Data Center Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: 1. Title: Dose Monitoring System Maintenance & Support. 2. Purpose: The Network Contracting Office (nco) 16, Located At Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, Tx 77030, Hereby Issues The Following Sources Sought To Request Information (rfi) With The Intent Of Determining The Contractor Interest, Capabilities, Qualifications Of Potential Businesses, Nonmanufacturer Rule Compliance, Buy American Act Compliance, Trade Agreement Compliance And Estimated Industry Pricing Information For Market Research And Estimated Budgetary Purpose For Dose Monitoring System Maintenance & Support. Contractor Shall Provide All Personnel, Tracking, License, Software, Monitoring, Support And Maintenance. To Include Remote Support And Maintenance Of The Software Installed On A Vha Server Interfaced With Rem Registry Located At The Cleveland Data Center. This Sources Sought Is Published For Market Research Purposes. This Sources Sought Will Be Used To Determine If A Set-aside For Any Small Business Program Is Appropriate. Government Anticipates Competitive, Firm Fixed Price Contract. Please Review This Announcement, Respond To Questions Below And Review All Attachments In Their Entirety. Government Request That Interested Offerors Complete All Questions Below, Provide Required Documentation, Descriptive Literature And Authorization Letter As Described Below. The Government Is In No Way Obligated To Do Business With Or To Enter Into Any Form Of Contract With Any Person, Firm Or Other Entity That Receives Or Responds To This Announcement. 3. Objective: To Find Qualified And Certified Contractors With The Capability To Provide Dose Monitoring System Maintenance & Support Per Draft Statement Of Work. 4. Place Of Performance: Delivery Location: Michael E. Debakey Va Medical Center 2002 Holcombe Boulevard Houston, Tx 77030 5. Responses Requested: The Nco 16 Requires All The Following Information And Questions Answered In This Rfi/ss: Questions And Information That Is Not Provided Shall Be Considered Nonresponsive To The Request For Information And Contractor May Not Be Considered As Part Of The Market Research. A. Contractors Shall Provide Their Point(s) Of Contact Name, Address, Telephone Number, And Email Address; And The Company's Business Size, And Sam Unique Entity Identification Number. B. Is Your Company A Small Business, Sdbs, Hubzone, Or 8a Concern? Please Provide Proof Of Qualifications. C. Is Your Company Considered Small Under The Naics Code: 541519? D. Do You (contractor) Manufacture The Product Itself Or A Distributor Of The Items Being Researched Above? E. Are You An Authorized Distributor/reseller To Provide The Product And Services? Provide Evidence From Original Equipment Manufacturer (oem). F. Do You (contractor) Supply A Product Manufactured By Another Domestic Small Business, If It Is A Nonmanufacturer? G. Do You (contractor) Supply The Product Of Any Sized Manufacturer If Sba Has Granted A Waiver To The Nonmanufacturer Rule? H. Is Your (contractor) Buy American Certificate Completed In Sam? Please Provide Evidence With Response. I. Is Your (contractor) Trade Agreement Certificate Completed In Sam? Please Provide Evidence With Response. J. Information For The Product Being Requested, Is It Manufactured Outside The Us-domestic Non-available? K. Information For The Product Being Requested, Is It A Foreign Manufactured End Product Under The Trade Agreement? L. What Is Your Schedule Of Delivery After Receipt Of Order For The Product? M. For The Product Required, Is Your Company Available Under Any; Government Wide Agency Contract (gwac) General Services Administration Schedules (gsa) Indefinite Delivery Indefinite Quantity (idiq) Blanket Purchase Agreement (bpa) If So, Please List The Contract Number For Name Brand Or Equal Product. N. Provide Descriptive Literature Demonstrating Ability To Meet All Of The Requirement Per The Draft Sow. Please Provide List Of Contracts For Commercial, Federal, State, And Local Governments. Listed Contracts Shall Provide Communication On The Government Requirement Illustrating The Capability To Meet The Government Requirement. O. Contractors Shall Provide An Estimated Industry Pricing For Name Brand Or Equal Product For Market Research And Budgetary Purpose. 6. Opportunity: The Nco 16, Is Seeking Information From Potential Contractors On Their Ability To Provide This Service. This Is A Sources Sought For Request Information (rfi) Only. Small Business Concerns Are Encouraged To Provide Responses To This Sources Sought In Order To Assist The Nco 16 In Determining Potential Levels Of Competition Available In The Industry. Contractor Shall Possess The Capability To Provide All Requirements And Objectives. 