Crane Tenders
Crane Tenders
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Excavation
United States
Details: Sources Sought - Jetty Rehabilitation Of Cheesequake Creek, New Jersey, Nj Federal Navigation Project
background Information
the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform The Rehabilitation Of The Eastern Jetty Of Cheesequake Creek, New Jersey. The Proposed Rehabilitation Would Involve Restoring The Jetty To Modern Standards, Which Includes Raising The Height To Match The Western Jetty. Through Jetty Construction Activities, Approximately 17,832 Cubic Yards Of Material Will Be Dug Up To A Depth Of -9’ Mean Lower Low Water (mllw).
because Of Possible Restrictions In The New Jersey Department Of Environmental Protection Water Quality Certificate, The Proposed Work May Be Required To Only Be Performed By Utilizing Certain Equipment. For This Scope Of Work Of Jetty Construction, Certain Equipment May Be Required Such As, But Not Limited To Excavators, Dozers, Cranes, Or Rigs Of A Similar Type To Place The Stones And Perform Digging. The Excavated Material Would Be Required To Meet All Federal, State, And Approved Local Criteria Required By The Government Agencies Having Jurisdiction, Where The Material And Placement Sites Are Located.
the Apparent Low Bidder Shall, Within 35 Calendar Days From The Date The Apparent Low Bidder Is Notified Of Being Such, Provide Copies Of All Required Permits And Approvals For Transfer. Transportation, Dewatering, And/or Processing, And Final Placement Of The Sediment Removed, And Shall Submit Evidence Of Such Permits And Approvals To The Government.
once The Contract Is Awarded, The Contractor Will Be Required To Commence Work Within Five (5) Calendar Days After The Date Of Receipt Of The Notice To Proceed. The Presence Of Jetty Rehabilitation Equipment In The Channel Will Impact Vessel Traffic And The Contractor May Be Required To Move Operations To Allow For Vessel Traffic To Proceed.
the Proposed Work Is Anticipated To Begin In The Fall Of 2025. Work Is Expected To Continue At A Minimum Of 6-9 Months. Due To Restrictions In The Environmental Window, The Contractor May Have To Implement Additional Measures Such As Working Within The Environmental Window Duration While Employing Environmental Monitoring Or Pausing Work Within The Environmental Window And
resuming Once Environmental Window Reopens. The Work Is Estimated To Cost Between $10,000,000 And $15,000,000.
survey Of The Construction Industry
the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Cheesequake Creek Jetty Rehabilitation Project.
general
1) Have You Ever Worked On Jetty Or Groin Construction Jobs Similar In Nature To This Project? If So, Please Describe The Project And For Whom The Work Was Performed. Identify A Point Of Contact And Phone Number, If Possible.
2) Have You Performed Jetty Rehabilitation Within The Coastline Of New Jersey?
3) What Percentage Of Work Can You Perform With Your Own Equipment Or Equipment Owned By Another Small Contractor?
4) Would You Be Willing To Bid On The Project Previously Described? If The Answer Is No, Please Explain Why Not?
5) Would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture?
6) Have You Ever Worked On A Project That Involves Excavating And Disposing Of Material Near A Superfund Site?
7) Do You Have Capabilities To Or Can You Procure Capabilities To Perform Sampling And Testing Of Excavated Material Prior To Transportation And Placement At A Receiving Facility?
8) Is There A Dollar Limit On The Size Contract That You Would Bid? If So, What Is That Limit?
9) What Is The Largest Contract, In Dollars, On Which You Were The Prime Contractor?
10) What Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity?
11) The Contractor Is Required To Obtain An Acceptable Use Determination (aud) From The Local Jurisdiction Where Excavated Material Will Be Placed. Do You Have Familiarity With The Process, And Have You Ever Worked On A Project Where Obtaining An Aud Was Required?
12) Use Of Usace Resident Management System (rms 3.0) Will Be Required For This Contract. Do You Have Experience Using The Usace Resident Management System (rms 3.0) For Delivering Submittals, Daily Reports, And Pay Estimates?
13) Are You Familiar With The Usace Em 385-1-1 (march 2024) And All Requirements? Deficiencies Observed On Site Will Require Immediate Attention And Action To Meet All Applicable Safety Codes.
14) In Previous Projects, Do You Have Experience In Completing Environmental Monitoring Of Endangered Species? If So, Was Such Work Contracted To A Company That Specializes In Such Environmental Windows?
equipment
15) What Type Of Equipment Do You Own And / Or Operate That Is Suitable For The Work Described Please List Each Piece Of Equipment Capable Of Performing Each Type Of Work Described.
