Civil Engineering Tenders
Regional Council of Meeting Tender
France
Details: The Réunion Region, Project Owner ("the Buyer"), Is Looking For French And International Economic Operators To Be Included In The Panel Of Companies To Be Consulted During A Sourcing Phase Prior To The Launch Of A Consultation For The Award Of The Works Contract For The Construction Of A 2500m Viaduct At Sea Between La Grande Chaloupe And La Possession. The Design Studies For This Viaduct Being In Progress, Neither Its Sizing, Its Characteristics Or The Construction Methods Have Been Decided; Operators Are Therefore Expected To Discuss These Subjects In Order, Where Applicable, To Integrate Them Into Future Studies. This Call For Skills Is Aimed At Construction Companies, Particularly Specializing In Civil Engineering Of Maritime Works, And/or Qualified In The Field Of Dredging, Drilling And Rock Removal, Underwater Work And Transport By Adapted Nautical Means. Interested Operators Are Invited To Participate In This Sourcing Which Will Be Carried Out In Two Stages, As Follows: (i) Questionnaire To Be Completed With General Information About The Company, And Technical Provisions, Administrative Provisions And Good Practices Relating To The Project. (ii) For All Or Some Of The Operators, An Exchange By Videoconference Or In Person (approximately 4 Hours). The Buyer Will Be Free To Choose The Operators Invited To Take Part In This Interview, The Objective Being To Allow The Expression Of Varied Ideas And Perspectives.
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Presolicitation Notice
presolicitation Notice
page 3 Of 14
presolicitation Notice
*=required Field
presolicitation Notice
page 1 Of 14
synopsis:
project Title:
pre-solicitation Notice For 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Saint Louis Va Medical Center John Cochran Division And Jefferson Barracks Division, Saint Louis, Mo.
contract Information
a. This A/e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work.
b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6.
c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements.
d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. 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.
e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available At This Time. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Abby.monroe2@va.gov And Matthew.finley@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed.
g. The Naics Codes For This Procurement Is 541330 Engineering Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 60 Days (including An Estimated 34 Vpih Oversight Days During Construction Period Services.) Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $250,000 And $500,000.
h. Database Registration Information:
verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered.
system For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package.
j. The Excluded Parties List System (epls):
to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities.
k. E-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54)
l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically.
m. Completed Package Shall Be Delivered Electronically On Or Before 4/22/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Matthew Finley, Contracting Officer @ Matthew.finley@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov.
project Information
the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An Ae/industrial Hygiene Firm On A Project That Will Produce A Finished Design Package For A Hazardous Material Abatement Project. This Package Will Be Used To Procure A Separate Construction Contract To Perform The Actual Abatement At John Cochran (jc) And Jefferson Barracks Divisions, St. Louis, Mo.
for This Project, Vpih Firm Will Provide Basic Professional Services As Delineated In The Scope Of Work For Vpih. Final Abatement Design Documents Are Required No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
supplement B
scope Of Work:
a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc. The Sow Includes Vpih For Additional Sampling, Designing An Abatement Plan, Specifications, Review And Approval Of Abatement Work Plan, And Abatement Oversight During Abatement Including 3rd Party Air Monitoring As May Be Required By Federal, State And Local Guidelines.
this Delivery Order Shall Cover The Following Tasks.
a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment.
the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project.
the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project.
general Statement
a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Conduct Hazardous Material Abatement, Stl-jb&jc
2. Design Development:
a. The Vpih Shall Make Investigations Necessary To Thoroughly Evaluate The Area. This May Include, But Not Limited To, Hazardous Materials Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area.
b. Upon Completion Of Initial Field Survey And Assessment, Provide A Comprehensive Report Of Existing Conditions And Findings To Vastlhcs Facility Engineering Service. Hazardous Material Surveys And Design Shall Be In Compliance With National Emissions Standard For Hazardous Air Pollutants (neshap) Requirements For Renovation And Demolition Projects.
c. The Va Team Will Evaluate And Identify Any Additional Project Scope Based On The Survey Findings.
d. This Project Will Be Phased Such That It Impacts Hospital Function As Little As Possible.
3. Abatement Document:
a. After The Va Approves The Vpih Proposed Scope Of Work, The Vpih Shall Prepare Abatement Documents Necessary To Accomplish The Approved Design Development Including Drawings And Specifications.
4. Review Of Abatement Work Plan:
a. The Vpih Shall Review The Contractor S Proposed Abatement Work Plan And Provide Approval Before Proceeding To Construction.
5. Abatement Oversight Service:
a. The Vpih Shall Perform Oversight Services As Detailed Later In This Scope Of Work.
6. Functional Product:
a. It Is Important To Emphasize That The Vpih Shall Perform Design Development And Detailed Design Work And Prepare Detailed Abatement Documents.
b. Vpih Survey: The Vpih Firm Will Complete A Survey, To Include Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area. This Project Will Remove All Lead And Asbestos In Areas Being Renovated.
c. Reference Va Asbestos Abatement Design Manual (pg 18-10) July 2011:
i. 1.8 Design Requirements: The Following Elements Are Required For All Asbestos Abatement Project Designs For Va Facilities:
i. All Project Designs Must Be Developed And/or Reviewed And Approved By An Epa Model Curriculum Trained And Applicable State Accredited Asbestos Project Designer. This Is To Ensure That All Applicable Federal, State, And Local Regulations Are Followed Regarding The Design Of Asbestos Abatement Projects. These Regulations Include, But Are Not Limited To, Epa Neshap Requirements, City Of St. Louis Air Pollution Division Requirements St. Louis County Air Pollution Division Requirements, And Missouri Department Of Natural Resources (mdnr) Requirements. Va Representatives Conducting Peer Review Of Asbestos Designs Need Not Be Accredited Asbestos Project Designers.
ii. All Asbestos Inspections Performed In Va Facilities For The Purposes Of Gathering Information For The Development Of The Asbestos Abatement Project Design Must Be Performed By Epa Model Curriculum Trained And Applicable State-accredited Asbestos Building Inspector.
iii. Va Master Specifications Have Been Developed For Typical Asbestos Abatement Work. The Appropriate Sections Shall Be Edited To Meet The Project Scope Of Work And Specific Project Requirements.
iv. The Vpih Shall Carefully Coordinate Specifications With The Drawings So That All Work Required By The Drawings Is Included In The Specifications. Specification Content That Does Not Apply To The Project Shall Be Deleted.
v. The Vpih Shall Modify The Existing Master Specifications, When Feasible, To Address Any Abatement That Is Not Specifically Identified By The Va Master Specifications.
ii. 1.9.2 Drawings The Following Criteria Must Be Used When Creating Drawings To Be Used In Support Of The Asbestos Abatement Project.
i. Refer To Va Design And Construction Procedures For General Drawing Requirements.
ii. Consolidate Notes And Place Them On The Right-hand Side Of The Sheet.
iii. Show Scale, Compass Point, Orientation, Key Plan, Title, Column Grids And Numbers, Match-lines, Room Numbers And Titles Corresponding To The Architectural Drawings.
iv. Clearly Identify All Locations Of Materials To Be Removed During The Asbestos Abatement Project.
v. Clearly Identify Any Life-critical Systems That Exist In Abatement Areas To Ensure That These Systems Are Isolated And Not Disturbed During The Project.
iv. 2.3.1 Abatement Work Tasks: The Specific Acm To Be Abated During The Asbestos Abatement Project Must Be Identified On The Detailed Plan And Project Drawings. A Summary For Each Work Task To Be Performed During The Abatement Project, As Well As A Summary Of The Techniques To Be Used, In Addition To Safety Precautions And Methods Must Be Included In The Design.
v. 2.3.2 Unexpected Discovery Of Asbestos: For Any Previously Untested Building Components Suspected To Contain Asbestos And Located In Areas To Be Impacted By The Work, Additional Samples Will Need To Be Collected Of Any Materials Found To Determine The Presence Or Absence Of Asbestos. The Sampling Must Be Performed By An Ahera Accredited Asbestos Building Inspector.
d. All Spaces Within The Scope Of Work Must Be Designed According To Applicable Codes And Standards.
e. The Vpih Shall Submit A Design Narrative (15%) And Design Plans (100% Contract Docs For Va Review, And Release For Construction Set) Specifications, Submittals Schedule, And Other Documentation In Accordance With The B4 Design Deliverables Section Of This Supplement B. The Construction/abatement Work Will Be Performed Under A Separate Construction/abatement Contract Awarded By The Va. As A Result, The Construction Documents Must Conform To The Estimated Total Construction Cost Price, Not Including Any Contingencies, And Convey The Entire Construction Work Completely And Clearly, Such That Any Bidder Can Produce An Accurate Bid Without Surveying The Work Site.
f. The Vpih Will Also Participate In The Vastlhcs Pre-construction Risk Assessment To Determine The Requirements Hazardous Material Abatement And Limitations On Vibrations, Noise, And Disruptions To Operations And Utilities. The Results Of These Assessments Will Be Included In Documentation Submitted By The Vpih Pursuant To, And Inclusive Of, The Construction Documents.
g. Prior To Submittal Of A Response To This Proposal The Vpih Shall Meet With The Contracting Officer S Representative (cor) At The Proposed Project Site To Review The Scope Of Services And The Project Goals. The Cor Will Provide Vpih With A Copy Of The Portions Of The Latest Facilities Condition Assessment (fca) Applicable To This Project.
h. Overall Site Plans Will Be Provided As A Reference Drawing With Room Numbers Showing The Areas Within The Project Boundary.
i. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
1. Vpih Responsibilities:
a. Determine If Asbestos, Lead Or Mold Is Present. If Found, Design A Method For Abating/remediating All Asbestos Containing Materials, Lead Containing Materials And Mold Contaminated Items Impacting This Project.
b. Determine Location Of Asbestos, Lead And/or Mold Contamination, And Any Water And Moisture Damage. Work With The I.h. To Uncover And Assess Hidden Areas. To The Extent Possible, All Materials Known Or Suspected To Be Disturbed Or Otherwise Impacted During This Project Must Be Sampled Prior To Demolition And Included In The Abatement Design. If Materials Are Unable To Be Sampled During The Design Phase Of The Project, They Must Be Sampled During Selective Demolition Processes During The Construction Phase Or Otherwise Treated As Acm.
c. For Mold Contamination, Determine The Contributing Factors To The Mold Development.
d. For Asbestos And Lead Contamination, Determine The Extent Of Abatement Required To Eliminate All Impacts To This Project.
e. Develop The Abatement Design For Areas & Materials Covered Under The Project In Accordance With Epa And Vha Guidelines.
f. Review The I.h. Report.
g. Produce A Written Report And Drawings Compiling All Necessary Information.
ii. Va Professional Industrial Hygienist (vpih):
the Vpih Will Retain A Specialist In Vpih Services To Provide Sufficient Oversight Of The Abatement Process. The Following Vpih Services Will Comply With Federal, State And Local Laws And Regulations:
1. Review Of Contractor Provided Asbestos Abatement Plan: The Vpih Is Responsible For Reviewing And Approving The Contractor's Professional Industrial Hygienist (cpih) Work Plans. Provide Comments And Recommendations To Ensure Va Personnel And/or Patients Are Not Exposed To Asbestos Fibers.
2. Provide Air And Materials Sampling: Provide Air And Materials Sampling Of The Construction Site To Verify That No Asbestos Fibers Were Released During The Asbestos Abatement Activities. Provide Materials Sampling Within The Construction Site When Suspect Materials Are Uncovered And It Is Unconfirmed If The Material Contains Asbestos Or Lead. Field Work And Sampling Activities Shall Be Performed By Trained Personnel Under The Direction Of A Licensed Industrial Hygienist Or Board Certified Microbial Consultant.