7. Instructions And Response Guidelines: Sources Sought Responses Are Due By March 19, 2025 At 10:00 Am (cst) Via Email To Anthony.marion2.gov. All Questions Shall Be Submitted By March 10, 2025 At 10:00 Pm (cst) Via Email To Anthony.marion2.gov. Telephone Requests Or Inquires Will Not Be Accepted. Public Information Will Not Be Provided And Shall Be Utilized To The Full Extent Possible. This A New Requirement. The Subject Line Shall Read: 36c25625q0589 -rfi-sources Sought- Dose Monitoring System Maintenance & Support. No Solicitation Exists At This Time. There Is No Page Limitation On Subparagraphs 5(a) - 5(o). Please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Sources Sought. Information Provided Will Be Used Solely By Nco 16 As "market Research" And Will Not Be Released Outside Of The Nco 16 Purchasing And Contract Team. This Sources Sought Notice Does Not Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quotation (rfq), And It Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Will The Government Pay For The Information Submitted In Response To This Request. All Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. If A Solicitation Is Released, It Will Be Synopsized On Contracting Opportunities (https://beta.sam.gov/) Website Or Gsa. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought, Or Future Rfp/rfq. 8. Contact Information: Contract Specialist, Anthony Marion Email Address: Anthony.marion2@va.gov Your Responses To This Notice Are Appreciated. This Notice Is Not A Request For Competitive Quotes/proposals; However, Any Firm That Believes It Can Meet The Requirements May Provide Answers, Responses And Give Written Notification Prior To The Response Due Date And Time. Supporting Evidence And Responses Must Be Furnished In Enough Detail To Demonstrate The Ability To Perform The Requirements.
Closing Date18 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The 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. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A Design-bid-build And Design-build (dbb/db) Construction Requirements Resulting In The Award Of A Multiple Award Task Order Contracts (matoc). The Potential Matoc Will Support Spk's Needs For Construction Contracts With A Total Capacity Of $499m Over A Five-year Period. the Matoc Will Support A Wide Range Of Vertical And Incidental Horizontal Design-build (db) Design-bid-build (dbb) Requirements To Include But Not Necessarily Limited To Construction (including New Work, Additions, Alterations, Maintenance, And Repairs) Of Commercial And Institutional Buildings And Related Structures. This Includes On-site Assembly Of Modular Or Prefabricated Commercial And Institutional Buildings. Work Anticipated Under This Matoc Includes But Is Not Limited To A Wide Variety Of Primarily Vertical And Some Incidental Horizontal Construction Services Including New Work, Additions, Alterations, Maintenance, For Military Projects To Include The Following: facilities airport Building Construction office Building Construction parking Garage Construction barrack Construction fire Station Construction data Center Construction religious Building (e.g., Church, Synagogue, Mosque, Temple) Construction indoor Swimming Facility Construction warehouse Construction (e.g., Commercial, Industrial, Manufacturing, Private) we Anticipate Synopsis Of The Requirement On Or About March 2026. in Accordance With Federal Acquisition Regulation (far) 36.204(g), The Government Currently Estimates The Magnitude Of Construction For The Potential Projects Are Between $2,000,000 And $40,000,000. With An Average Project Size Of $15,000,000. the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 236220, Commercial And Institutional Building Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1jz, Construction Of Miscellaneous Buildings. project Locations: primary: Sacramento District (spk), Located In The State Of California secondary: South Pacific Division (spd) Consisting Of Sacramento District (spk), San Francisco District (spn), Los Angeles District (spl), And Albuquerque District (spa). the States Within The Spd Boundaries Are California (ca), Arizona (az), Nevada (nv), Utah (ut), New Mexico (nm) And Portions Of Colorado (co), Oregon (or), Idaho (id), Wyoming (wy), And Texas (tx). responses: contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Projects Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. capability Statement: responses Must Be Limited To Ten (10) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10. please Provide The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, And Contact E-mail Address, And A Statement Identifying Company’s Interest In Bidding On The Solicitation When It Is Issued. 2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Must Have At Least One Project With Db, And One Project With Dbb. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project, And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.). 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). 4) Contractor's Capability To Perform/manage Three (3) Or More Construction Contracts Simultaneously. 5) Contractor's Joint Venture Information If Applicable - Existing And Potential. 6) Bonding Capability Individual And Aggregate (in The Form Of A Surety Letter). please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. Telephone Inquiries Will Not Be Accepted Or Acknowledged. please Provide Responses And/or Questions By E-mail To The Contract Specialist, Melita Doyle, At (melita.s.doyle@usace.army.mil) By 0800 (pt) 12 May 2025. please Include The Sources Sought Notice Number, ‘w9123825s0014’ In The E-mail Subject Line.