16) Identify What Equipment Including Support Equipment & Equipment On The Water, You Would Employ On This Project. Identify Your Means For Transporting The Required Stone To The Project Site, Would This Be Using Your Own Trucking Or A Trucking Company?
17) Do You Have Experience With The Placement Of Removed Sediment At Upland Placement Sites?
18) Please List Any Historical Projects Involving Removal Of Non-hars Material. Also List The Processing & Placement Sites Used To Place The Material.
19) Would You Be Able To Complete All Work Associated With This Project Within The Timeframe While Ensuring There Is Minimal Or No Impact To Protected Species Outside Of The Environmental Windows? If The Option To Work Within The Environmental Window Is Available, What Additional Measures Would You Employ During Work So That There Is Minimal Or No Impact To Protected Species?
20) How Long Is A Typical Reconstruction Of 15 Feet Height And 12 Feet Crest Width Jetty?
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others...+3Civil And Construction, Civil Works Others, Machinery and Tools
United States
Details: //update// (1/15/24)
line Items Have Been Added To The Combo, Sow Has Been Updated, Q&a Form Has Been Attached.
23d Force Support Squadron Strives To Meet The Needs Of Our Customer Base. Grassy Pond Currently Has Three (3) Floating Docks On Our Main Lake That Need To Be Replaced And Three (3) Floating Docks That Needs To Be Repaired Due To Damage Sustained From Tropical Storm Debby And Hurricane Helene. One Of The Damaged Floating Docks That Needs To Be Repaired Is Located At Mission Lake On Moody Afb.
23d Force Support Squadron Requires The Full Replacement Of Three (3) Floating Docks And The Repair Of Three (3) Floating Docks.
replacements:
• One (1) 75' X 6' T-shaped Floating Dock With 10' Entry/walkway On The East Trail (replacement)
- All Of The Framework And Handrails Will Be Galvanized Steel, A Composite Deck, And A Poly Float.
handrails = 1-1/4" Sch 40 Pipe (1-5/8" Od) With A .140" Wall Thickness Made Of Galvanized Steel Or Thicker
handrails To Encompass Entire Floating Dock Including Entry Way
- 20' X 6' Dock Section With Rails
- "t" Is 15' X 6' Dock Section With Rails, A 3' Gate To Allow For Access To The Floating Dock For Boats, And Boat Bumpers To Ensure No Damage Done To The Docks By Boats
- 10' Entry Ramp
entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip
- Pilings = 4 Ea (3" Sch 40 Galvanized Steel)
6' Minimum Embedded + Depth Of The Water + 3' Out Of Water
pilings Are To Be Hollow In The Middle
round Out Sharp Edges
drive In The Pilings
- Custom Galvanized Steel Slide Brackets For Pilings = 4 Ea
• One (1) 75' X 6' With 5' Entry/walkway Floating Dock With No Handrails Near Bldg 2019 (replacement)
- All Of The Framework Will Be Galvanized Steel, A Composite Deck, And A Poly Float.
- Three (3) 20' X 6' Dock Section With No Rails
- One (1) 15' X 6' Dock Section With No Rails
- 5' Entry Ramp With No Handrails
entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip
- Pilings = 4 Ea (3" Sch 40 Galvanized Steel)
6' Minimum Embedded + Depth Of The Water + 3' Out Of Water
pilings Are To Be Hollow In The Middle
round Out Sharp Edges
drive In The Pilings
- Custom Galvanized Steel Slide Brackets For Pilings = 4 Ea
• One (1) 35' X 6' Floating Dock With 12' Ramp For The Boat Launch With No Handrails (replacement)
- All Of The Framework Will Be Galvanized Steel, A Composite Deck, And A Poly Float.
- One (1) 20' X 6' Dock Section With No Rails
- One (1) 15' X 6' Dock Section With No Rails
- 12' Entry Ramp With No Handrails
entry Ramp To Be Secured To The Shore With 2 Ea 3" Sch 40 Pilings Embedded 6' Into The Ground And Include Non-slip
- Pilings = 2 Ea (3" Sch 40 Galvanized Steel)
6' Minimum Embedded + Depth Of The Water + 3' Out Of Water
pilings Are To Be Hollow In The Middle
round Out Sharp Edges
drive In The Pilings
- Custom Galvanized Steel Slide Brackets For Pilings = 2 Ea
repairs:
• One (1) T-shaped Floating Dock On The Backside Of Our Boat Storage Area. (repair)
- Screw Down All Loose Deck Boards With Stainless Steel Screws.