3. Provide Abatement Oversight: Provide Oversight Of The Abatement Contractor To Ensure Compliance With Abatement Laws And Regulations.
4. Provide Final Clearance: Ensure The Contractor Has Completed The Abatement Work Required And Provide Final Clearance That The Abatement Work Is Complete And There Are No Impacts To The Medical Center.
5. Provide Final Report: Provide A Final Report Showing Daily Logs, Sampling Results And Collected Documents.
all Work Shall Be In Compliance With Applicable Laws, Regulations And Procedures Published Or Issued By Federal, State And Local Regulatory Agencies For The Abatement And Control Of Hazardous Materials.
design Timeframe: Vpih Shall Deliver Final Abatement Design Documents No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
the Follow On Separate Construction Project Will Conduct Abatement Of Hazardous Material (asbestos, Lead) At Vastlhcs John Cochran Division And Jefferson Barracks Division. Limited Abatement Will Occur Based On Findings Of The Most Recent Survey (friable Materials Found, Flaking Lead-based Paint, Etc.) And Investigations Of The Vpih. Areas To Be Abated Are Identified And Coordinated With In-house Construction Crew Work Or Maintenance & Operations Needed Repairs. Abatement Could Occur At Any Of The John Cochran Or Jefferson Barracks Divisions Buildings Depending On Priority Of Upcoming Ihcc & M&o Work. Provide A Proposal To Include All Labor, Materials, Equipment And Cpih Services To Perform The Following Work Items. The Estimate Of Construction Cost Is Between $250,000 And $500,000 (far 36.204).
3. Evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size.
qualifications (sf330) Submitted By Each Firm For Project Number: 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Va Medical Center S Saint Louis John Cochran Division And Jefferson Barracks Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance:
1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer.
2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects That Are Similar In Scope. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design.
3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated.
4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Similar Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years.
5. Estimating Effectiveness.â Provide Information On The Five (5) Most Recently Awarded Construction Projects That Were Designed By This A/e Team.â Provide The Project Title, Brief Scope Of Work, A/e Team S Construction Estimate Total And Actual Construction Award Price.â If The Difference Is Greater Than 10% Explain Why The A/e Believes The Difference Was Greater Than 10%.â If The Team Does Not Have Any Recent Projects, Provide The Same Information On Projects That The Prime A/e For This Team Was The Prime A/e For The Past Projects.â Provide The Names, Titles And Experience Of The Persons That Will Perform The Design For Each Discipline; And Then Has Oversight Of The Entire Estimate.
6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations, These Will Be Reviewed
Closing Date22 Apr 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, Reports And Construction Period Services For Project # 549-220 Correct Bonham Clc For Patient Privacy Phase 1 Minor Design Project Located At The Sam Rayburn Memorial Veterans Center Located At 1201 East 9th St. Bonham, Texas 75418. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, Commissioning, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. 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 M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541310 Architectural Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Award Is Projected To Be Made In August 2025. The Anticipated Period Of Performance For Completion Of Design Is 278 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction For This Project Is $10,000,000 And $20,000,000. Please Note That The 278-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: The Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. 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 Secondary Selection Criteria (if Necessary). The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria (listed In Descending Order Of Importance): Specialized Experience And Technical Competence (sections F And H): There Are Two Parts To This Factor Submitting Projects In Section F That Demonstrate Required Experience And Providing Section H Narratives As Stated Below. Both Parts Must Be In The Sf 330 Submission. Part I: The Projects Should Demonstrate Specialized Experience And Technical Competence In Design And Construction Period Services Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, And Hvac. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols. Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements Will Be Evaluated. Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Evaluated Where Appropriate. Submissions In Section F Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is De- Fined As Those Task Requirements Identified In The Attached Statement Of Work And This Notice. Recent Is Defined As Ae Services Provided On Projects That Have Ended (construction Is Complete, Or Construction Was N/a) Within The Past Five (5) Years. At Least One Project Must Have Been Completed By The Sdvosb Proposing As Prime For This Project; All Projects Cannot Be From Stand-alone Subcontractors. Each Project Shall Include The Following: Project Title And Location (city And State) Awarded Contract Number Associated With The Project. Years Completed Professional Services Start And End Dates. Construction Start And End Dates Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Detailed Narrative Describing: The Scope Of Services Provided Including The Type Of Work Performed By The Offeror. Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor. The Firm Completing The Project As Prime Must Match The Past Performance Firm Name. If A Partner To A Jv Completed The Project, Do Not Put The Jv Firm Name Down As Completing The Work. Dates For Completion Of A, B, And C Services. State If Construction Period Services Was Done On The Project. Services & Deliverables Provided Under The Contract/task Order. Awarded Ae Fee Contract Value, Including Options. Ae Cost Estimate Vs. Actual Construction Cost The Narrative Shall Describe Actions Taken That Demonstrate The Required Experience. Merely Making A List Of Relevant Areas From The Va Requirements List On The Side Of The Section F Project Is Not Demonstrating In Narrative Form Actions Taken On A Project. Note: Awards To Overseas Offices For Projects Outside The United States, Its Territories And Possessions, And Awards To A Subsidiary If The Subsidiary Is Not Normally Subject To Management Decisions, Bookkeeping, And Policies Of A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company, Will Not Be Considered Under This Factor. Part Ii: The Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach, Including Flow Of Communication And Roles/responsibilities. This Is Not The Organization Chart In D. The Coordination Of Disciplines And Subcontractors, Including Flow Of Communication And Hiring Practices Design Quality Management/control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Professional Qualifications (sections C-e, G, H): Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. At Least One Resume Must Be Submitted For Each Of The Positions Below With The Role In This Contract Box Filled With A Title Matching This List. The Resume Shall State The Role The Specific Individual Filled On Each Project Listed, And Not A Generic Overview Of The Project. Each Project Must Also State If The Individual Worked On The Design Or Construction Period Services, Or Both. Key Positions And Disciplines Required For This Project Include: Architect (leed Certification/us Green Build Council Certification Cadd Technician 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 Interior Design Information Technology Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. Include Documentation That Demonstrates Your Firm Has Discussed This Opportunity With Each Subcontractor And Agreed To A Part Ii Being Submitted As A Proposed Subcontractor. The Information Provided In Sections C-e, G, And H Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Per-centages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Pro-vided In The Sf 330. Past Performance (section H): Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (use Attached Ppq If No Cpars Data Is Available) Must Be Provided For All Projects Submitted Under Section F Of The Sf 330. The Following Information Must Be Specified On Each Performance Report: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Cpars Data And Ppqs Do Not Count Toward The Page Limitation. Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For In-formation. Their Timely Replies Would Be Appreciated. The Information For This Factor Must Be Provided In Section H Of Sf 330. Knowledge Of Locality (section H): 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 If Prior Experience In Or Specific Knowledge Of The Local Area Is Minimal, Describe How The Team Plans To Obtain Any Specific Knowledge Of Certain Local Conditions Or Project Site Features Required For This Project. 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. The Information For This Factor Must Be Provided In Section H Of Sf 330. Experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each Project In Section H As Well. Refer To The Statement Of Work For Review Timeline Expectations. The Firm Shall Provide A Detailed De-scription Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Drafting Sows And Cost Estimates In Support Of Contract Changes 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. Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Five (5) Years. Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations, And What The Process Is To Resolve Issues. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location: Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Project Site Located At Sam Rayburn Memorial Veteran Center 1201 E. 9th Street Bonham, Texas 75418. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). * The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submission Contents Firms Are Required To Submit Two Documents.: One Sf 330, Architect/engineer Qualifications, Part I And Ii, And Any Attachments, As A Pdf On The Sf330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. Format Of Submissions The Page Limitation Of The Sf330 Pdf Submission Must Not Exceed A Total Of 50 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Every Page Of The Pdf Will Count Toward This Page Limit Except: Copies Of Licensure, If Included Cpars And Ppqs Subcontractor Agreement Documentation, And Part Ii Of The Sf330 Do Not Combine Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. 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 5) Note: If You Are Submitting As A Joint Venture, The Managing Partner Must Be Certified In Vetcert As An Sdvosb In Order To Be Evaluated. 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. Each Page Must Be In Arial Size 12 Font, Single Spaced. Submit One (1) Sf330, Statement Of Qualifications And Any Attachments And One (1) Completed Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment Via Email To Both The Contract Specialist Shawn.tavernia@va.gov And To The Contracting Officer Bridget.may@va.gov. The Subject Line Of The Email Must Read: Sf 330 Submission; 36c77625r0040 And Correct Bonham Clc For Patient Privacy Phase 1 Minor Design The Sf 330 And Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. Technical Questions All Questions Must Be Submitted To Bridget.may@va.gov And Shawn.tavernia@va.gov With The Subject Line Sf 330 Question(s) - Correct Bonham Clc For Patient Privacy Phase 1 Minor Design . The Cutoff For Question Submission Is 2:00 Pm Et On April 24, 2025. Questions Will Be Answered Through Modification To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. Submission Due Dates All Responses Are Due Via Email On Or Before May 8, 2025, At 2:00 Pm Eastern Time. Note: 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. All Emails Must Be Received By The Va Email Server By 2:00 Pm Et. The Time Will Not Be Based On When Firms Hit Send . Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. Other Information All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses, And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. All Joint Ventures Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s. List Of Attachments
Closing Date8 May 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: Update: Rfi # 4
revised Draft Rfp And Draft Lease Of Property
department Of The Air Force Request For Information (rfi): Commercial On-base Lodging (cobl) Privatization Revised Draft Request For Proposals (rfp) And Draft Lease Of Property Posted For Industry Review
this Rfi Is For Informational And Planning Purposes Only. It Is Not A Solicitation For Proposals, Bids, Or A Guarantee Of Any Future Contract. The Government Will Not Award A Contract Solely Based On Responses To This Rfi.
project Overview:
the Department Of The Air Force (daf) Plans To Enhance On-base Lodging For Airmen, Guardians, And Their Families By Executing The Commercial Lease Of Transient Lodging At Its Installations Across The United States, Territories, And Possessions. This Initiative Aims To:
expedite Facility Renovations And Construction.
leverage Private Sector Best Practices To Increase Operational Efficiency.
provide A More Consistent And Improved Lodging Experience For Military Travelers.
support, Sustain, And Enhance Installation Mission Readiness And Capability.
the Daf Envisions A Phased Approach, Beginning With A Group Of Installations (group A), Followed By A Decision On The Acquisition Strategy For The Remaining Installations (group B). The Project Will Involve A Competitive Selection, Negotiation, And Closing Of A Long-term Commercial Lease Encompassing Approximately 17,000 Rooms Across Approximately 60 Installations. The Commercial On-base Lodging (cobl) Program Management Office Within The Air Force Installation & Mission Support Center (afimsc) Is Leading This Effort.
purpose Of This Rfi:
this Is The Fourth Rfi Related To The Cobl Privatization Initiative. This Rfi Provides A Revised Draft Rfp Based On Feedback Received From Rfi #3, Includes The List Of Bases The Daf Intends To Include In The Group A Solicitation, And Provides A Draft Lease Of Property. The Lease Will Be The Primary Legal Agreement Between The Daf And The Selected Offeror.
these Documents Are Being Provided In Advance Of The 29 May 2025 Industry Forum To Allow Interested Parties To Review. Questions Or Comments May Be Submitted At Any Time To The Email Address Listed Below, Or May Be Submitted In Person At The Industry Forum. There Will Be A Live Q&a Session During The Industry Forum, However Official Answers To All Questions Will Be Provided In Writing Following The Industry Forum On This Site.
how To Respond:
questions May Be Submitted In Person At The Industry Forum, Or You May Submit Questions Or Comments By 29 May, 2025 To The Cobl Workflow:
afcec.cil.workflow@us.af.mil.
