Data Center Tenders
Data Center Tenders
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial, Capitol, Estaka, Dipolog City January 02, 2025 Invitation To Bid Negotiated Procurement – Two Failed Biddings The Province Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Would Like To Inform Philgeps Registered Suppliers That We Will Conduct A Negotiated Procurement – Two Failed Biddings As Provided In Section 53.9 Of The Revised Irr Of Ra 9184 For The Hereunder List Of Item: Contract Id: Pr # 300(01)24-11-453(o) Pr # 300(01)24-11-424(o) Contract Name: Procurement Of General Merchandise (hardware, Electrical, Construction Supplies And Safety & Occupational Products) Purpose: For The Use In The Construction Of Disaster Recovery Data Center, Roof Deck, Provincial Library, Estaka, Zamboanga Del Norte. Approved Budget For The Contract (abc): Pr # 300(01)24-11-453(o) – P 278,809.50 Pr # 300(01)24-11-424(o) – P 14,376.00 Grand Total P 293,185.50 (inclusive Of All Applicable Taxes) Source Of Fund: General Fund Date Of Posting January 02 - 06, 2024 Bid Opening And Evaluation January 07, 2025 The Province Of Zamboanga Del Norte Shall In No Case Be Held Responsible Or Liable For Any And All Costs Associated In The Implementation Of The Alternative Mode Of Procurement, Negotiated – Small Value Procurement Regardless Of Its Result. Atty. Rafael R. Osabel, Jr. Assistant Provincial Legal Officer Bac Chairman
Closing Date7 Jan 2025
Tender AmountPHP 293.1 K (USD 5 K)
Council Of Administration Of The State Mercantil Society Of Real Estate Management, M P S A Segipsa - SEGIPSA Tender
Civil And Construction...+1Building Construction
Spain
Description: Commissioning Management and Quality Control Services During the Execution of the Works, and the Commissioning of the Building for the Data Management Logistics Center (CLGD) Located in the Talgo de Las Rozas Industrial Estate (Madrid) Within the Framework of the Plan Recovery, Transformation and Resilience-financed by the European Union -next Generation Eu
Closing Date2 Jan 2025
Tender AmountEUR 204.1 K (USD 212.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
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 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
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 March, 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 540 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 Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control 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 Factor (far 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, 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 January 15, 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 Date15 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+5Civil Works Others, Electrical Goods and Equipments, Electrical and Electronics, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice – Sector Directive, standard regulation Negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) New construction Uw Deponiestrasse Project description Substation Deponiestrasse SW Netz intends to build a new substation in the Deponiestrasse area in Wiesbaden. The property has a total size of 2,648 m2. Connection to the substation The 110 kV connection/looping of the Uw is via an overhead line approx. 300 m away. The underpass to two high-voltage systems is created on the mast, which are then relocated to the Uw. The municipal utilities are also responsible for the 20 kV connection. UW building The UW building consists of a total of five floors, each with approximately 680 m2. The Ug, Eg and 1st floor will be occupied by the electrical equipment of the substation (see list below), whereas a data center will be set up on the 2nd and 3rd floors. The 110 and 20 kV cables will be introduced into the building in the basement. The 20 kV cables will be led directly to the ground floor. This is where the 20 kV primary switchgear is located, which is dimensioned as an air-insulated double busbar system with a nominal current of 2,500 A and a short-circuit current of 25 Ka 3s. The 20 kV star-point switchgear will also be located on the ground floor. This is to be designed as an air-insulated single busbar system with a nominal current of 1,250 A and a short-circuit current of 20 Ka 1s. The 110 kV cables from the basement are led through two shafts into the 110 kV switchgear on the first floor. This is to be designed as a gas-insulated double busbar system with pure air as the insulation medium. It comprises 9 fields with the following division: transformer 1, feed-in network 1, feed-in 1, reserve field 1, cross-coupling, longitudinal separation, feed-in network 2, reserve field 2, transformer 2. The busbars and fields are to be designed for 2,500 A and a short-circuit current of 40 Ka 3s. The standardized protection and control cabinets are housed in a separate adjacent room. The list of rooms for the location of the remaining equipment can be found below. All technical components are to be designed in accordance with the current standards and regulations. The building must not exceed a maximum height of 20 m. The building's developer is Stadtwerke Wiesbaden Netz GmbH, which will also operate the substation, while the data center will be set up and operated by the company Witcom. Design of the electrical equipment - 110 kV switchgear in SF6-free design including control cabinets (9 fields with space reserve for two more) - Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) - 20 kV primary switchgear // DSS system, air-insulated (23 fields) - 20 kV star-point switchgear // ESS system, air-insulated (11 fields) - Two 20 kV E-coils 52-520 A (dB) and 660 A (KB, 2h) (will be provided) - One earthing transformer up to 656 A (dB) and up to 660 A (KB, 2h) (will be provided) - Own use system AC and DC - 220 V DC battery system Division of the rooms in the transformer station - Basement O 2 pieces Transformer trays O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Technical room O Goods elevator (2x for SW Netz and Witcom) O Battery room O Cable cellar (20 and 110 kV cables) O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - Ground floor O 2 transformer rooms O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Goods elevator (2x for SW Netz and Witcom) O Bma/ema room O 2 20 kV E-coil rooms O 1 earthing transformer room O 20 kV DDS primary and star point switchgear room O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - First floor O 2 air spaces for the transformers O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Sanitary rooms O 110 kV protection and control technology O AC auxiliary system room O DC auxiliary system room O 110 kV switchgear room O 2 Witcom shafts - Second and third floors: Witcom rooms (racks, technical rooms, etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the systems made available may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a tender for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated with them separately. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the offer phase). The applicants/groups of applicants are selected for the offer and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition for participation. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the award, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation For The Procurement And Supply Of Van Rental Services For Registry System For Basic Sectors In Agriculture (rsbsa) Fy 2026 National Budget Preparation And Planning Workshop On January 20-24, 2025 In Cebu City 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 154,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement And Supply Of Van Rental Services… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement And Supply Of Van Rental Services…with The Following Details: 5 Vans January 20, 2025 @ 7,000.00/van Arrival: From Airport To Venue And Vice Versa 4 Vans January 21-22, 2025 @ 7,000.00/van Venue: Standby 2 Van Unit Per Day 8 Vans January 23, 2025 @ 7,000.00/van Site Visit To Ict Data Center 5 Vans January 24, 2025 @ 7,000.00/van Departure: From Venue To Airport And Vice Versa 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 154 K (USD 2.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: 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 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania.
project Description:
the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus.
the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables.
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 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 548 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 Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control 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 Factor (far 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, 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 1-31-2025 At 4:00 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:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
171-180 of 196 archived Tenders