- Straighten Out The "t" Connection And Re-secure Floating Dock.
- Add Six (6) Piling Ring Extensions To Six (6) Existing Pilings To Move Pilings Further From The Dock And Ensure The Longevity Of The Floating Dock.
- Replace All 84 Lower Handrail Bolts On The Handrails, Install Backing Washers, And Re-attach The Handrails With New Bolts.
- Straighten And Reinstall All Handrails Back To Original Condition.
• One (1) T-shaped Floating Dock At Mission Lake. (repair)
- Straighten Center Broken Walkway And Re-secure To The Land Using Existing Pilings (pilings Are 3" Sch 40 Galvanized Steel).
- Add Eight (8) Piling Ring Extensions To Eight (8) Existing Pilings To Move Pilings Further From The Dock And Ensure The Longevity Of The Floating Dock.
- Replace All 84 Lower Handrail Bolts On The Handrails, Install Backing Washers, And Re-attach The Handrails With New Bolts.
• One (1) T-shaped Floating Dock At Dock Near The East Trail Of Grassy Pond (repair)
- Repair And Re-secure Two Side Handrails That Detached During The Storm And Are Slightly Bent.
- Repair And Re-secure Handicap Handrail On Entry Walkway.
- Two (2) Piling Extensions 4" Sch 40 Pipe To Be Secured Through The Center Of Existing Pilings To Ensure Stability Of Floating Dock.
• Must Include:
- All Required Equipment, Tools, Materials, Including But Not Limited To Aquatic Vehicles, Storage For Materials, Forklifts, Cranes,
- Fees To Obtain Any Relative Permits (i.e. Dig Permits)
- All Required Demolition Including Concrete/curbing/poles/rods
- Own Dumpster For Disposal
- Removal Of All Waste
- All Required Construction To Include But Not Limited To Pilings/footers And Assembly Of The Floating Dock
- All Required Transportation/travel
standard 1-year Warranty To Be Provided By Contractor.
deliver To 5360 Grassy Pond Rd , Lake Park, Ga 31636
site Visit:
a Site Visit Will Be Held On Tuesday January 14 2025 At 9:00 Am Est. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Center No Later Than 8:30 Am Est For Check-in (required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit.
for Completing The Attached Base Pass Forms Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Site Visit, Include Date Of
birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete, Email The Base Pass To Ryan.trevino.2@us.af.mil No Later Than Cob Monday January 13, 2025 At 11:30 Am Est.
see Mission Lake Base Map For Directions To The Meeting Point At Moody Afb.
Closing Date23 Jan 2025
Tender AmountRefer Documents
City Of San Carlos Tender
Publishing and Printing
Philippines
Details: Description The Office Of The City Library Is In Need Of The Various Books Reading Materials, This City 1 Tungkol Sa Pagkamahiyain 2 2 Tungkol Sa Pagpapasalamat 2 3 Tungkol Sa Pagpapasensiya 2 4 Tungkol Sa Pagtitiyaga 2 5 Tungkol Sa Responsibilidad 2 6 Tungkol Sa Pagbabahagi 2 7 Tungkol Sa Pagkamasayahin 2 8 Tungkol Sa Galit 2 9 Tungkol Sa Paghahanap Ng Solusyon 2 10 Tungkol Sa Lakas Ng Loob 2 11 Tungkol Sa Katapatan 2 12 Tungkol Sa Gawaing-koponan 2 13 Tungkol Sa Kabutihang Loob 2 14 Tungkol Sa Paggalang 2 15 Tungkol Sa Pagmamahal 2 16 Tungkol Sa Pagiging Masunurin 2 17 God Talks With Me About Overcoming Fears 2 18 God Talks With Me About Thankfulness 2 19 God Talks With Me About Friendship 2 20 English With Values Boldness 2 21 English With Values Anger 2 22 Dalawa Kami Ni Lola 2 23 Dear Nanay 2 24 Lola Lola 2 25 Big Sister 2 26 Ang Lumang Makina Ni Lola 2 27 Ang Bisita Ni Lolo Lino 2 28 Si Lola-nanay At Si Dandandandan 2 29 Bog 2 30 Twit 2 31 Pitong Angel 2 32 Ang Tatlong Prinsipe Ng Kalinaw 2 33 Junior 2 34 Ang Beybi Naming Mamaw 2 35 Misteryo 2 36 Gaano Ba Kalayo Patungong Paaralan 2 37 Munting Opisina Ni Nanay 2 38 Ang Mga Kahon Ni Kalon 2 39 Ang Papag Ni Tatang 2 40 Ang Pambihirang Babaeng Hindi Umuupo 2 41 Monster Rescue 2 42 Lumang Kumot Ni Lola 2 43 Lumang Aparador Ni Lola 2 44 Ang Sakim Na Aparador 2 45 Ang Riles Sa Tiyan Ni Tatay 2 46 I Am An Apple 2 47 Saturday Morning In The Garden 2 48 Paaaasaaaaluuubong 2 49 Mamay Esing 2 50 Si Ginoong Mundo At Ang Kanyang Mahiwagang Kahon 2 51 Kayang - Kaya Ko Nang Maging Kuya. 2 52 Mga Guhit Sa Dingding 2 53 Taho Taho Tahoooooieyy!