questions Or Comments Submitted To The Workflow Will Only Be Answered In Writing Following The Industry Forum.
expressions Of Interest In This Opportunity May Be Submitted At Any Time.
responses Will Be Kept Confidential And Will Not Impact The Evaluation Of Any Future Proposals.
thank You For Your Interest In This Important Initiative.
update: Industry Forum Information
air Force To Host Industry Forum For Commercial On-base Lodging Group A Solicitation
the Air Force Installation And Mission Support Center And The Commercial On-base Lodging (cobl) Program Management Office Will Host A Pre-solicitation Industry Forum On May 29th, 2025, In Washington, Dc.
the Industry Forum Will Provide An Overview Of The Cobl Program, Detail The Solicitation Process, Discuss Highlights Of The Request For Proposals (rfp) And Draft Lease, And Summarize Each Of The Installations Included In The Group A Project. There Will Also Be A Question And Answer (q&a) Session To Allow Attendees The Opportunity To Ask Specific Questions.
details:
Date: Thursday, May 29th, 2025
Time: 0900 To 1300 Edt (check-in Begins At 0830 Am)
Location: 2020 K St., Nw, Suite 1100
Washington, Dc 20006
how To Register:
pre-registration Is Required To Access The Building And Attend The Industry Forum. Please Email The Address Listed Below To Register. Use The Subject Line “industry Forum Registration”. Include The Name, Company, And Email Address For Each Attendee You Are Registering For In The Email. For Building Access, You Must Provide The Name That Matches Your Government Issued Identification. Please Note That Due To Limited Space, We May Contact Companies And Ask That They Limit The Number Of Attendees If Registrations Exceed Capacity.
registration E-mail: Afcec.cil.workflow@us.af.mil
Registration Deadline: May 15th, 2025
additional Information:
in Advance Of The Industry Forum, Interested Parties Are Encouraged To Review The Draft Request For Proposals (rfp) Document Currently Posted To Sam.gov By The Cobl Pmo.
prior To The Industry Forum, The Pmo Will Post A Revised Draft Rfp Which Will Include The List Of Installations The Air Force Intends To Include In The Group A Project. The Cobl Pmo Will Also Post Answers To Questions Submitted In Response To The Previous Request For Information (rfi) #3.
parties Unable To Attend The Cobl Industry Forum In Person May Access All Presentation Materials And A Written Transcript Of The Question And Answer Session On Sam.gov Following The Event. These Materials Will Be Posted By The Cobl Program Management Office (pmo).
please Direct Any Questions To: Afcec.cil.workflow@us.af.mil
update: Rfi # 3 V2
department Of The Air Force Request For Information (rfi): Commercial On-base Lodging (cobl) Privatization
this Rfi Is For Informational And Planning Purposes Only. It Is Not A Solicitation For Proposals, Bids, Or A Guarantee Of Any Future Contract. The Government Will Not Award A Contract Solely Based On Responses To This Rfi.
project Overview:
the Department Of The Air Force (daf) Plans To Enhance On-base Lodging For Airmen, Guardians, And Their Families By Executing The Commercial Lease Of Transient Lodging At Its Installations Across The United States, Territories, And Possessions. This Initiative Aims To:
expedite Facility Renovations And Construction.
leverage Private Sector Best Practices To Increase Operational Efficiency.
provide A More Consistent And Improved Lodging Experience For Military Travelers.
support, Sustain, And Enhance Installation Mission Readiness And Capability.
the Daf Envisions A Phased Approach, Beginning With A Group Of Installations (group A), Followed By A Decision On The Acquisition Strategy For The Remaining Installations (group B). The Project Will Involve A Competitive Selection, Negotiation, And Closing Of A Long-term Commercial Lease Encompassing Approximately 17,000 Rooms Across 60 Installations. The Commercial On-base Lodging (cobl) Program Management Office Within The Air Force Installation & Mission Support Center (afimsc) Is Leading This Effort.
purpose Of This Rfi:
this Is The Third Rfi Related To The Cobl Privatization Initiative. This Rfi Seeks Industry Feedback On The Draft Request For Proposals (rfp), Which Is Provided As An Attachment. The Daf Will Also Release A Draft Lease Agreement For Industry Review In A Future Rfi. The Lease Will Be The Primary Legal Agreement Between The Daf And The Selected Offeror.
anticipated Schedule (group A):
spring 2025: Issue Draft Rfp
early Summer 2025: Industry Forum
summer 2025: Issue Group A Rfp
fall/winter 2025: Rfp Responses Due
spring/summer 2026: Group A Award
summer 2026 – Winter 2027: Prepare Environmental Products, Finalize Installation Development Plans, Legal Documents, And Financing.
winter 2027/2028: Group A Project Close.
2029/2030: Decision On Acquisition Strategy For Group B.
request For Feedback:
the Cobl Office Is Specifically Interested In Feedback On The Following:
do You Have Any Recommended Changes To The Rfp That Would Improve The Outcome For The Daf?
do You Have Any Specific Questions About The Current Draft Rfp?
how To Respond:
please Submit Your Responses By April 4, 2025, To The Cobl Workflow: Afcec.cil.workflow@us.af.mil.
expressions Of Interest In This Opportunity May Be Submitted At Any Time.
responses Will Be Kept Confidential And Will Not Impact The Evaluation Of Any Future Proposals.
thank You For Your Interest In This Important Initiative.
update: Cobl Interested Parties Contact List. 26 Feb 2025 Attachment
update: Cobl Interested Parties Contact List, 24 Feb 2025 Attachment
update:cobl Interested Parties Contact List, 23 Feb 2025 Attachment
update:cobl Interested Parties Contact List, 12 Feb 2025 Attachment
update:cobl Interested Parties Contact List, 13 Jan 2025 Attachment
update: Rfi # 2
this Request For Information (rfi) Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Request For Proposal, Request To Be Added To A Bidders List, Invitation For Bid, Promise To Contract, Or Commitment Of Any Kind On The Part Of The Government. The Government Does Not Intend To Award A Contract Solely On The Basis Of This Rfi. There Is No Funding Associated With This Announcement.
the Department Of The Air Force (daf) Plans To Privatize Its Transient Lodging At All Its Installations Throughout The United States, Its Territories, And Possessions. Lodging Operations On Daf Installations Are Paramount To Support The Mission And For The Continued Resiliency Of Airmen, Guardians, And Their Families. The Daf Anticipates Privatization Will Result In Expedited Renovations And/or Construction Of Facilities, Increased Operational Efficiencies, And A More Consistent Lodging Experience For Customers. The Facilities Daf Currently Envisions Privatizing Encompass Approximately 17,000 Rooms Across 60 Installations. The Commercial On-base Lodging (cobl) Program Management Office Within The Air Force Installation & Mission Support Center (afimsc) Is Responsible For Accomplishing This Goal.
this Second Rfi Is A Follow-on To The Previously Issued Rfi. The Daf Has Received Great Feedback To The First Rfi And Thanks All Those Parties Who Submitted Responses. Based On The Responses Received, As Well As Lessons Learned On Previous Mhpi Projects, The Daf Is Strongly Considering Including The Following Requirements In The Request For Proposals (rfp):
the Developer And The Hotelier Should Form An Exclusive Teaming Arrangement (i.e. The Daf Will Not Entertain Multiple Proposals With The Same Hotelier But Different Developers, Or Vice Versa)
the Hotelier Must Have A 3rd Party Relationship With The Developer, And Cannot Be A Vertically Integrated Entity Or Subsidiary Of The Developer
the Hotels Must Be Direct Managed By The Hotel Brand Owner
renovated (to The Greatest Extent Possible) And All New Construction Hotels Should Carry A National Brand Included On The Smith Travel Research North America Chain Scales In A Category Below Luxury And Above Economy
minimum Experience Requirements:
for The Developer, The Daf Is Considering A Minimum Experience Requirement Somewhere In The Range Of Between $500m And $1b Of Completed Development Projects Over The Past 10 Years, With At Least Three Projects Of Greater Than $50m In Development Costs.
for The Hotelier, The Daf Is Considering A Minimum Experience Requirement Of Managing At Least 16,000 Hotel Rooms And/or 120 Hotels Geographically Dispersed Across The United States.
the Daf Is Making Great Progress On Preparatory Analysis And Planning For The Group A Solicitation. The Current Anticipated Schedule For Group A Is Roughly As Follows:
spring 2025: Issue Draft Rfp And Host An Industry Forum
summer 2025: Issue Group A Rfp
fall/winter 2025: Rfp Responses Due
spring/summer 2026: Group A Award
summer 2026 – Winter 2027: Prepare Environmental Products. Finalize Development Plans, Legal Documents, And Financing, Etc.
winter 2027/2028: Close Group A
2029/2030: Decision On Acquisition Strategy For Group B
it Should Be Noted As Well That To Streamline The Closing Process And Set Expectations On The Position Of The Daf, A Draft Lease Will Be Included As An Attachment To The Rfp.
=====================================================
the Cobl Office Is Interested In Receiving Any Feedback Or Concerns You May Have On Any Of The Information Included Above. Interested Parties Are Not Required To Provide Feedback On All Or Any Of The Bullets, And Any Responses Provided Will Not Impact Any Eventual Evaluation Of Formal Proposals Submitted In Response To A Solicitation In The Future.
the Daf Is Also Posting An Updated List Of Interested Parties. If You Wish To Be Added To The List, You May Submit Your Contact Information To The Daf, And We Will Post An Updated List.
responses Received By The Daf Will Be Held In Confidence. Responses May Be Provided Via E-mail To The Cobl Workflow: Afcec.cil.workflow@us.af.mil
as A Courtesy, To Continue Progress On This Initiative, Please Submit Your Responses To This Rfi By January 31, 2025. Expressions Of Interest In This Opportunity May Be Submitted At Any Time.
thank You For Your Interest.
update:
update Provides The Following Attached Documents:
* Response To Rfi#1 Questions
* Colb Adc Presentation
* Interested Parties Contract List As Of 31 Oct 2024
rfi # 1
this Request For Information (rfi) Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Request For Proposal, Request To Be Added To A Bidders List, Invitation For Bid, Promise To Contract, Or Commitment Of Any Kind On The Part Of The Government. The Government Does Not Intend To Award A Contract Solely On The Basis Of This Rfi. There Is No Funding Associated With This Announcement.
the Department Of The Air Force (daf) Plans To Privatize Its Transient Lodging At All Of Its Installations Throughout The United States, Its Territories, And Possessions. Lodging Operations On Daf Installations Are Paramount To Support The Mission And For The Continued Resiliency Of Airmen, Guardians, And Their Families. The Daf Anticipates Privatization Will Result In Expedited Renovations And/or Construction Of Facilities, Increased Operational Efficiencies, And A More Consistent Lodging Experience For Customers. The Facilities Daf Currently Envisions Privatizing Encompass Approximately 17,000 Rooms Across 60 Installations.
the Commercial On-base Lodging (cobl) Program Management Office Within The Air Force Civil Engineer Center (afcec) Is Responsible For Accomplishing This Goal. Based On Prior Army Success With The Privatized Army Lodging (pal) Program, The Daf Intends To Model This Lodging Privatization Effort Closely On The Army Pal Program. Specifically, The Cobl Office Intends To Utilize The Military Housing Privatization Initiative (mhpi) Authorities (10 U.s.c. §§2871 Et. Seq.) To Lease The Land And Convey The Buildings For A 50-year Term. The Daf Will Not Be Able To Contribute Any Equity, Make Any Government Direct Loans, Or Make Any Loan Guarantees To The Project. The Daf Will Also Not Be A Member Of The Project Llc. Although The Daf Will Not Be Allowed To Retain An Ownership Interest In Lodging Projects, The Daf Does Still Intend To Engage In A Comprehensive Portfolio And Asset Management Program To Provide Oversight, Ensure Compliance, And Protect The Government’s Interests.