Closing Date12 May 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Closing Date30 Jan 2025
Tender AmountRefer Documents 

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
United States
Details: The National Oceanic And Atmospheric Administration (noaa) Intends To Award A Firm Fixed Price Contract For A Base Year Plus Four Additional Supply Option Years For Antennas For The National Data Buoy Center At Stennis Space Center, Ms. The Government Intends To Make An Award To The Responsive Responsible Quoter Providing The Best Value In Accordance With Far 13.106-2(b)(3). doc, Eastern Acquisition Division Requires That All Contractors Doing Business With This Office Be Registered With The System For Award Management (sam). No Award Can Be Made To A Company Not Registered In Sam. Contractors Active In Sam Have A unique Entity Identifier (uei) That Is Used To Do Business With The Federal Government. The Government Has Moved To A Free New, Non-proprietary Identifier That Will Have To Be Requested In, And Assigned By, The System For Award Management (sam.gov). You Can Register And Access The Site By Going To Www.sam.gov.
Closing Date21 Apr 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 623-21-700 Construct Ehrm Infrastructure Upgrades Muskogee Located At The Jack C. Montgomery Va Medical Center In Muskogee, Ok. project Description: the Jack C. Montgomery Va Medical Center (vamc) Muskogee, Oklahoma Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Provide The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (piping, Exterior Wall, Interior Wall For Water Proofing), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 1, 11, 18, 22, 24, 52, 53, 56, 60 And Site. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Early May 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factors (far Part 15). section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size (minimum Dollar Value Of $10,000,000), Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By March 5, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: leslie Prather contract Specialist leslie.prather@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov
Closing Date5 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 300 independence, Oh 44131 primary Point Of Contact: mario Hairston contract Specialist mario.hairston@va.gov secondary Point Of Contact: scott Elias contracting Officer scott.elias@va.gov project Labor Agreement (pla) Questionnaire (please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Building Insurance Canton Of Zurich gvz Tender

Services
Software and IT Solutions
Switzerland
Details: Title: Storage Metrocluster Pour Deux Datacenters description: Objet: * Remplacement D'un Environnement De Stockage Netapp Existant Par Une Nouvelle Plateforme En Tant Que Stockage Metrocluster Pour Deux Data Centers Afin De Prendre En Charge L'exploitation D'un Environnement Sap, D'un Dms : D.velop Documents (d.3ecm) Et D'une Plateforme Red Hat Openshift. * Acquisition De Serveurs Et Des Services Associés Pour L'exploitation D'un Cluster Vsphere Broadcom/vmware Redondant. Étendue Des Prestations : * Livraison, Intégration Et Configuration : Fourniture, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster Sur Deux Sites, Ainsi Que De L'infrastructure De Serveurs Pour Le Cluster Redondant Broadcom/vmware Vsphere. Cela Inclut Des Tests Complets Et Une Documentation Complète De L'implémentation.assistance Et Gestion Des Licences : Assistance À Long Terme Incluant La Maintenance, Les Mises À Jour Régulières Et La Gestion Des Licences Logicielles Afin De Garantir La Fonctionnalité Et La Sécurité Continues Du Système. Objectif : * Exploitation D'un Système De Stockage Et De Serveurs Hautement Disponible Et Performant Pour Soutenir De Manière Optimale Les Opérations Sap Et La Plateforme Openshift, En Combinaison Avec Un Cluster Vmware Vsphere Redondant. * Étape 1 : Mise À Disposition, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster. * Étape 2 : Remplacement De L'infrastructure Fas 8200 Existante. Les Détails Concernant Les Fonctionnalités Requises Figurent Dans Le Cahier Des Charges Ainsi Que Dans L'annexe A02. L'offre Doit Tenir Compte De Toutes Les Licences Logicielles Et De Tous Les Services Nécessaires À La Mise En Place D'une Solution De Stockage Fonctionnelle Et Opérationnelle.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Building Insurance Canton Of Zurich gvz Tender

Services
Software and IT Solutions
Switzerland