(big Book) 2 54 May Bolang Kristal Ba Si Inay ? 2 55 Sa Piling Ni Nanay (bigbook) 2 56 Kuwentong Nanay - Superwoman Si Inay Big Book 2 57 Kuwentong Nanay - Siya Ba Ang Inay Ko? 2 58 Ang Nanay Kong Drayber (bigbook) 2 59 Titser Nany 2 60 Ang Aking Angel 2 61 Imbisibol Man 2 62 Inay Inaay Ko 2 63 Super Woman Si Inay 2 64 Ang Sapatos Ni Mommy 2 65 Sikat Ang Mommy Ko 2 66 Sexy Ang Mommy Ko 2 67 May Magic Si Inay 2 68 Mahal Kita Inay 2 69 Si Gab At Ang Higanteng Bag 2 70 Tahi Tahi 2 71 Ang Mahalagang Misyon Ng Mga Batang Pekiro 2 72 Ang Alamat Ng Palay 2 73 Ang Huling Puno 2 74 Green Luntian 2 75 Si Tiya Salome 2 76 Ang Alamat Ng Butanding 2 77 Inhale, Exhale 2 78 Luntian Ang Bungang May Pakpak 2 79 Si Tanya Ang Uwak Na Gustong Pumuti (bigbook) 2 80 Pasasalamat Ni Haribon (bigbook) 2 81 Ako Ay May Kiki (smallbook) 2 82 Ako Ay May Kiki (bigbook) 2 83 Ako Ay May Titi (smallbook 2 84 Ako Ay May Titi (bigbook) 2 85 Ang Nanay Kong Drayber (bigbook) 2 86 Uncle Sam 2 87 A Lesson From Juana 2 88 Ako'y Masayang Masaya (bigbook) 2 89 Ang Malinis Na Malmag (big Book) 2 90 Sandosenang Sorpresa (big Book) 2 91 Isang Magandang Umaga (big Book) 2 92 Ang Ampalaya Sa Pinggan Ni Peepo(big Book) 2 93 Karera Para Sa Kalusugan 2 94 Ang Mahahabang Tainga Ng Tatlong Lola 2 95 Tuldok Ang Pinagmulan Ng Buhay 2 96 Si Doctor Li At Ang Nakakoronang Virus 2 97 May Monster Si Kuya 2 98 Ang Ampalaya Sa Pinggan Ni Peepo 2 99 Good Habits (health) 2 100 Good Habits (nutrition) 2 101 Maging Ligtas Sa Corona Virus 2 102 Ang Batang Galit Sa Lamok 2 103 Premyadong Kuwentong Pambata - Tuldok: Ang Pinagmulan Ng Buhay 2 104 Premyadong Kuwentong Pambata - Salu - Salo 2 105 Ang Lumang Aparador Ni Lola 2 106 Premyadong Kuwentong Pambata - Lola - Lola 2 107 Premyadong Kuwentong Pambata - Ang Kumot Ni Dora 2 108 Premyadong Kuwentong Pambata - Junior 2 109 Premyadong Kuwentong Pambata - Alamat Ng Duhat 2 110 Premyadong Kuwentong Pambata: Fish For Two 2 111 Premyadong Kuwentong Pambata- Berting, Ang Batang Uling 2 112 Premyadong Kuwentong Pambata - Ang Riles Sa Tiyan Ni Tatay 2 113 Premyadong Kuwentong Pambata - Sa Tapat Ng Tindahan Ni Mang Teban 2 114 Premyadong Kuwentong Pambata - Lumang Kumot Ni Lola 2 115 Premyadong Kuwentong Pambata - Si Ginoong Mundo At Ang Kanyang Mahiwagang Kahon 2 116 Premyadong Kuwentong Pambata - Kung Paano Nanalo Si Rosang Taba Sa Isang Karera 2 117 Premyadong Kuwentong Pambata - Ang Mahiwagang Manok Ni Menggay 2 118 Premyadong Kuwentong Pambata - Ang Tsinelas Ni Inoy 2 119 Premyadong Kuwentong Pambata - Ang Pangat, Ang Lupang Ninuno, At Ang Ilog 2 120 Premyadong Kuwentong Pambata - Ang Tatlong Bubwit At Ang Bangkang Marikit 2 121 Premyadong Kuwentong Pambata: Gusto Ko Nang Lumaki 2 122 Premyadong Kuwentong Pambata - Ang Madyik Ni Paolo 2 123 Premyadong Kuwentong Pambata - Ako Ay Isang Apol 2 124 Ang Batang Laging Tumitingin Sa Sapatos Ng Mga Tao 2 125 Mga Premyadong Kuwentong Pambata : Ang Singsing - Pari Sa Pisara 2 126 Mga Premyadong Kuwentong Pambata : Si Andoy , Batang Tondo 2 127 Premyadong Kuwentong Pambata: The Magic Bahag 2 128 Mga Premyadong Kuwentong Pambata : Saturday Morning In The Garden 2 129 Mga Premyadong Kuwentong Pambata : A Thousand Paper Cranes 2 130 Mga Premyadong Kuwentong Pambata : Gaano Ba Kalayo Patungong Paaralan 2
Closing Date5 Feb 2025