the Lease Between The Daf And Awardee Will Limit The Nightly Room Rates Of Official Travelers To No More Than The Lodging Portion Of Per Diem, As Established By The Government For Each Location. The Daf May Also Choose To Further Limit The Average Percentage Of Per Diem Paid By Official Travelers Across The Portfolio On An Annual Basis At A Percentage Less Than 100% Of Per Diem.
the Daf Seeks Information On How The Cobl Effort Can Best Ensure That Official Travelers Are Provided On-base Hotel Accommodations That Meet Industry Standards For Off-base Lodging, Meet Private Sector Brand Standards, And Offer The Benefits And Amenities Guests At Off-base Hotels Experience, Such As Participation In Loyalty Programs Associated With National Brands.
the Daf Plans To Privatize The Lodging Portfolio In At Least Two Groups Phased Over Several Years. The Solicitation For The First Group Will Include Options That The Daf Can Exercise At Its Discretion To Award Subsequent Groups.
the Cobl Office Is Interested In Receiving Your Feedback In Several Areas. Interested Parties Are Not Required To Provide Answers To All Or Any Of The Questions, And Any Responses Provided Will Not Impact Any Eventual Evaluation Of Formal Proposals Submitted In Response To A Solicitation In The Future. At A Minimum, However, The Cobl Office Encourages You To Add Yourself To The Interested Vendors List (ivl) To Ensure You Receive Future Updates If You Are Interested In This Opportunity.
rfi Questions:
1. Interested Party Information:
describe Your Organization’s Specialties And Capabilities Related To This Project And Your Specific Interest In Lodging Privatization.
would You Be Interested In The Government Releasing Your Contact Information On An Interested Parties Contact List Via A Notice On This Site For Purposes Of Facilitating Potential Teaming, Partnering, Or Contracting Amongst The Interested Parties? If Yes, Please Provide Your Company Name, Point Of Contact, Telephone Number, And Email Address For Inclusion.
2. Procurement:
please Identify Any Suggestions Regarding Strategies For How The Daf Should Structure The Transaction To Maximize Contributions To The Project’s Capital Improvement Reserve Account While Providing A Quality Lodging Product That Provides Official Travelers With On-base Lodging Options Comparable To Nationally Branded Chains Available Off-base Within The Rate Limitations Noted Above.
if A National Brand Portfolio Were Required To Be Part Of An Offeror’s Proposed Team, How Would You Satisfy This Requirement? This Could Include, But Not Be Limited To, A) Direct Managed, B) Through A Franchise Arrangement, C) A Combination Of A And B, Or D) Another Arrangement (please Describe).
responses Received By The Daf Will Be Held In Confidence. Responses May Be Provided Via E-mail To The Cobl Workflow: Afcec.cil.workflow@us.af.mil.
as A Courtesy, In Order To Continue Progress On This Initiative, Please Submit Your Responses No Later Than ~21 Days After Posting. Expressions Of Interest In This Opportunity May Be Submitted At Any Time.
place Of Performance: Conus, Alaska And Hawaii
thank You For Your Interest.
Closing Date29 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Details: Sources Sought The National Cemetery Administration (nca) Southeast District Is Currently Seeking Firms With The Ability To Provide A Design-build Project Section K Drainage Improvements - Puerto Rico At The National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Puerto Rico, 00961. Please Read The Scope Of Work Below In Its Entirety And Respond With Los Information. Businesses Responding Shall Indicate Their Socio-economic Status For Example: Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Hub Zone, 8a, Woman Owned Etc.â The Small Business Administration Website Has The Small Business Defined: Http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm.â Respondents Shall Indicate Their Status As A Foreign-owned Or Foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Requirement. All Vendors Must Be Registered In The System For Award Management (sam) And Vip Vendor Information Portal âunder The Correct Naics Code. Https://www.sam.gov/portal/sam/#1 Vendors Claiming Service Disable Veterans Own Small Business (sdvosb) Or Veteran Own Small Business (vosb) Must Be Certified In The Vetbiz Database.â Http://www.vetbiz.gov/ The Naics Code For This Source Sought Is Naics Code 237990 Other Heavy And Civil Engineering Construction ââsize Standard 45k And/or The Government Reserves The Right To Consider A Sdvosb, Vosb Or Small Business Set-aside Based On Responses To This Source Sought. All Information Submitted By Respondents To This Source Sought Synopsis Is Voluntary.â This Source Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information And Quotes In Response To This Notice.â Respondents Will Not Individually Be Notified Of The Results Of Any Government Assessments.â The Government S Evaluation Of The Capability Documentation Received Will Factor Into Any Possible Forthcoming Solicitation. Please Fill Out The Below Losâ âand Submit With The Sources Sought Response.: Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) [] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [x] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) [] Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: ___________ Printed Title Of Signee: _____________ Signature: ____________ Date: ______________ Company Name And Address: _______________ âââââââââââââââââââââââââââââââââââââââââââââââââââââââââââââââ Warning:â Severe Penalties For Contractors That Violate The Limitations On Subcontracting Rule:â If Caught During The Performance Violating The Far Government Subcontracting Rules Or Limitations On Subcontracting Clause Under The Code Of Federal Regulations 13 C.f.r. 125.6(g), There Can Be Stiff Penalties: Whoever Violates The Requirements Set Forth In Paragraph (a) Of This Section Shall Be Subject To The Penalties Prescribed In 15 U.s.c. 645(d), Except That The Fine Shall Be Treated As The Greater Of $500,000 Or The Dollar Amount Spent, In Excess Of Permitted Levels, By The Entity On Subcontractors. A Party's Failure To Comply With The Spirit And Intent Of A Subcontract With A Similarly Situated Entity May Be Considered A Basis For Debarment On The Grounds, Including But Not Limited To, That The Parties Have Violated The Terms Of A Government Contract Or Subcontract Pursuant To Far 9.406-2(b)(1)(i) (48 Cfr 9.406-2(b)(1)(i)). â Contracting Officers May Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During The Performance Of The Contract By Having The Contractor Provide Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. Capability Statement As It Pertain To The Performance Scope Of Work âare Highly Encouraged. Responses Are Encouraged As They Will Assist On Set Aside For Social Economic Group. Interested Individuals Shall Provide A Capability Statement, To Include Complete Address, Phone & Fax Number Of Contacts.â All Emails From Interested Parties Must Be Received By Friday , 02/21/2021 Nlt 10:00 Am Est. Interested Parties Must Submit An Answer To The Limitation Of Subcontracting (los) âincorporated In This Sources Sought. Interested Parties Submitting Quotes Must Be Certified And Active In The Vendor Information Portal (vip) System At The Time Of The Rfq Submission. Https://vip.vetbiz.va.gov/government-home/ Interested Parties Must Be Registered Under The Applicable Naics Code For This Requirement In System For Award Management (sams) At The Time Of The Rfq Submission. Https://beta.sam.gov/content/home Scope Of Work Overview General Intent This Scope Of Work Is For A Design-build Project. The Prime Contractor, Otherwise Known Herein As The Contractor, Will Be Responsible For Professional Services For Delivering The Project Design As Well As Construction Of The Agreed Upon Construction Project. All Work Must Meet Nca Design Guide Standards, Va Construction And Safety Requirements, Osha, Epa, And Puerto Rico Department Of Environmental Protection Standards. Project Scope Provide All Labor, Materials, Tools And Equipment, Design, And Construction Services Necessary For Design And Construction Of A Project Described Herein And Other Specific Tasks As Further Defined By This Request For Proposal (rfp). Contractor To Review Existing Conceptual Design, Geotechnical Report, And Specifications, Fully Investigate, Obtain Reports, And Survey Elevations/headstones/storm Lines/systems/etc., As Required, To Eliminate Water Ponding Within The Existing Cemetery Section. Work Entails Precise Removal, Identification / Tagging, And Replacement Of Existing Flat Headstones. Due To Space Constraints And Required Headstone Storage, Contractor Shall Phase Construction. After Award, But Prior To The Start Of Any Work, The Contractor Shall Contact The Contracting Officer Representative (cor)/project Manager To Review Proposed Methods, Plans, And Design For Completion Of Work And To Review Project Staging, And Project Phasing, And Safety And Health Requirements. Field Work May Not Commence Until These Plans Have Been Approved As Detailed Below. Work Within Existing Burial Sections And Specifically Removal Of Headstones Requires Notification To The Next-of-kin Family Member By Cemetery Staff. Project Phasing Should Consider A 30-day Notification Process. The Contractor Shall Obtain All Environmental And Other Necessary Permits That Would Be Required Prior To Construction Commencing. Material And Product Submittals As Well As Shop Drawings To Be Submitted To Va For Review Prior To Starting Any Work. General Requirements General Requirements See Specification Section 01 00 02 General Requirements (minor Nca Projects) General Scope Items The Following Is A List Of General Scope Requirements: 1. Meet With Nca Cemetery Staff, Review Conceptual Drawings And Specifications, And Perform Field Work Necessary To Determine Required Final Design, Labor, Materials, And Equipment. 2. When Conflict Exist Between Documents The Order Of Precedence Shall Be Specifications Then Drawings. Any Conflicts Shall Be Identified To The Cor And Be Resolved Using The Rfi Process To Allow For Proper Documentation And Correction As Necessary. 3. Permitting (external To Va): A. All Construction Permits And Waivers Are The Responsibility Of The Contractor. This Includes, But Not Limited To All Applicable Environmental, National Pollutant Discharge Elimination System (npdes) Permit - Epa Region 2 Construction General Permit (cgp), And Local Permits. B. Coordinate And Obtain State Historic Preservation Office (shpo) Concurrence Prior To The Start Of Construction. Nca Historic Architect Shall Initiate Consultation With The Shpo, Tribal Organizations, And Any Other Stakeholders Identified As Having Interest In The Project. The Contractor S Architect / Engineering (a/e) Professional Shall Prepare Project Cover Memo, Description, Maps, Project Elements, Concept Drawings, Puerto Rico Section 106 Project Review Consultation Form, And Other Initial Documents To Support The Nca Historic Architect For Notification Of Intent Without Adverse Action To The Puerto Rico Shpo. 4. All Field Work Shall Be Scheduled At Least 72 Hours In Advance With Nca Cemetery Management. 5. Design And Construction To Meet Latest Edition Of All Applicable Building Codes, Nca Specifications, Nca Design Guide, And Va Design Manuals. 6. Host And Provide Agenda For Milestone Design Reviews And Weekly Construction Coordination Meetings. Meeting Minutes Shall Be Distributed Within Two (2) Business Days After The Meeting. 7. Contractor Shall Utilize An Electronic Review And Correction Tracking System To Review Design Comments And Respond. 8. Utilize A Project Management Software For Meeting Minutes And All Contractor Record Keeping Such As Procore â© Or Approved Equivalent. Outlook, Excel And Other Manual Management Systems Are Not Acceptable. 9. All Work Shall Be Performed In Accordance With Osha Regulations. 10. Submit Baseline Schedule, Schedule Of Values (cost Schedule), Bonding, Insurance, And Resume And Certification(s) Of Key Personnel 10 Days Following Award. 11. Submit Monthly Schedule Updates Along With Progress Payment Request. 