Submission The Names Of Two (2) Point Of Contacts That Will Be Responsible For Correspondence During This Solicitation. Names, Email Addresses And Phones Numbers Are Requested For Both Individuals.requests For Informationsubmit Technical Inquiries And Questions Relating To This Solicitation Via Bidder Inquiry In Projnet At (https://www.projnet.org) At Least 10 Calendar Days Prior To The Date Established In The Rfp For Receipt Of Proposals. The Government Reserves The Right To Decline Addressing Questions Received Less Than 10 Calendar Days Prior To Receipt Of Proposals.to Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment Or Question Will Receive An Acknowledgement Via E-mail, Followed By An Answer After It Has Been Processed By Our Technical Team. All Timely Questions And Approved Answers Will Be Made Available Through Projnet. Solicitation Number: W912gb25r0018bidder Inquiry Key: Extp9j-3udxygspecific Instructions For Projnet Bid Inquiry Access:1. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.2. Identify The Agency. This Should Be Marked As Usace.3. Key. Enter The Bidder Inquiry Key Listed Above.4. Email. Enter The Email Address You Would Like To Use For Communication.5. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form.6. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System.7. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System.specific Instructions For Future Projnet Bid Inquiry Access:1. For Future Access To Projnet, You Will Not Be Provided Any Type Of Password. You Will Utilize Your Secret Question And Secret Answer To Log In.2. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.3. Identify The Agency. This Should Be Marked As Usace.4. Key. Enter The Bidder Inquiry Key Listed Above.5. Email. Enter The Email Address You Used To Register Previously In Projnet.6. Click Continue. A Page Will Then Open Asking You To Enter The Answer To Your Secret Question.7. Enter Your Secret Answer And Click Login. Once This Is Completed You Are Now Logged Into The Systemattachmentsattachment 1: Letter Of Commitment Sample/templateattachment 2: Past Performance Questionnaire (ppq)attachment 3: Statement Of Work, Dated 21 November 2024
Closing Date21 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: Update: The Sf 330 Submission Due Date On This Presolicitation Notice Is Updated To April 28, 2025, 8:00 Am, Pst To Match The Original Response Date Indicated In The Sam Posting Under General Information. This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. General Information Veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 463-26-101, Cooling Upgrades, At The Anchorage Va Medical Center In Anchorage, Ak. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In June, 2025. The Anticipated Period Of Performance For Completion Of Design Is 236 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 236 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Susan Howe At Nco20aesf330@va.gov And Susan.howe2@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf . The Sf 330 Submission Is Due By April 28, 2025, 8:00 Am, Pst. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission 36c26025r0058 Project 463-26-101, Cooling Upgrades. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: Sam Unique Entity Identifier Tax Id Number Cage Code Primary Point Of Contact S Email Address And Phone Number All Questions Must Be Submitted To Susan.howe2@va.gov And Debra.little@va.gov With The Subject Line Sf 330 Questions - 36c26025r0058 Project 463-26-101, Cooling Upgrades. The Cutoff For Question Submission Is April 9, 2025 8:00am, Pst. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. A-e Selection Process Firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. Primary Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. A Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Civil Engineer Mechanical Engineer Structural Engineer Also Submit Resumes For Other Key Positions And Disciplines Required For This Project Which May Include Among Others: Architect (leed Certified) Cadd Technician Cost Estimator Electrical Engineer Environmental Engineer Fire Protection Engineer Geotechnical Engineer Industrial Hygienist Interior Designer Leed Consultant Life Safety Engineer Physical Security Specialists Plumbing Engineer Project Manager Quality Assurance Registered Communications Distribution Designer (rcdd) Security Specialist Offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. Selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H): The Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Cooling Upgrades. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In Upgrading Cooling Systems: Design A Complete Air-cooled Chiller Plant System, To Replace The Existing Single Pass Well System, As Recommended By The Cooling Study That Was Completed In January 2024, Attached. The Current Cooling Load For The Building Is Approximately 460 Tons. Future Cooling Loads Should Be Considered During Sizing. Analyze Existing Power Distribution Capacity And Upsize/expand As Needed To Support The Chiller Design. Provide A Design For A Prescribed Process That A Contractor Can Clearly Follow In Order To Thoroughly Remove Exterior Scaling And Interior Scaling On All Ten Air Handler Cooling Coils To Return Them To Like New Performance. Design Shall Be In Accordance With Va Design Specifications, And Design Guides Found In The Til. Submissions Shall Include The Following Information For Example Projects: Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract Or Task Order Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. Submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. Three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. Submit Example Project Information In Section F Of The Sf 330. Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants (if Any), In Section H Of The Sf 330: The Management S Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. The Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient. Narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. Selection Criteria 3, Capacity (section H) The Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. Selection Criteria 4, Past Performance (section H) The Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. For Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. Selection Criteria 5, Knowledge Of The Locality (section H), The Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Anchorage, Ak. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Selection Criteria 6, Experience In Construction Period Services, (section H) The Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: Solicitation Support Services Professional Field Inspections During The Construction Period, Both Scheduled And Emergent Coordination With Commissioning Requirements/commissioning Services Review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance Support In Answering Requests For Information (rfi) During The Construction Period Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates Maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. Providing Timely And Complete Responses To Requests For Information Providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications Providing Record Drawing Documentation Process For Correcting Design Errors/omissions Identified During Construction Attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences Providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction Site Visits During Construction Both Scheduled And Emergent Ensuring Compliance With The Design Drawings And Specifications Preparation Of Site Visit Reports Generation Of Punch-list Reports Review Of Construction Project Modifications For Cost And Technical Acceptability Attendance And Participation During The Final Acceptance Inspection Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings Maintenance Of Rfi Logs Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Production Of As-built Documentation The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Alaska Va Healthcare System, Outpatient Clinic, 1201 N. Muldoon Rd., Anchorage, Ak. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.
Closing Date28 Apr 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Da8-infra-2025-15 (id No. Bt-25-infra-hvcdp 39838-0003) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Hvcdp-2025 Current Fund Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos Only (p1,200,000.00) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of 4 Units Cacao Dryer Located At (i) Brgy. Apolonia, Paranas, Samar, (ii) Brgy. Nenita, Mondragon, Northern Samar, (iii) Brgy. Juangon, Malitbog, Southern Leyte, And (iv) Brgy. Tongonan, Ormoc City, Leyte”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works For The Four (4) Sites Is Required Within Eighty (80) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders. Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of 4 Units Cacao Dryer Located At (i) Brgy. Apolonia, Paranas, Samar, (ii) Brgy. Nenita, Mondragon, Northern Samar, (iii) Brgy. Juangon, Malitbog, Southern Leyte, And (iv) Brgy. Tongonan, Ormoc City, Leyte Scope Of Work: 1,200,000.00 Location: Brgy. Apolonia, Paranas, Samar 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Nenita, Mondragon, Northern Samar 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq. M. Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq. M. Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq. M. Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Juangon. Malitbog, Southern Leyte 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sqm Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sqm Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Location: Brgy. Tongonan, Ormoc City, Leyte 300,000.00 Special Items 1 L.s. 200 Microns Uv Film, 5mm Pe Foam Insulator, Rubber Proctection, And 1" Aluminum Channel Lock & Wiggle Wire, Insect Mesh 30 1 L.s. Galvanized Iron Pipes, Schedule 40 12 Each Dryer Tray 28.47 Sq M Plain G.i. Sheet General Requirements 30 Sq M Temporary Facility & Storage 3 Each Project Billboard & Recognation Plate 1 L.s. Mobilization And Demobilization Earthworks 30 Sq. M. Clearing And Grubbing 0.4 Cu M. Structural Excavation (common Soil) Structural Concrete 0.2 Cu M. Structural Concrete, Class A Mixture 21 Kgs Reinforcing Steel 5.03 Sq M Falseworks And Formworks Metal Structures 1 L.s. Metal Structures (tubular Square Steel, And Base Plate) 11 Sq M Corrugated Metal Roofing Ga26 Carpentry And Joinery Works 56 Bd Ft Wood Floor Frame (good Lumber) And 1" Thk Marine Plyboard) Painting Works 21.37 Sq M Painting Works (steel) Electrical Works 1 L.s. Circuit Break, Conduits, Boxes, Fittings, And Electrical Wires Mechanical Works 5 Each Ventilation Equipment (axial Type Blower & Hygrometer) Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Provide Contractor's All Risk Insurance (cari) 2. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 3. Complete The Construction Of Four (4) Sites Within 80 Calendar Days; 4. Provide Necessary Tools For The Satisfactory Completion Of The Project; 5. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 6. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 7. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 8. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 9. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 10 Attend Pre-construction Meeting. 11. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 12. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 13. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Five Thousand Pesos Only (p5,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 28, 2025, 9:00 Am (bac-secretariat Time) At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Date12 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.6 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: This Amendment Extends The Submission Due Date To February 28, 2025 By 12pm Pacific Time. this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For A Complete Design For Project # 663-22-105 Sea Building 1 Hood Control System At The Va Puget Sound Healthcare System In Seattle, Washington. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $26m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Late March 2025. the Anticipated Period Of Performance For Completion Of Design Is 301 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000 And $2,000,000. Please Note That The Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Kaycee Benson At Kaycee.benson@va.gov And Contracting Officer Ty Draszt At Nco20aesf330@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf . the Sf 330 Submission Is Due By February 28, 2025 By 12pm Pacific Time. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System. the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Kaycee.benson@va.gov With A Courtesy Copy To Ty.draszt@va.gov With The Subject Line Sf 330 Questions - 36c26024r0100_2 Project 663-22-105 Sea Building 1 Hood Control System. The Cutoff For Question Submission Is February 20, 2025 By 10am Pacific Time. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: cost Estimator cadd Technician civil Engineer fire Protection Engineer industrial Hygienist mechanical Engineer physical Security Specialist plumbing Engineer project Manager structural Engineer environmental Engineer offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H): the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Expansion And Renovations In Research & Development (r&d) Laboratory Spaces Within Specialty Care Clinics. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In: medical Center Additions And Renovations For R&d Laboratory Spaces, repair Existing Conditions And Issues In The Renovated And New Construction Space provide New Mechanical, Telecommunications, Electrical And Fire Protection, For The New And Renovated Spaces. phasing Of The New Construction And Renovation To Minimize Disruption To The Hospital Which Must Remain Operational Throughout Construction. other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials Sustainable Design Practices And Decommissioning And Coordination. submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than 5 And No Less Than 3 Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient. narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Washington. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Va Puget Sound Healthcare System In Seattle, Washington. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. attachments
Closing Date28 Feb 2025
Tender AmountRefer Documents 

BATANGAS STATE UNIVERSITY ALANGILAN Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Procurement Of Books For Lamb Libraries 2024 1. The Batangas State University, Through The Program Of Receipts And Expenditures Fy 2024 And Supplemental Budget Fy 2024 Intends To Apply The Sum Of Four Million Eight Thousand Fifty-eight Pesos (php 4,008,058.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Books For Lamb Libraries 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Description Approved Budget For The Contract Cost / Price Of Bidding Documents 1 Aerospace, Automotive, Mechanical, Naval Architecture And Marine Engineering Php 291,555.00 Php 500.00 2 Agriculture And Forestry Php 159,784.00 Php 500.00 3 Architecture, Fine Arts, And Design Php 545,368.00 Php 1,000.00 4 Chemical, Petroleum, Industrial And Food Engineering & Technology Php 415,785.00 Php 500.00 5 Civil, Environmental, And Sanitary Engineering Php 601,261.00 Php 1,000.00 6 Electrical, Electronics, Instrumentation, And Mechatronics Engineering Php 350,581.00 Php 500.00 7 General Education/ General Engineering Php 219,678.00 Php 500.00 8 Information Technology And Computer Science Php 648,129.00 Php 1,000.00 9 Civil/ Construction/ Highway, Urban, Environmental And Sanitary Engineering Php 775,937.00 Php 1,000.00 2. The Batangas State University Now Invites Bids For Procurement Of Books For Lamb Libraries 2024. Delivery Of The Goods Is Required Fifteen (15) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 09, 2024 – January 03, 2025 By Downloading The Same, Free Of Charge From The Website Philgeps And The Batangas State University (http://www.batstate-u.edu.ph). Provided, However, That Bidders Shall Pay The Applicable Fee For Bidding Documents, Pursuant To The Guidelines Issued By Gppb, Not Later Than The Submission Of Their Bids. The Amount Of The Bidding Documents Is On A Per-lot Basis Which Should Be Directly Deposited To The Account Of Batangas State University Only Upon Coordination To The Bac Secretariat For The Details Of Payment. Prior To The Deadline Of Submission Of Bids, The Bidder Shall Send A Copy Of The Proof Of Payment Of Purchase Of Bidding Documents To The E-mail Address Identified In The Invitation To Bid. Only Bidders With A Confirmed Payment Shall Be Allowed To Submit Their Bids, Which Shall Not Be Beyond The Deadline Specified For The Submission Of Bids. The Bac Secretariat Shall Be Responsible For The Confidentiality Of The Submitted Documents And Integrity Of The Submission Process. Note: For The Complete Set Of Invitation To Bid/bidding Documents, Kindly See The Associated Components Attached.
Closing Date10 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)
7111-7120 of 7179 archived Tenders