Tender AmountPHP 55 K (USD 941)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
solicitation Number: W912dr25ra009
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
note: There Will Be A Pla Requirement For This Project.
project Description:
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process.
the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice.
responders Should Address All The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars.
6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project.
7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience:
capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00.
successful Experience With Leed Silver Construction And Environmental Low Impact Development.
successful Experience With Building Information Management (bim) Technology.
independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff.
us Citizens (should Include Naturalized Citizens/legal Citizen).
total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Municipality Of Upi, Maguindanao Tender
Machinery and Tools
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103.
this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out.
sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Others, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Details: Notice Type: Sources Sought
solicitation No: N4008525r2522
response Date: 11/1/2024 2:00 Pm Eastern Time
classification Code: Y
naics Code: 236220
magnitude Of Construction: Between $25,000,000 And $100,000,000
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time.
the Naval Facilities Engineering Command, Mid-atlantic Is Seeking Eligible Small Businesses, Hub Zone Small Businesses, Small Disadvantaged Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, And Women-owned Small Businesses Capable Of Performing Design-bid-build, For The P502 Replace Mcas Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina.
this Project Will Replace A Circa 1957 Pier With A New Fuel Pier That Meets Mil-hdbk- 1025/department Of Defense (dod) Unified Facilities Criteria (ufc) 2-000-05n, Facility Planning Criteria For Navy/marine Corps Shore Installations, Ccn 151-40, Ufc 4-150-02, Dockside Utilities For Ship Service, Ufc 3-201-01 Civil Engineering, Updated Sept 2020, And Ufc 4-152-01 Design: Piers And Wharves. Construction Will Include A Single Deck Fueling Pier Approximately 40 Linear Feet (lf) Wide And 169 Lf Long With A Pile Supported Concrete Approach That Is Approximately 25 Lf Wide And 200 Lf Long, With A Minimum 20 Lf Wide (inside Curb-to-curb) Vehicle One-way Travel Lane. The Piping Will Be Protected By Curbing On Either Side And Will Also Provide Containment In The Event Of A Leak.
connecting The Pier And Approach Is A Section Of The Pier Which Measures Approximately 40 Lf Wide By 63 Lf Long, Creating A Pier Resembling A T Shape.
the New Facility Will Be Constructed Concurrently With Demolition Of The Existing Facility, Allowing Ability To Maintain Existing Operations. Once Completed, The New Facility Will Also Serve As A Berthing/mooring Pier For Barges And At The Height Required Due To Slr. Primary Facilities Include New Concrete Piles, Decking, Storage Shed, Mooring Dolphins And Fuel Piping To/from The Loading Arm. Providing New Pier With Fueling Arm So That The Facility Will Have Two Defueling Options Instead Of Just One. This Added Redundancy Will Prove Advantageous In Case Of Maintenance On Either Defueling Access Point. Access To The Existing Small Support Crafts Will Be Maintained Throughout Construction, And The Approach Will Be In Almost The Same Footprint As Original, To Maintain Fuel Services, Temporary Lines May Be Required Or Existing Lines Supported In Place During Demolition And Construction.