12. Submit Monthly Waste Disposal And Diversion Form Along With Progress Payment Request. Management Requirements The Contractor Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Project. The Following Are Identified As Key Personnel: Overall Project Manager Design Project Manager Construction Project Manager Project Site Superintendent Osha Competent Person / Site Safety Officer, May Be Additional Duty Quality Control Manager, May Be Additional Duty A/e Designer Of Record A/e Field Representative Project Management The Contractor Must Have A Program/project Manager To Provide Project Communications And Monitor Progress Of Design, Construction, And Overall Quality Of Deliverables. Supervision The Contractor Must Have A Superintendent Fluent In English And Spanish On The Job Site During Working Hours. The Superintendent Must Have A Minimum Of 5 Years Of Experience As A Superintendent On Previous Projects Of Similar Size And Complexity. The Superintendent May Serve As The Site Safety And Health Officer. Provide A Superintendent Resume For The Proposed On-site Project Superintendent Describing Experience With References And Qualifications To The Contracting Officer For Approval. The Contracting Officer Reserves The Right To Interview The Proposed On-site Project Superintendent At Any Time In Order To Verify The Submitted Qualifications. Work Location And Restrictions The Work Site Location Is At The Puerto Rico National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Puerto Rico, 00961. Office Operating Hours Are Monday Through Friday, 8:00 Am 4:00 Pm. Office Is Closed Federal Holidays Except Memorial Day And Veterans Day. Cemetery Visitation Hours Are Daily 7:30 Am 5:00 Pm. Work Shall Not Be Performed On Memorial Day Or Veterans Day And Should Be Reduced In The Days Preceding Due Event Preparation And High Cemetery Visitation. Work Outside The Cemetery S Operating Hours Require 72-hour Notice And Approval By The Cor. See General Requirements Specification Section 01 00 02 And Dignity Standards Contract Clause. List Of Attachments The Following List Of Documents Are Attached To This Sow For Contractor Use And Incorporation Into The Project Documents: 1. Project Milestone Outline 2. 871cm3033 Storm System Design Conceptual Drawings 3. 871cm3033 Storm System Design Project Manual / Specifications / Geotechnical Report 4. Puerto Rico National Cemetery Gis Data Files 5. 871cm3033 Autocad Design Data Files 6. Sample Forms Transmittal Form (4025) Submittal Register (4288) Quality Control Reports (4296) Contractor Production Report Contractor Quality Control Report Government Quality Assurance (qa) Report Initial Phase Checklist Preparatory Phase Checklist Rework Items List Testing Plan And Log Rfi Form (6108) Activity Hazard Analysis (6206) Accident Prevention Plan (6293) Solid Waste Disposal And Diversion Note Above Is Not An Exhaustive List Of Required And/or Available Forms. Contractor S Architect/engineer (a/e) Requirements Required Disciplines And Expertise The Contractor Shall Engage The Services Of All A/e Consultants In Each Discipline Deemed To Be Necessary To Fulfill The Requirements Of The Project Plan, Permitting, And Regulatory Compliance. Each Discipline Shall Document And Investigate The Relevant Existing Conditions, Review Available Information, And Verify All Essential Elements Pertinent To Their Discipline. Site Investigations Shall Measure, Photograph, And Document The Conditions Of Areas To Be Renovated And/or Impacted. The A/e Shall Visit The Project Site To Investigate The Information Shown On The Government Furnished Drawings, Record (as-built) Drawings And Other Planning Documents Which Are Part Of This Contract. This Information Is The Best Available, But The Government Does Not Guarantee Its Accuracy Or Completeness. The A/e's Investigation Of Field Conditions Shall Be Performed In A Competent Professional Manner In Accordance With The Nca Design Manual And Other Applicable Nca/va Requirements. It Is The A/e's Responsibility To Research The Existing Government Documents, Determine Those That Are Applicable To The Project And Request Copies From The Government; The Government Will Not Perform A Search Of Government Documents To Determine The Information That The A/e May Need During Design. General Design Considerations Site Investigation In The Design Build Process, Site Investigation Will Be Divided Into Review Of Existing Concept Design Data And Additional Contractor Obtained Testing. The Testing And The Required Milestones To Reach Them Can Be Found In Milestone Outline In Attachment 1. The Milestones Are Defined By The Design Percent Complete And Approval Of The Required Submittals For The Activity. Design Within Funding Limitations The Design Shall Be Prepared By The Contractor S A/e. It Is Anticipated That The Design And Some Construction Activities May Be Occurring Simultaneously Throughout The Period Of Performance. All Of The Design And Construction Requirement Of The Project Shall Not Exceed The Project S Estimated Cost. This Price Includes Design, Construction, Construction Management, Contingency, Portable Equipment, Impact Costs For Any Portion Of The Project. A Detailed Cost Analysis Shall Be Provided As A Deliverable Document Of This Contract To Ensure Meeting The Cost Goal. The Final Construction Cost Estimate Determined At The Completion Of Construction Documents Will Represent The Most Probable Low Bid . The Design Build Team Is Responsible For Establishing Internal Controls For Keeping The Total Design Build Project Cost Within The Projected Funding Limits The A/e Will Be Required To Revise Design And Resubmit Cost Estimates As Necessary (at No Cost To The Va) Should Cost Estimates Exceed Construction Funding. Design Criteria The Va Technical Information Library (til) Available At Https://www.cfm.va.gov/til/nca.asp And Https://www.cfm.va.gov/til/catalog.asp Is Managed By The Va Office Of Construction And Facility Management And Is The Master Repository For All Va Numbered Standards For Construction To Include Design And Construction Specifications, Procedures, Standard Details, Bim/cad Standards, Equipment Guides, Space Planning And Design Guides. The Documents Of The Til Shall Be The Minimum Design Criteria For All Va Projects Performed In The Construction Of New Facilities And The Modernization, Alteration, Addition, Or Improvement Of Its Real Property. All Design Documents Shall Be Developed In Accordance With The Va Til, Including (but Not Limited To) The Following Listed Department Of Veterans Affairs References: Pg-18-1 / Edited For Nca Projects Master Construction Specifications Pg-18-3 Design And Construction Procedures [including But Not Limited To: Codes, Standards, And Executive Orders] Pg-18-4 / Cad Standard Details And Cad Standards Pg-18-10 Design Manuals (by Discipline) [including But Not Limited To: Guiding Principles Checklists As Indicated For Nrm Projects In Sustainable Design Manual, Life Cycle Cost Analysis] National Cemetery Administration (nca) Design Guide Https://www.cfm.va.gov/til/nca/dgnca.pdf Pg-18-12 Design Guides (graphical, By Function) Pg-18-15 Volume D Minimum Requirements For A/e Submissions National Cemetery Projects Pg-18-17 Environmental Compliance Manual H-7545 Va Cultural Resource Management Procedures Where Conflicts Exist Between Va Adopted Codes And Standards And The Documents On The Til, The A/e Shall Bring This To The Attention Of The Va. The Resolution Of The Conflict Shall Be Made By The Authority Having Jurisdiction For Va To Ensure Consistency Department Wide. A/e Shall Use Latest References Released At Time Of Award. Revisions During Project Execution Need Not Be Incorporated Unless Stated Otherwise By The Project Engineer For A Change Critical To The Scope (i.e. Specification/reference Effectivity Date Is Contract Award Date Unless Critical Changes Are Flowed Down). Design Collaboration The A/e During This Design Project Shall Collaborate With The Nca Design And Construction Service, Nca Southeast District Engineering Staff, And The Onsite Cemetery Personnel As Required. Responsibility After Design Completion The A/e Is Required To Support The Design Build Team Should Errors Or Omissions In The Documents Create Problems In This Contract. As Needed, The A/e Will Clarify The Design Intent And Correct Any Errors Or Omissions In The Original Documents. The Corrections Shall Be Done In A Timely Manner At No Additional Cost To The Government. The A/e Shall Incorporate Amendment Changes On The Original Drawings And/or Cad Drawings When Requested To Do So After The Bidding Process At No Extra Cost To The Government. In Addition, The A/e Shall Incorporate Amendment Changes On The Submittal Registers And Submit On A Cd Labeled With The Project Title, Location, And Construction Contract Number. If Clarifications Are Required, The A/e Will Prepare The Required Amendment. Submittals Design Submittals Shall Follow The Requirements Of Program Guide, Pg-18-15, Volume D A/e Submission Requirements For National Cemetery Administration Projects. The A/e Shall Deliver Design Submittal Documents That Follow The Iterative Phase Breakdown For Design Work In Pg-18-15 Volume D And As Additionally Specified Below. Specific Requirements For Each Discipline/work Product Listed Under Each Phase Can Be Found In Pg-18-15 Volume D; It Is Expected For The Phase Of Design That Each Of The Applicable Items Listed In The Sd/dd/cd Columns Will Be Completed For The Submittal. The A/e Shall Attend A Review Meeting Following Each Design Submittal As Indicated Under The Project Schedule Section Of This Scope Of Work. Each New Submittal Will Incorporate All Va Comments From The Previous Submittal. The Following Submittals Will Be Required For This Project (minimum): 1. Design Quality Assurance/quality Control (qa/qc) Plan 2. Basis Of Design (bd) In The Requirements In Pg-18-15 Volume D, A Basis Of Design Report Is Required. Basis Of Design Is A Narrative Presentation Of Facts, Sufficiently Complete, To Demonstrate That The Project Concept Is Fully Understood, And That Subsequent Design Details, And Their Ultimate Presentation In The Final Drawings And Specifications, Will Be Based On Sound Architectural And Engineering Decisions. Document Shall Include Preliminary Stormwater Design Calculations. Important Changes To Government Provided Conceptual Design (cd) 30% Shall Be Annotated In This Document. 3. Design Development (dd2) 65% Requirements Of Both Dd1 And Dd2 Submissions Shown In Pg 18-15 Volume D Will Be Consolidated Into A Single Submission. 4. State Historic Preservation Office (shpo) Documentation. 5. Construction Documents (cd1) 90% 6. Final Construction Documents (cd2) 100% Design Documentation. Refer To The Nca Design Guide For Requirements Related To Size, Format, Standards, Labeling, Etc. Drawing Sheets. All Drawings Sheets Shall Use The Standard Va/nca Title Block. Sheet Size Is 30 X 42 . The Title Block Will Contain The Following Information -- Project Title: Section K Drainage Improvement; Location: Puerto Rico National Cemetery, 50 Avenida Cementerio Nacional, Bayamon, Pr 00961; Project Number: 871cm3033 Submittal Distribution Submittals Shall Include Electronic Format And Hard Copy Formats As Listed Below. Portable Document Format (.pdf) Along With The Native Document Format Microsoft Office Suite Formats (.doc, .xls, And .ppt), Microsoft Project (.mpp) And Autodesk And Civil3d (.dwg) Files Are Required. Recipients Nca Poc Design Drawings Specifications/ Studies/ Reports/ Calculations/ Cost Estimate / Other Project Manager 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* Nca Dcs Review Staff (3) 1 Set (e-file) 1 Set (e-file) District Engineer 1 Half-size Set 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* Cemetery Director 1 Half-size Set 1 Set (e-file) 1 Full-size Set At Bid Documents* 1 Set (e-file) Cd/dvd At Bid Documents* Color Board Cemetery Development And Improvement Service 1 Set (e-file) 1 Set (e-file) Nca Crypt Engineer 1 Set (e-file) 1 Set (e-file) Contracting Officer 1 Set (e-file) 1 Set (e-file) Cd/dvd At Bid Documents* *note: Electronic Set Is The Final Set That Will Be Submitted With All Pr
Closing Date21 Mar 2025
Tender AmountRefer Documents
Volunteer Association Of Municipalities Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Contract is the Execution of Design and Construction Works for the Construction of the "Volume Elementary School in Úvaly" (hereinafter referred to as the "construction" or "work"). This is a new elementary school building, including boreholes for heat pumps, modifications to local communications and the establishment of parking spaces, relocations of overhead lines of HV, LV and communication distribution systems of Cetin, water supply connections, LV connections and modifications to public lighting. The Public Contract also includes other construction works, supplies and services, which are specified in more detail in other volumes of the Contract. The Subject of the Public Contract does not include the implementation of the So 02 New Transformer Station, only the connection of the building to this building object. The Contractual Relationship With The Selected Supplier Will Be Based On The Principle Of "Design&Build", Using The "Contractual Conditions For The Supply Of Technological Equipment And Design - Construction" Of Electrical And Mechanical-Technological Works And Land And Civil Engineering Structures Designed By The Contractor ("Yellow Book"), First Edition 1999, Published By The International Federation Of Consulting Engineers (FIDIC), Czech Translation CACE 2016 (hereinafter Also The "Contract"). The Subject Of The Contract Is The Design And Implementation Of The Construction, Including, Among Other Things: - Preparation Of Documentation For The Implementation Of The Construction; - Preparation Of Workshop, Assembly/Production Documentation And Other Documentation According To The Terms Of Reference; - Preparation Of Documentation Of The Actual Execution Of The Construction; - Preparation Of Geodetic Survey Of The Finished Construction; - Processing of the Proposal for Issuing the Building Completion Approval and Obtaining the Building Completion Approval and - The Actual Implementation of the Construction.