Details: Title: Storage Metrocluster Pour Deux Datacenters description: Objet: * Remplacement D'un Environnement De Stockage Netapp Existant Par Une Nouvelle Plateforme En Tant Que Stockage Metrocluster Pour Deux Data Centers Afin De Prendre En Charge L'exploitation D'un Environnement Sap, D'un Dms : D.velop Documents (d.3ecm) Et D'une Plateforme Red Hat Openshift. * Acquisition De Serveurs Et Des Services Associés Pour L'exploitation D'un Cluster Vsphere Broadcom/vmware Redondant. Étendue Des Prestations : * Livraison, Intégration Et Configuration : Fourniture, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster Sur Deux Sites, Ainsi Que De L'infrastructure De Serveurs Pour Le Cluster Redondant Broadcom/vmware Vsphere. Cela Inclut Des Tests Complets Et Une Documentation Complète De L'implémentation.assistance Et Gestion Des Licences : Assistance À Long Terme Incluant La Maintenance, Les Mises À Jour Régulières Et La Gestion Des Licences Logicielles Afin De Garantir La Fonctionnalité Et La Sécurité Continues Du Système. Objectif : * Exploitation D'un Système De Stockage Et De Serveurs Hautement Disponible Et Performant Pour Soutenir De Manière Optimale Les Opérations Sap Et La Plateforme Openshift, En Combinaison Avec Un Cluster Vmware Vsphere Redondant. * Étape 1 : Mise À Disposition, Implémentation Et Configuration Du Nouveau Matériel Et Des Logiciels Pour La Solution Metrocluster. * Étape 2 : Remplacement De L'infrastructure Fas 8200 Existante. Les Détails Concernant Les Fonctionnalités Requises Figurent Dans Le Cahier Des Charges Ainsi Que Dans L'annexe A02. L'offre Doit Tenir Compte De Toutes Les Licences Logicielles Et De Tous Les Services Nécessaires À La Mise En Place D'une Solution De Stockage Fonctionnelle Et Opérationnelle.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: The Work For This Project Includes, But Is Not Limited To, The Construction Of A Multi-story Communications Center Facility To Support Naval Computer And Telecommunications Station Guam Operations. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Demolition And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens. the Work Will Also Include Three (3) Pre-priced Options For The Construction Of Two (2) Single-story Warehouse Facilities, And Osp Fiber Line Sonet Ring. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award. the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,255 Calendar Days. a Sources Sought Notice (n62742sscomms) For This Procurement Was Posted On 22 August 2023 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. this Solicitation Will Utilize The Tradeoff Source Selection Process. All Technical Factors, When Combined, Are Considered Of Equal Importance To Past Performance. The Factors Are: Factor 1 – Experience, Factor 2 – Safety, Factor 3 – Small Business Utilization And Participation, Factor 4 – Past Performance, And Price. Contract Award Will Be Made To The Offeror Proposing The Best Value To The Government From A Non-price And Price Standpoint. Furthermore, A Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features: (1) Precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A. (2) Uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A. (3) Clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A. see Request For Proposal (rfp) Document 00 21 16. the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Rfp Documents. Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission. see Document 00 21 16 For Pre-proposal Site Visit Information. This Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Forms Submission To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil On Or Before 31 October 2024, 2:00 P.m., Hawaii Standard Time (hst). (1) Current Dbids. If An Interested Attendee Has Current Dbids Credentials For The Specific Base Where The Project Is Located, Submit The Following: company Letter Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Dbids Number Is Required On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass. (2) Current Dbids Not For The Specific Base Where The Project Is Located. Submit The Following: company Letterhead Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. dbids Base Access Request Form: Each Attendee Please Read, Complete, And Sign/date. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. email The Vcc At M-gu-nbg-n3at-vcc@fe.navy.mil To Have Their Dbids Programmed With The Specific Base Where The Project Is Located. Prior To Emailing The Vcc, Please Submit The Company Letter And The Dbids Base Access Request Form To The Poc In Subparagraph (c) Above For Approval. Once Approved, The Documents Will Be Sent Back To You For Submission To The Ngb Vcc Along With The Request To Have The Dbids Cards Programmed With The Specific Base Where The Project Is Located. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Dbids Number Is Required On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass. (2) No Dbids Credentials. Submit The Following: company Letterhead Template: One Letter Required Per Company. List Attendees In Alphabetical Order (by Last Name). Must Be Signed By A Person Authorized To Provide The Certification Required. secnav 5512/1 Form: Each Attendee Shall Read, Complete, And Sign/date Form. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. Do Not Submit The Secnav 5512/1 Form To The Government. The Contractor Is Responsible For Either Hand-carrying Or Emailing This Document To The Ngb Vcc Along With Any Other Pertinent Document Listed In This Subparagraph. dbids Base Access Request Form: Each Attendee Please Read, Complete, And Sign/date. Typewritten Is Preferred. Any Handwritten Forms Must Be Legible. naval Base Guam Foreign National Base Access Request Form (applicable To Foreign Nationals Only). Each Attendee Please Read And Complete. fn Biometric Data Form (applicable To Foreign Nationals Only): Each Attendee Please Read And Complete. request For Camera Pass Form: Applicable Only For Those With Dbids Credentials Who Will Be Taking Photos. One Letter Required Per Company. Once You Have A Routing Number From The Vcc For Your Dbids Application, Insert That Number On The Form. Once Properly Submitted To The Poc In Subparagraph (c) Above And Once Approved, You Will Receive A Routing Number From The Poc. An Appointment With The Naval Base Guam (nbg) Visitor’s Control Center (vcc) Is Required To Complete The Processing Of Your Camera Pass.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Construction Ehrm Infrastructure Upgrades At The Fort Meade Va Medical Center (vamc) Located In Fort Meade, Sd. project Description: the Contractor Shall Provide All Labor, Materials, And Equipment To Accomplish The Ehrm Infrastructure Upgrade Fm Project Per Provided Contract Drawings And Specifications. The Work Includes, But Is Not Limited To The Following Categories: general Demolition: sequenced/selected Demolition Of The Existing Telecommunication Rooms/enclosures And New Tr Locations As Indicated In The Construction Documents. construction/demolition Of Tr S / Te S That Serve The Current Non-clinical Areas/outbuildings Should Be Initiated Earliest In The Project. contractor Shall Remove From The Va Site And Dispose Of All Equipment And Materials Not Scheduled To Be Reused. Owner Retains Right Of First Refusal On All Items To Be Removed. Verify With Owner Prior To Disposal. work Must Be Performed In A Careful Manner Protecting From Damage Those Items Not To Be Removed careful Coordination Of All Demolition Work In Adjacent Surgery, Or, Icu, Pacu, Offices And Associated Corridors Shall Be Completed With Cor Prior To Beginning Work. new Construction Consists Of But Is Not Limited To The Following Telecommunication discipline Items In Buildings 40, 46, 48, 50, 53, 88, 89, 90, 103, 110, 113, 137, 145, 146, 147, 148, T171, T296, And Throughout Campus. The Generalized Scope Includes New Telecommunication Rooms (tr S) / Equipment, Relocation Of Existing Tr Infrastructure To New Tr, Reconfiguration Of Existing Spaces Where New Tr S Will Be Located, New Redundant Fiber And Data Infrastructure For The Internal Network, New Fiber Backbone External Communication Ring Around Campus, New Main Computer Room (mcr), Relocation Of Existing It Office Space, And New Centralized Ups System. the New Construction Scope Includes All Civil, Structural, Architectural, Mechanical, Electrical, And Fire Protection Upgrades To Support The Following Specific Items. the Specific Scope Of This Project Includes, But Not Limited To, The Following Infrastructure Improvements:â  Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Relocation Upgrade Of Mcr Data Center (demo, New Construction, Patch, Finish), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Hazardous Material Abatement. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Late May To Early June 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1,095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 1, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: dawn Schydzik contract Specialist dawn.schydzik@va.gov secondary Point Of Contact: jennifer Braaten contracting Officer jennifer.braaten@va.gov
Closing Date1 Apr 2025
Tender AmountRefer Documents 
1171-1180 of 1237 archived Tenders