the Fuel Pier Site Is Located In The 100-year Flood Plain. The 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis Concluded That Equipment Could Be Negatively Affected By Floodwaters Elevated To Two-feet Above The High-water Level Of A Projected
100-year Flood. The Recommended Elevation Was To Be 11.4 Feet.
in Sept 2020, The Ufc 3-201-01 Civil Engineering Was Updated For New Requirements, And Was Used In The 2021 Mcas Be Sea Level Rise (slr) Modeling Report. The Report Has Shown The Projected Slr Elevation In Coordination With The Updated Ufc 3-201-01 Civil Engineering, Ufc 3-460-01 Design: Petroleum Fuel Facilities, And Ufc 4-152-01 Design: Piers And Wharves. The Navfac Slr Subject Matter Expert (sme) Advised That P502 Will Fall Within Subcategory 3b: (high Risk, Essential Facilities) From Table 2-1 For Design Flood Elevation In Ufc 3-201-01. The Slr Sme Further Recommended Following The Department Of Defense Regional Sea Level (drsl) Database Approach, To Determine The Pier Deck Elevation. The Second Approach Outlined By Ufc 3-201-01 Is The Drsl Approach That Bases The Design Flood Elevation On The Drsl 2065 High Slr Scenario. Based On The Drsl Approach, The Bottom Of The Deck Would Need To Be At An Elevation Of 14.66 Feet Above Current Sea Level.
this Project Includes The Realignment And Elevation Of Quilali Road To The Extent Required In Order To Provide Proper Access And Slope To The New Pier Deck Height. The New Road Will Be Elevated And Extended To Allow For Gradual Grading, With Sloped Embankments And Riprap Revetment On The Waterside To Prevent Erosion. [navfac Structural Engineer]
tie-ins To Existing Infrastructure Such As Pump Stations And Storage Tanks Will Be Needed.
additional Items Include Flexible Connections Where The Trestle Ties Into The Bulkhead/roadway. There Will Be Around A 6% Slope Along Quilali Road To Accompany The Adjusted Height Of The Pier. There Needs To Be An Elevation Difference Less Than 6.4 Ft From The Shore To The Deck Of The New Wharf. Elevate Parts Of Quilali Road Eight Percent To Support Smooth Transition Of Trucks/mobile Cranes From Trestle To Wharf, And Having A Floating Wharf For Defueling In Accordance With Ufc 4-152-01 Design: Piers And Wharves. [2021 Slr Modeling Report.]
the Existing Small Boat Facility Will Have A Gangway Added From The Newly Constructed Pier Along With Connections To A New Water Line. The Length Of The Gangway May Need To Be Altered To Avoid Becoming Too Steep After The Increase In Pier Height Requirement. In Addition, Breasting Platforms May Need To Be Elevated And According To Exwc Report From 2018 Marine Corp Air Station Beaufort (mcas Be) Fuel Pier Analysis The Small Boat Facility May Need To Be Replaced Due To Structural Deficiencies And Maintenance Issues.
operations And Maintenance Support Information (omsi) Is Included In This Project.
facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In The Dod Unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest Practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of Maximizing Energy Efficiency.
supporting Facilities Include Utilities And Connections (lighting, Power, And Potable Water Lines), Minor Site Civil Work (riprap, Fill, Etc.) And Site Demolition. Site Demolition Will Include Removing The Existing Decking, Beams, Vertical Piles, Utility Lines, Fuel Piping, Potable Water Piping, And Mooring. Existing Equipment Such As Oil Booms, Etc. Will Be Reused If Available And In Good Condition. Along With The Utilities, The Assumption Is That A Fire Protection Would Be Required In The Form Of A Stand-pipe System.
this Project Will Provide Anti-terrorism/ Force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Ufc 4-020-01 Dod Security Engineering Facilities Planning Manual.
special Costs Include Post Construction Contract Award Services (pcas), Geospatial Surveying & Mapping, And Cybersecurity Commissioning.
facility-related Control Systems Include Cybersecurity Features In Accordance With Current Dod Criteria.
dod And Department Of The Navy Principles For High Performance And Sustainable Building Requirements Will Be Included In The Design And Construction Of The Project In Accordance With Federal Laws And Executive Orders. Low Impact Development Will Be Included In The
design And Construction Of This Project As Appropriate.
facilities Will Be Designed To Meet Or Exceed The Useful Service Life Specified In Dod
unified Facility Criteria. Facilities Will Incorporate Features That Provide The Lowest
practical Life Cycle Cost Solutions Satisfying The Facility Requirements With The Goal Of
maximizing Energy Efficiency.