Closing Date6 Jun 2025
Tender AmountCZK 765 Million (USD 34.9 Million)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Update: On 3/7/2025, The Government Recieved A Question In Regards To Page Limit Requirements Within This Notice. The Government Reaffirms It's Position Of The Initial Page Limit Requirements Stated In This Notice. Further, The Period For Technical Questions And/or Concerns Has Closed As Of Monday, February 24, 2025. Therefore, The Government Encourages All Offerors To Provide The Response To This Notice That Is Most Advantageous Based On Their Understanding Of The Requirement(s) By The Submission Due Date.
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330's Architect-engineer Qualification 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, Layouts, Specifications, Reports , Construction Cost Estimates, And Construction Period Services For Project # 549-215 Dallas Clc Bed Bath Compliance-minor Design Project Located At The Dallas Veterans Affairs Medical Center (vamc) Community Living Center (clc) Located At 4500 South Lancaster Rd Dallas Tx. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project.
the Dallas Vamc Is Soliciting Design Services To Expand Patient Bathrooms For Patient Privacy, Replace Roofing, Flooring, Ceiling, Windows, And Replacing Fire Doors. Currently, Patient Bedrooms In The Dallas Community Living Center (clc)-b Wing Share A Bathroom. Thus, The Central Intent Of This Design Project Shall Be To Provide The Necessary Completed Construction Documents In Order To Construct A Restroom For Each Patient Room For Privacy. Moreover, This Project Will Provide New Millwork, Finishes, Updated Lighting And Sinks In The Patient Bedrooms. Overall, The Construction Project Shall Expand The Clc By 3,300 Sq Ft And Renovate 20,000 Sq Ft. Additionally, This Project Shall Bring Hvac Standards Up To New Pandemic Readiness Criteria. The Design Must Comply With The Small House (sh) Model Design Guide Https://www.cfm.va.gov/til/dguide.asp, And Requirements Included In The Va Til. Finally, The Finishes Used In This Project Shall Be Selected By Va And Provided By The Contractor.
the A-e Services Design-bid-build 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 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 Award Is Projected To Be Made In Early 4th Quarter Fy 2025. The Anticipated Period Of Performance For Completion Of Design Is 235 Calendar Days After Notice Of Award (noa). The Estimated Cost Of Construction For This Project Is $6,837,600.00. Please Note That The 235-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. A Notice To Proceed (ntp) Is Only Applicable To A Construction Project, Not A Design.
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 And Secondary (if Necessary) Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3(c), At Least Three (3) 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, As Soon As 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 Determined To Be Most Advantageous And Economical By The Contracting Officer. For This Project, This Will Be In The Form Of Written Responses. The Form Of Discussions Will Be The Same For All Firms. 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 For Selection Based On The Selection Criteria Outlined In This Announcement. 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 If Applicable.
the Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. 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 For The Highest Rated Firm During The Negotiation Process. An Award Is Intended To Be Made To The Most Highly Qualified Firm As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Price And The Firm Is Found Suitable During The Responsibility Determination. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated In Accordance With Far 36.606. 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 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.
1. Professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate That They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In The State Of Their Home Office And Where The Work Is Being Performed. Please Provide Professional License Numbers And/or Proof Of Licensure. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel. The Lead Designer In Each Discipline Must Be Registered In Accordance With Far 52.236-25. The Board Will Evaluate Resumes For All Proposed Key Personnel. 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-the Va Will Accept A Minimum Of Seven (7) Years) Of Personnel Proposed For Assignment To The Project, And Their Record Of Teaming Arrangements When Evaluating Professional Qualifications. In Order For A Firm Or Individual To Be Permitted By Law To Practice The Profession Of Architecture Or Engineering, It Must Be Licensed By The State In Which It Is Practicing, And A Registered Professional In The State In Which It Is Practicing. Key Positions And Disciplines Required For This Project Include: A) Architect (leed Certification/us Green Build Council Certification) B) Registered Communications Distribution Designer (rcdd) C) Cost Estimator D) Civil Engineer E) Electrical Engineer F) Environmental Engineer G) Fire Protection Engineer H) Industrial Hygienist I) Mechanical Engineer J) Plumbing Engineer K) Project Manager L) Quality Assurance Manager M) Structural Engineer N) Physical Security Specialists O) Commissioning Agent P) Designer/cadd Tech Q) Specification Writer
resumes Should:
be Limited To Two Pages.
cite Project Experience Similar In Size, Scope, And Complexity To The Project Statement Of Work (sow).
indicate Proposed Role In This Contract
the Government Will Consider 1-2 Additional Pages If There Are Specifics Related To The Technical Qualifications Pertinent For Successful Completion Of This Requirement.
the 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 Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. The Information Provided In Sections C Through E Of 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.
2.specialized Experience (sections F, G, & H) The Evaluation Will Consider The Specialized Experience On Similar Projects As Well As The Technical Capabilities Of The Prime Firm And Any Subcontractors. The Teb Will Evaluate The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Offices And/or Subcontractors, And Prior Working Relationships). The Project Team Members Prior Experience With Each Other, As Well As Their Experience In Projects That Are Similar In Size, Scope, And Complexity. Offeror Must Provide Five (5) Projects, Completed, Or Substantially Completed Within The Past Five (5) Years, That Best Illustrate Specialized Experience Related To This Project Scope, Such As Medical Facilities, Community Living Centers, Nursing And Patient Care Centers, Hospice Care Facilities, And Other Related Projects. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And/or Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competencies Stated Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror By Demonstrating Their Role In The Project For E.g. Listing Themselves As The 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 Contract Number Associated With The Project. Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards.
3.capacity (section H) To Accomplish The Work In The Required Time. The Evaluation Will Consider A Firm S Experience With Projects Of Similar Size, Scope, And Complexity And The Available Capacity Of Key Disciplines When Evaluating The Capacity Of A Firm To Perform The Work Within The Required Time. Specifically, The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project. The Board Will Consider The Full Potential Value Of Current A/e Contracts That A Firm Has Been Awarded When Evaluating Capacity. The Offeror Should Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Also, The Offeror Must Provide An Active Project List With Completion Percentages And Expected Completion Dates. The Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. 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.
4.past Performance On Contracts With Government Agencies And/or Private Industry. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Evaluation Will Consider The A-e S Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. The Past Performance Will Be Evaluated For All Projects Provided In Section F To Include A Review Of Contractor Performance Assessment Rating System (cpars) And/or Past Performance Questionnaire (ppq) If There Is No Cpars Data Available. The Following Information Is Required For Each Project Noted In Section F: 1. Contract/task Order Number. 2. Project Title 3. Prime Firm Name 4. Start Date. 5. Completion Date 6. Cpars Or Ppq Attached For The Project. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Evaluations Will Consider Performance Ratings On Recently Completed Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Responsiveness. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Deemed As Non-responsive. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. If There Is No Cpars Data Available, Ppqs Will Be Accepted. Please Utilize The Attached Ppq Document. Completed Ppqs Should Not Be Submitted By The Evaluator To Vha Pcac Directly. Completed Ppqs Must Be Incorporated Into The Sf 330 Submission. The Cpars And Ppqs Will Not Be Counted Toward The Page Limitation For This Submission. 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. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations That Are Rated As More Than Satisfactory May Be Given Greater Consideration. The Evaluation Will Assess Performance On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, Responsibility And Responsiveness.
5.experience In Construction Period Services (section H) To Include: 1.professional Field Inspections During The Construction Period 2. Coordination And Validation Of Commissioning Requirements 3. Solicitation Support Services 4.providing A Submittal Register 5.review Of Construction Submittals 6.support In Answering Requests For Information (rfis) During The Construction Of A Project 7.support Of Construction Contract Changes To Include Validating Statements Of Work And Cost Estimates 8. Attendance At Weekly Conference Calls 9.providing Minutes Of Meetings Between The A-e, Va, And Contractors 10.pre-final Inspection Site Visits 11.generation Of Punch List Reports And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
6.knowledge Of The Locality (section H) To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, And Working With Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located Or 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.
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 Dallas Vamc Clc At 4500 South Lancaster Rd Dallas, Tx. 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 Shall Be Followed For The Submission Of The Sf 330, Statement Of Qualifications:
submission Contents-
firms Are Required To Submit Three Documents:
one Sf 330, Architect/engineer Qualifications, Parts I And Ii, And Any Attachments, As A Pdf On The Sf 330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications).
one Separate Company Information Document, That Will Not Be Evaluated, Containing The Following Information: Cage Code. Unique Entity Identifier (uei). Tax Id Number. E-mail Address(es) And Phone Number(s) Of The Primary Point(s) Of Contact. Address Of Firm For Correspondence. A Copy Of The Firm S Vetcert And Verification Note: If You Are A Jv, You Must Be Registered In Vetcert As The Jv. The Submission Will Not Be Reviewed If Only A Partner Is In Vetcert But Not The Jv Itself.
complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As Attachment A4 And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation.
format Of Submissions-the Page Limitation Of The Sf 330 Pdf Submission Shall Not Exceed A Total Of 25 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Every Page In The Pdf Will Count Toward This Page Limit Except Resumes, Copies Of Licensure, If Included, Cpars, Ppqs, And Part Ii Of The Sf 330. Do Not Combine The Company Information Document And Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Gsa.gov Provides A Standard Fillable Sf 330. The Link To This Form Can Be Found Here: Https://www.gsa.gov/reference/forms/architectengineer-qualifications The Formatting Of The Sf 330 Submission Shall Follow That Of The Standard Form And Cannot Be Manipulated Or Changed, Meaning Each Page Shall Be: In The Default Font And Default Font Size In Black Ink (no Gray, No Colors) Single Spaced (no Less Than 1.0 Is Permitted) 8.5 X11 Paper (except The Organizational Chart In Section D As Long As The Organizational Chart Is The Only Item On The Larger Paper) The Margins Must Be The Pre-defined Margins In The Form-fillable Sf 330 On Gsa.gov's Website (7/2021 Version). All Information Must Be Contained Between The Thick Black Lines At The Top And Bottom, And The Sides May Not Extend Horizontally Beyond These Thick Black Lines. Do Not Shrink The Margins. Any Page That Does Not Comply With These Formatting Instructions (with Information That Extends Beyond These Margins, Uses A Different Font, Uses Less Than Single Line Spacing, Or Any Pages In Excess Of The 25 Pages That Are Not Exempt, Etc.) May Be Determined As Being Nonresponsive.
submit One (1) Sf 330, Statement Of Qualifications And Any Attachments, And One (1) Accompanying Company Information Document Containing The Above Sdvosb Information, Via Email To Both The Contract Specialist Doniver.hamilton@va.gov And To The Contracting Officer Gabriel.escarciga@va.gov . Please Cc Procurement Technician Megan.johnson9@va.gov.
the Subject Line Of The Email Shall Read: Sf 330 Submission- 36c77625r0035 In 549-215 Dallas Clc Bed Bath Compliance-minor Design Project. The Sf 330 Pdf And Company Information Document Shall Be Submitted In One Email And Have A Total File Size Of Less Than 10 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package.
technical Questions -all Questions Shall Be Submitted To Doniver.hamilton@va.gov And Gabriel.escarciga@va.gov With The Subject Line Sf 330 Question - 549-215 Dallas Clc Bed Bath Compliance-minor Design Project . The Cutoff For Question Submission Is Monday, February 24,2025 At 5:00pm Est. Questions Will Be Answered Through An Amendment To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov.
submission Due Dates- All Responses Are Due Via Email On Or Before Thursday, March 13, 2025 At 5:00pm Est. Note: Sf 330 Submissions Received After The Date And Time Specified May Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 5:00 Pm Est On The Suspense Date. The Time Will Not Be Based On When Firms Hit Send . Thus, Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission.
6. Other Information:
all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement Will Result In The Rejection Of The Sf 330 Submission.
reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award.
all Joint Ventures Must Be Sba Certified At Time Of Submission, Written Response Submission, And Award, And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s.
Closing Date13 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Description
1. Contract Information:
(a) General. This Announcement Is Set-aside For Small Business (sb) Concern Procurement Of One (1) A-e Services Indefinite Delivery Contract (idc), In Accordance With 40 Usc Chapter 11 Selection Of Architects And Engineers, Public Law (pl) 92-582 Formally Known As The Brooks Act As Implemented In The Federal Acquisition Regulation (far) Subpart 36.6. Firms Must Demonstrate Competence And Qualifications For The Required Work, Stated In This Synopsis, For Selection For Negotiation.
the Award Of This Idc Will Provide Southwestern Division (swd) A-e Services To Support Value Engineering.
the Idc Will Consist Of One (1) One-year Base Ordering Period And Four (4) One-year Option Periods, Each Period Not To Exceed One (1) Year, For A Total Of Five (5) Years Using Far Clauses 52.217-8 And 52.217-9. The Value Of All Task Orders Issued Under This Idc Will Not Exceed $9,500,000. Work Will Be Issued By Negotiation Of Firm-fixed-price Task Orders. There Is No Limit On The Value Of The Individual Task Orders, But The Total Task Orders Awards Will Not Exceed The Total Value Of The Idc. Minimum Guarantee Amount Of $2,500 Will Apply To The Base Ordering Period Only.
the North American Industrial Classification System (naics) Code For This Procurement Is 541330 (engineering Services), Which Has A Small Business Size Standard Of $15,000,000.
(b) Contract Award Procedure. Eligibility For The Idc Award Requires Registration Of The Offeror With The System For Award Management (sam) Database. Register Via The Sam Internet Site At Https://www.sam.gov/. No State-level Certifications Will Be Accepted.
missing Even One (1) Required Element Will Render The Offeror Non-responsive And Eliminate Them From Further Consideration For This Idc.
2. Project Information: The Award Of This Idc Will Provide Southwestern Division A-e Services To Support Value Engineering.
no Specific Projects Or Tasks Are Identified At This Time And Therefore Funds Are Not Presently Available For Individual Task Orders Under This Solicitation. As Projects For A-e Services For Value Engineering Are Received Swd Will Utilize This Idc To Award Task Orders. The Services Performed Under This Idc And The Individual Task Orders Encompass Value Engineering Studies/workshops, Conducted By The Value Engineering Contractor (vec), In Accordance With The Format Developed By The Society Of American Value Engineers (s.a.v.e.) International (information, Function Analysis, Creative, Evaluation, Development, And Presentation). The Ve Study/workshop Purpose Is To Evaluate Available Project Information (design Submittals, Cost Estimates, 1391s, Etc.) In Order To Apply Ve Principles To Further Develop Subsequent Plans And Specifications For Individual Projects. The Study/workshop Shall Focus On Assisting The Project Delivery Team (pdt) In Determining The “best Value” For Project Components And Performing A Cost Comparison For Each Project. The Vec Shall Also Investigate Potential Alternatives That Will Assist The Government’s Achievement Of Sustainability Requirements For Each Project If Applicable. The Vec Shall Produce A Ve Report With The Following Details: Executive Overview Of The Study/workshop And Study/workshop Results, Value Matrix, Ve Proposal Worksheets And Recommendations, And An Appendix Of All Background Documents.
the Team Must Contain At Least Three (3) Certified Value Specialists (cvs) Currently Certified By Save International. Offerors Must Have The Capability To Provide Cost Advice And Complete Cost Estimates Utilizing Latest Version Of Mii Estimating Program In Accordance With Set Design Schedules Identified In Individual Scopes Of Work For Each Task Order. Mii Software Will Be Provided By The Government With Database Information Purchased By The A-e. Other Cost Estimating Software May Be Required.
the Offeror Selected Will Be Subject To The Requirements Of Far Part 52.219-14.
3. 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-e Are Primary. Criterion F-h Are Secondary And Will Only Be Used To Rank The Contractors Among The Most Highly Qualified Firms.
in This Synopsis The Term “recent” Means A-e Tasks Orders Or Contracts Completed Within The Last Five (5) Years Of The Synopsis Closing Date. Older Projects Will Not Be Considered.
(a) Specialized Experience And Technical Competence. Ensure That All Specialized Experience Requirements Are Reflected On Appropriate Personnel Resumes In Section E And Example Projects In Section F, Part I Of The Sf 330. For Criteria Listed Below, Recent Experience Of Subcontractors May Be Submitted To Demonstrate Applicable Experience And Competence Provided The Nature And Extent Of All Team Arrangements Are Identified And Disclosed. Offerors Should Describe The Nature And Extent Of Prior Teaming Experience With The Proposed Subcontractors.
the Firm Must Demonstrate Expertise In The Following:
(1) Demonstrate The Recent Experience Of Both The Prime And Subcontractors Leading/participating In Value Engineering Studies/workshops.
(2) Demonstrate Recent Experience Of Both The Prime And Subcontractors Utilizing The S.a.v.e. Value Methodology Standard.
(3) Demonstrate Recent Experience Of Both The Prime And Subcontractors Adhering To American Society For Testing And Material (astm) Standard Practice E1399-14 For The Value Methodology And Engineering Regulation (er) 11-1-321 Value Engineering For Army Programs.
(4) Example Projects Shall Show The Value Of The Ve Task Order/contract.
(b) Professional Qualifications. The Offeror Shall Demonstrate That All Expertise Requirements Are Met On Key Personnel Resumes In Section E, Part I Of The Sf330. When A Minimum Number Of Years/experiences Is Listed, It Is Within The Past Five (5) Years From The Closing Date Of The Synopsis. The Following Is A List Of The Key Personnel, Minimum Requirements And The Minimum Number Required For The Idc Under This Acquisition. These Minimum Requirements Can Be Met Utilizing In-house Or Consultants/subcontractors. Do Not List A Subcontractor As Your Firm’s Employee, As This Will Be Cause For Rejection Of The Sf330. Additional Personnel Other Than The Required Will Not Be Evaluated.
three (3) Facilitator/certified Value Specialist(s) (cvs),
three (3) Registered Civil Engineer(s),
three (3) Registered Structural Engineer(s),
three (3) Registered Architect(s),
three (3) Registered Electrical Engineer(s),
three (3) Registered Mechanical Engineer(s),
one (1) Registered Geotechnical Engineer,
one (1) Registered Environmental Engineer,
one (1) Leed Accredited Professional, And
three (3) Certified Cost Estimator(s) With Mii Experience.
all Personnel Shall Show Five (5) Years’ Experience, Minimum, In Their Field Of Expertise Within The Recent Ten (10) Years. To Show This Experience, Provide Relevant Projects, In Section E, That Span Five Years, Minimum. For Example, If The Resume Denotes A Project Performed In March 2011 It Shall Indicate At Least A Second Project Performed In March 2015, Or Later, To Demonstrate The Five (5) Years.
certified Value Specialist(s) Shall Have A Current Certification By Save International. Engineers And Architects Shall Be A Registered Architect Or Licensed Professional Engineer. The Cost Estimator Does Not Have To Be A Pe Or Registered Architect. The Cost Estimator Shall Be Certified By Aace, Tri- Services, Or Any Of The Nationally Recognized Cost Estimating Certification Organizations.
provide A Separate Employee For Each Stated Requirement Above To Meet The Number Required, No Dual Roles. The Title Of The Roles On The Resumes And Organizational Chart Must Match The Required Discipline. Do Not Submit Additional Personnel Resumes In Addition To Those Required.
(c) Past Performance. In Section H, Part I, Sf 330, Provide Past Performance Evaluations. The Firms Will Be Evaluated In Terms Of Work Quality, Compliance To Schedules, And Cost Controls, With Emphasis On Projects Submitted Under Factor (a), As Determined From The Past Performance Information Retrieval System (ppirs) And Other Sources. Submit Letters Of Commendation, Awards, Previous Project Evaluations, Etc. To Show Past Performance. The Government Will Retrieve The Past Performance Evaluation For The Joint Venture If The Offeror Is A Jv. If The Jv Has No Past Performance Evaluation The Past Performance Evaluation Will Be Retrieved For Each Jv Partner. Past Performance Evaluations Will Not Be Retrieved For The Proposed Subcontractors.
(d) Capacity. In Section H, Part I, Sf 330, Describe The Team’s Ability To Hold And Conduct Up To Three (3) Workshop(s), Concurrently, Each At A Separate Location(s) Designated By The Government With The Potential Of Back To Back Workshops In A Three Week Period, Starting Within Two (2) Weeks Of Task Order Award, Provide A Written Draft Of The Value Engineering Report Within One Week After Completion Of The Conference Or Work Group, And Provide The Final Value Engineering Report No Later Than Ten (10) Days After Receipt Of Comments On The Draft Report. The Government Will Also Look At The Overall Capacity Of The Team Based On The Information Provided In Part Ii Of The Sf 330.
(e) Knowledge Of Locality. In Section H, Part I, Sf 330, Describe The Team’s Familiarity With The Project Location. Knowledge Of An Installation’s Requirements, Local Environmental Regulations, Soil Conditions, And Seismic Requirements Can Affect The Ve Recommendations Provided. Demonstrate Familiarity With The Swd Region.
the Following Items (f Thru H) Are The Secondary Criteria:
(f) Volume Of Dod Contract Awards. In Section H, Part I, Sf 330, Provide The Volume Of Dod Contact Awards, Stated In Dollars, For Each Firm For The Past Twelve (12) Months (see Details In Subsequent Paragraph 4(f)). Incorporate The Awards To All Branch Offices. The Objective Is To Provide An Impartial Distribution Of Dod A-e Awards Among Qualified A-e Firms, Including Small And Small Disadvantaged Business Firms And Firms That Have Not Had Prior Dod Contracts. List The Project Name, District, Contract Number, Dollar Amount, And The Month/year Of The Award.
(g) Geographic Proximity. In Section H, Part I, Sf 330, Provide The Physical Location Of A Firm In Relation To The Location Of Potential Projects. The Geographic Location For This Idc Is The Southwestern Division Area Of Responsibility.