the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220 – Commercial And Institutional Building Construction, And The Small Business Size Standard Is $45,000,000. In Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. The Contract Will Include Far Clause 52.219-14 Limitations On Subcontracting, Which States That “the Concern Will Perform At Least 15 Percent Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.” This Office Anticipates Award Of A Contract For These Services By Nov 2025.
it Is Requested That Interested Small Businesses Submit To The Contracting Officer A Capabilities Package, To Include The Sources Sought Contractor Information Form, Sources Sought Project Information Form And Sources Sought Project Matrix, Provided As Attachments To This Notice.
the Sources Sought Project Information Form And Sources Sought Project Matrix Shall Be Used To Document A Minimum Of One (1) Fuel Transfer Facility And Up To A Maximum Of Five (5) Relevant Construction Projects Completed In The Past Ten (10) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Project Described Herein.
a Relevant Project Is Further Defined As:
size: Final Construction Cost Of $10 Million Or Greater. Total Construction Area Of More Than 5,000 Square Feet.
scope: Prime And/or Subcontractor With Construction Of Municipal, Governmental, Industrial Fuel Transfer Facility With Reinforced Concrete Pile Supported Waterfront Structure Experience. Fuel Facilities Will Include Fuel Transfer Equipment.
complexity: While Also Meeting The Scope Requirements Set Out Above, The Following Complexity Requirements Shall Be Met Collectively By The Projects Submitted, I.e. Each Submitted Project Does Not Require Demonstrated Experience With All Of The Following Components, But Collectively, Experience With All Of The Complexity Elements Below Must Be Established Throughout The Submitted Relevant Projects. Each Project Submitted Must Demonstrate Experience Constructing A New Reinforced Concrete Pile Supported Structure In A Waterfront Environment:
dod, Commercial, Or Municipal Fuel Transfer Facility;
dod, Commercial, Or Municipal Waterfront Reinforced Concrete Pier.
ensure That The Project Description Clearly Identifies Whether The Project Is New Construction Or Repair/renovation, Addresses How The Project Meets The Scope And Complexity Requirements As Delineated Above, And Provides The Final Construction Cost.
please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé.
a Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Has Been Approved Would Be Required With Your Proposal, If Requested.
this Notice Is A Market Research Tool Being Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Ultimate Issuance Of A Solicitation.
upon Review Of Industry Response To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable.
all Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
responses Are Due Nlt 01 Nov 2024, 2:00 Pm Est.
the Package Shall Be Sent Via Electronic Mail To Scott Schulz At Scott.c.schulz.civ@us.navy.mil.
attachments Are Limited To A Total Of 5mb.
Closing Date24 Jan 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Embassy Malabo
date: December 20, 2024
request For Quotation # 19ek2025q0002
replacement Of On-compound Residential Solar Water Heaters
the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters.
instructions To Quoters:
in Order For Your Quotation To Be Considered, Each Offer Must Include The Following:
completed Pricing Table – Section I - A.
completed Quoter’s Info – Section Ii.
completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform:
name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English.
evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing.
evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work.
a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f
contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B.
your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time.
you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price.
direct Any Questions Regarding This Rfq By Email To Malabop@state.gov
thank You.
section I
pricing Table
no.
description
total Cost (usd)
1
replacement Of On-compound Residential Solar Water Heaters
grand Total:
b. Statement Of Work
introduction
overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System.
location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor).
objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life.
communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306.
project Phases
receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be
inspected By Facilities (fac) Personnel For Damage From Shipping.
removal And Installation: Old Solar Water Heaters Will Be Removed From The
system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions.
2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install
Solar Water Heaters.
commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested
and Commissioned Within The Guidelines Set By The Manufacturer.
general Requirements
work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters.
proper Ppe Shall Be Worn At All Times During The Removal/installation Process.
work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided.
any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized.
responsibilities Of The Fac Team
project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work.
fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho.
quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp.
pre-project Requirements
tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering.
storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start.
all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected.
all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To.
project Requirements
all Workers Shall Adhere To The Psp Set Forth By The Fm/posho.
all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work.
supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide.
technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements.
reference Material
work Shall Be Performed In Accordance With The Following References:
manufacturer’s Installation Guide.
usace 385-1-1.
post Quality Management Plan (qmp)
appendix A
technical Specifications
component
specification
collector Housing
uv Protected
cover
antireflex Glass (double Coated)
absorber/tank Capacity
40 Gal (150 Liter)
absorber/tank Construction
steel
section Ii
contractor’s Information & Signatures:
contractor’s Name
company Name
address
uei #
ncage #
office Tel #
fax #
mobile #
email
name Of Person Authorized To Sign: ___________________________________________________________
signature Of Person Authorized: ______________________________________________________________
the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001
exhibit A
sam.gov Registration
the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming.
the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information:
(i) Company Legal Business.
(ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized.
(iii) Company Physical Street Address, City, State, And Zip Code.
(iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical).
(v) Company Telephone Number.
(vi) Date The Company Was Started.
(vii) Number Of Employees At Your Location.
(viii) Chief Executive Officer/key Manager.
(ix) Line Of Business (industry).
(x) Company Headquarters Name And Address (reporting Relationship Within Your Entity).
if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor.
if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website:
federal Service Desk
url: Www.fsd.gov
hours: 8am - 8pm (eastern Time)
us Calls: 866-606-8220
international Calls: 334-206-7828
dsn: 866-606-8220
exhibit B
ndaa Certification
the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted.
as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates.
contractor’s Certification:
contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment:
by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services.
far Clauses Incorporated In Full Text:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items.
(a) Definitions. As Used In This Provision-
backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential
component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To—
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.”
(d) Representations. The Offeror Represents That—
(1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That—
it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment—
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services—
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020)
definitions. As Used In This Clause—
backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet).
covered Foreign Country Means The People's Republic Of China.
covered Telecommunications Equipment Or Services Means—
(1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities);
(2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities);
(3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or
(4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country.
critical Technology Means—
(1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations;
(2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled—
(i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or
(ii) For Reasons Relating To Regional Stability Or Surreptitious Listening;
(3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities);
(4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material);
(5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or
(6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817).
interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources.
reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit.
roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High.
substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract.
(c) Exceptions. This Clause Does Not Prohibit Contractors From Providing—
(1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil.
(2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause:
(i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services.
(e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items.
(end Of Clause)
52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019)
(a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”.
(c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument.
(end Of Provision)
Closing Date21 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List;
information Requested From Industry:
in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List.
vendor Name:
sam Uei #:
name Of Manufacturer:
manufacturer Address:
estimated Delivery Time:
sac Fss Contract Number
vendor Point Of Contract (poc) Name
poc Phone Number:
poc Email Address:
statement Of Work
introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc.
the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days.
note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor.
site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow).
this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts.
the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area.
within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas.
all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq.
all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed.
all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New.
waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris.
the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings.
painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property.
the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights.
external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling.
the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc.
the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc.
number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications.
contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate).
connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq.
the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
utility Shutdowns And Hot Work Permits
contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed.
the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station.
note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required.
badge Requirements
the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.]
site Visit
the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk.
the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting.
exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor.
general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source.
the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities.
should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines.
all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected.
equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment.
the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor.
any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration.
contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits).
the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities.
all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed.
all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New.
all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable.
air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork:
safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable.
if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work.
install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work.
valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain.
trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain.
the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor.
equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor.
belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors.
plumbing Requirements
plumbing
grooved Or Mechanical Fittings Are Allowed On Piping.
the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp
traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste
connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture.
plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings.
escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate.
pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible.
piping Shall Conform To The Following:
waste, Storm Water Drain And Vent: Drain To Main Stack As Follows:
pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot
exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents.
insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping
interior To The Building And Outdoor External Air Piping Shall Be Copper Tube.
all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible.
pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings.
pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings.
electrical Requirements
electrical
electrical Installation
conduits, Fittings, And Electrical Wire
all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec).
install A New Power Disconnect Box For Each Piece Of Equipment.
all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers.
all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70.
all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals.
wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes.
wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation.
all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color.
the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served.
lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable.
all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment.
nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material.
the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification.
electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms.
any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed.
data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets
receptacles Shall Be Underwriters Laboratories Certified.
mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws.
ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or.
the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal.
the Receptacle Bodies Shall Be White In Color.
four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box.
gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second.
receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner.
wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White.
standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable.
for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches.
the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use.
marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen.
label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers.
dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections.
prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level.
installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor.
the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System.
the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services.
the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures.
the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request.
the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq.
incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910.
sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition.
city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Date7 Feb 2025
Tender AmountRefer Documents
1361-1370 of 1373 archived Tenders