(h) Utilization Of Small Business Firms. In Section H, Part I, Sf 330, Provide A Description Of The Prime And Any Subcontractor’s Affiliation As A Small Business. Per Far 52.219-8 Utilization Of Small Business Concerns (oct 2014), It Is The Policy Of The United States That Small Business Concerns, Veteran- Owned Small Business Concerns, Service-disabled Veteran-owned Small Business Concerns, Hubzone Small Business Concerns, Small Disadvantaged Business Concerns, And Women-owned Small Business Concerns Shall Have The Maximum Practicable Opportunity To Participate In Performing Contracts Let By Any Federal Agency. The Greater The Participation, The Greater The Consideration.
4. Submittal Requirement: In An Effort To Reduce Paperwork And Cost, Submit All Sf 330s Electronically Via The Dod Safe Website At: Https://safe.apps.mil/. At The Dod Safe Website, Select The Link: For Users Without A Cac Or If Your Computer Is Not Configured To Read Your Cac. Using This Option Will Allow You To Access The Safe Site As A Guest. When Completing The Information For Transmittal At The Dod Safe Website, Submit The Notification To: Ceswf-ct-preawardproposal@usace.army.mil.
(a) Interested Firms (single Firms Or Joint Ventures) Having The Capabilities To Perform This Work Must Submit A Sf 330 (3/2013 Edition), For The Prime Firm And All Consultants/subcontractors To The Site Stated Above Not Later Than 12:00 P.m. (central Time) On The Response Date Indicated Above. If The Response Date Is A Saturday, Sunday Or Federal Holiday, The Deadline Is 12:00 P.m. The Next Business Day. Late Proposal Rules Found In Far 15.208 Will Be Followed For Late Submittals. Submission By Telephonic Facsimile Or In Paper Will Not Be Accepted. Personal Visits To Discuss This Announcement Will Not Be Allowed.
(b) Submit A Compiled Sf 330, Part I, Completed In Accordance With The Sf 330 Instructions And Additional Instructions Herein. It Must Contain Information In Sufficient Detail To Identify The Team (prime, Other Offices Of The Prime Firm, And Subcontractors) Proposed For The Idc. Do Not Present Company Literature With The Sf 330.
(c) Use No Smaller Than 10 Font Type Using Standard English. Pages In Excess Of The Maximums Listed Will Not Be Used In Evaluation Of The Selection Criteria. Number The Sf 330 To Correspond To The Paragraph Numbers In This Synopsis. Submit The Sf 330’s In Searchable Pdf Format.
(d) Organizational Charts Can Be Up To Two (2) Pages, If Needed, On 8 ½ X 11 Paper.
sf330, Part I, Additional Instructions:
(a) In Section C, Identify The Discipline/service Supplied By Each Firm. With The Firm Name Provide Whether The Firm Is Small Business And What Type.
(b) In Section D, Provide A Team Project Organization Chart To Indicate How Each Firm On The Proposed Team (prime And Each Subcontractor Is Identified In Section C) Integrates Into The Composite Team. Job Titles And Organization Chart Must Match The Required Discipline Titles.
(c) In Section E, Provide Brief Resumes Of The On-staff Or Subcontractor Employees You Intend To Use To Perform The Work. Resumes Must Be Submitted For Each Employee Required To Meet The Minimums Stated Above In Paragraph 3(b).
(d) In Section F, Provide A Minimum Of Two (2) But No More Than Five (5) Projects For Consideration. The Description Shall State Whether The Save International Format Was Used And Whether Astm E1699-14 And Er 11-1-321 Were Adhered To. Also Describe The Number Of Creative Ideas, Ve Alternatives Recommended, And Implemented. Use No More Than One Page Per Project,
(e) In Section G, Block 26, Provide The Firm And Location The Person Is Associated With. List The Names Of All Individuals Detailed In The Resumes In Section E In Block G-26 Along With Their Firm Location And Their Roles Even If Example Project Experience In Block G-28 Is Not Applicable, And
(f) In Section H, Provide A Narrative To Address Each Of The Requirements, With Subparagraphs, Of Items Listed In Section 3, Selection Criteria, Of This Synopsis. When Addressing Team Capabilities, Clarify Planned Capability, Existing Capability And Prior Experiences, If Applicable. Provide Any Other Relevant Information Including A Short Discussion Of Why The Firm Is Especially Qualified Based Upon The Specific Selection Criteria Listed In Section 3 Herein. For Section 3 (f), Provide An Itemized Summary Of Dod Contract Awards To Specify Agency, Contract Number/task Order No., Project Title And Amount. (note: Award Of Indefinite Delivery Contracts Should Not Be Counted As Award Amounts, Only Actual Task Orders) Generally, Provide A Brief Presentation Of Internal Controls And Procedures That Demonstrate The Firm’s Overall Design Quality Management Plan (dqmp) Which Provides Sufficient Information About This Plan And Clearly Explains The Ability Of The Firm To Control Costs, Schedule And Quality Of Work To Be Submitted To The Government. A Project- Specific Detailed Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award, But Is Not Required With This Submission. Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. Do Not Exceed 20 Pages For Block H.
sf330, Part Ii, Additional Instructions
(a) Responding Firms Must Submit A Copy Of A Current And Accurate Sf 330, Part Ii For The Specific Prime, As Well As For Other Offices Of The Prime And Subcontractor Offices Proposed To Perform The Work, Even If One Is Already On File. All Part Iis Must Be Signed (signed Within The Past 36 Months From The Closing Date Of The Synopsis) And Dated Either By An Original Handwritten Signature Or A Cut And Pasted Facsimile Of An Original Signature. Indicate In Block 5b Of Each Part Ii, If The Firm Is A Small Disadvantaged Business, Small Business, Hubzone, Service-disabled Veteran-owned Small Business, Or Woman- Owned Small Business. To Be Classified As A Small Business, A Firm’s Average Annual Receipts Or Sales For The Preceding Three (3) Fiscal Years Must Not Exceed $15,000,000;
(b) In Block No. 4, Part Ii, Provide The Data Universal Numbering System (duns) Number Issued By Dun And Bradstreet Information System (1-866-705-5711) For The Prime A-e Or Joint Venture. The Duns Number Must Be For The Firm Or Joint Venture Performing The Work.
(c) Solicitation Packages Are Not Provided For This Idc And No Additional Project Information Will Be Given To Firms During This Announcement Period. Facsimile Transmissions Will Not Be Accepted. Points Of Contact: Contracting - Ms. Daina Black: Daina.r.black@usace.army.mil And Technical – Mr. Clarence Banks, Dvo: Clarence.v.banks@usace.army.mil. All Questions Must Be Submitted Through The Projnet System.
offerors Questions And Comments
(a) Technical Inquiries And Questions Relating To Proposal Procedures Or Bonds Are To Be Submitted Via Bidder Inquiry In Projnet At Http://www.projnet.org/projnet.
(b) To Submit And Review Bid Inquiry Items, Bidders Will Need To Be A Current Registered User Or Self-register Into The System. To Self-register Go To Web Page, Click Bid Tab Select Bidder Inquiry, Select Agency Usace, Enter Key For This Solicitation Listed Below, And Your E-mail Address, Click Login. Fill In All Required Information And Click Create User. Verify That Information On Next Screen Is Correct And Click To Continue.
(c) From This Page You May View All Bidder Inquiries Or Add An Inquiry. Only One Question Will Be Allowed Per Inquiry. If Multiple Questions Are Contained In A Single Inquiry, Only The First Question Will Be Answered. All Others Will Remain Unanswered Until Entered In As Single Inquiries.
(d) Bidders Will Receive An Acknowledgement Of Their Question Via Email, Followed By An Answer To Their Question After It Has Been Processed By Our Technical Team.
(e) The Solicitation Number Is: W9126g25r0129
(f) The Bidder Inquiry Key Is: 3cpdat-s6s5kq
(g) The Bidder Inquiry System Will Be Closed To New Inquiries Seven (7) Calendar Days Prior To Proposal Submission In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. If The System Is Not Closed In A Timely Manner, An Inquiry Posted Within Seven (7) Calendar Days Of The Scheduled Receipt Of Proposals Date Will Still Be Regarded As Untimely And Will Not Be Afforded A Substantive Response.
(h) Offerors Are Requested To Review The Specification In Its Entirety And Review The Bidder Inquiry System For Answers To Questions Prior To Submission Of A New Inquiry.
(i) The Bidder Call Center Help Line Operates Weekdays From 8am To 5pm U.s. Central Time Zone (chicago). The Telephone Number For The Call Center Is 1-800-428-help (1-800-428-4357).
(j) Offers Will Not Be Publicly Opened. Information Concerning The Status Of The Evaluation And/or Award Will Not Be Available After Receipt Of Proposals.
phone Calls To Discuss The Solicitation Are Discouraged Unless Absolutely Necessary. Personal Visits For The Purpose Of Discussing This Solicitation Are Not Allowed. To Verify Your Proposal Has Been Delivered You May E-mail: Ceswf-ct-preawardproposal@usace.army.mil And Daina.r.black@usace.army.mil.
this Is Not A Request For Proposal.
Closing Date18 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Presolicitation Notice
presolicitation Notice
page 11 Of 11
presolicitation Notice
*=required Field
presolicitation Notice
page 1 Of 11
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 # 668-25-102 Replace Asphalt, Drywells, And Sidewalks At The Mann-grandstaff Vamc In Spokane, 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.
project Information
this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Late March 2025.
the Anticipated Period Of Performance For Completion Of Design Is 255 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 255 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 Rachel Heider At Nco20aesf330@va.gov And Rachel.heider@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).
the Sf 330 Submission Is Due By January 13, 2025 At 11:00 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 36c26025r0032 Project 668-25-102 Replace Asphalt, Drywells, And Sidewalks.
the Sf 330 Submission Must Not Exceed A Total Of 35 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 Rachel.heider@va.gov And Dennis.einarson@va.gov With The Subject Line Sf 330 Questions - 36c26025r0032 Project 668-25-102 Replace Asphalt, Drywells, And Sidewalks. The Cutoff For Question Submission Is 12/30/2024 At 11:00 Am 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. Key Positions And Disciplines Required For This Project May Include Among Others:
architect
civil Engineer
cost Estimator
electrical Engineer
environmental Engineer
fire Protection Engineer
geotechnical Engineer
project Manager
quality Assurance
structural 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 Existing Site Corrections, Including Sidewalks, Drainage, And Parking. 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:
experience At A Medical Center
repair Existing Conditions And Issues In The Renovated And New Construction Space
provide New Electrical, Lighting, Fire Protection, Site Repair Or Construction Of Parking Lots, Sidewalks, And Drainage, The New And Renovated Spaces.
phasing Of The New Construction And Renovation To Minimize Disruption To Hospital Operations: Must Remain Operational Throughout Construction.
other Specialized Experience Includes Experience In Critical Path Scheduling, Seismic Design, Construction Infection Control Protocols, Waste Reduction, Use Of Recovered Materials, And Sustainable Design Practices.
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.
at Least Three (3) 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 Spokane, Wa. 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 Mann-grandstaff Vamc, 4815 N Assembly St, Spokane, Wa. 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.
see Attached Document: 668-25-102 A-e Presolicitation Description.
see Attached Document: Ae Sow 668-25-102.
see Attached Document: 2020 Gao High Quality Project Estimate Characteristics.
see Attached Document: Bldg 12 As-built Arch-str.
see Attached Document: Bldg 12 As-built Mep.
see Attached Document: Site Repair Replace Areas Rev 1.
see Attached Document: Design Review Comment Form.
see Attached Document: Ppq 668-25-102.
Closing Date13 Jan 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, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. 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 Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 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 160-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. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. 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) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer 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 Approaches. 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 Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . 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 Johnna Mcgraw At Johnna.mcgraw@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 January 10th 2025 At 1pm Est. 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 Fire Station Design- Tomah Wi. 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 Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
7121-7130 of 7179 archived Tenders