Electrical Engineering Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Presolicitation Notice
presolicitation Notice
page 3 Of 3
presolicitation Notice
*=required Field
presolicitation Notice
page 1 Of 3
subject*
a/e Prevent Legionella And Scalding
general Information
contracting Office S Zip Code*
23249
solicitation Number*
36c24625r0033
response Date/time/zone
05-23-2025 3:00 Pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
place Of Performance
department Of Veterans Affairs
fayetteville Va Medical Center
2300 Ramsey Street
fayetteville North Carolina
postal Code
28601
country
usa
contact Information
contracting Office Address
department Of Veterans Affairs
network Contracting Office 6
1201 Broad Rock Blvd
richmond Va 23249
point Of Contact*
contract Specialist
michael Proctor
michael.proctor2@va.gov
no Telephone Inquiries Will Be Accepted
additional Information
agency S Url
https://www.va.gov/
url Description
department Of Veterans Affairs
agency Contact S Email Address
michael.proctor2@va.gov
email Description
michael Proctor, Contract Specialist
this Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
this Is Not A Request For Proposal. This Is A Request For Sf 330's Architect- Engineer Qualification Packages Only.
public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract.
at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation)
general Information:
the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project # 565-25-151, Prevent Legionella And Scalding Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301.
the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73.
the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project.
point Of Contact: Michael Proctor, Contract Specialist Email: Michael.proctor2@va.gov
project Information:
project No. 565-25-151
project Title: Prevent Legionella And Scalding
fayetteville Va Medical Center
2300 Ramsey Street
fayetteville, North Carolina 28301
the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Before September 30, 2025.
the Naics Code For The Anticipated Construction Project Is Projected To Be 236220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000 (vaar 836.204). The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd).
an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments.
statement Of Task/scope Of Work:
i. General Intent:
this Project Shall Correct Known Issues As Well As Investigate And Design Corrective Measures Required To Ensure Prevention Of Scalding Incidents And The Prevention Of Legionella Developing In Buildings Or On This Facility As A Whole.
ii. Scope Of Work:
correct Old Water Main Dead-end(s) Underneath Parking Lot #1 Stemming From Old Water Tower Location.
create Revit Model Of The Facility Existing Domestic Water System (cold And Hot) With All Valves, Devices, Tanks, Sensors, Pumps, Back Flow Preventors, Strainers, Filters, Biocide Dosing, Sampling Ports, Etc.
using Above Model Create Schedules For All Valves And Devices.
using Above Schedules Identify Labeling Requirements For The Entire System Components And Piping.
use The Revit Model To Put Both Domestic Cold Water And Domestic Hot Water Systems On The Existing Facility Building Automation System (bas). Accomplish All Graphics Per Existing Campus Standard. Accomplish All Bas Programming For Tracking Flow, Temperatures, Pumps, Valves, Etc.
perform Trending Analysis Of The Bas Data To Identify Circumstances Where Domestic Hot Water System Is Not Performing Per Requirements.
develop Design To Correct Item A; Design Plan To Accomplish Item C For Changing Out/installing Printing And Hanging Schedules In All Mechanical Spaces Per Design; Design Plan For Item D For A Contractor To Accomplish All Labeling And Tagging Requirements Per Schedules/design/bas; Design Plan To Correct Issues Identified Via Trending Analysis Item F.
the Design Team Shall Evaluate And Document The Existing Hot And Cold Domestic Water Systems. This Includes All Plumbing [hot And Cold] Water Systems, Cooling Towers, Decorative Fountains, Humidifiers, And Misting Systems And All Process Water Systems. Anything Fed By Or Connected To And Supplied By Domestic Water That Could Link To Potable Water Is The Most Critical.
design Shall Address Base With Options In The Concept/development Phase.
the Design Team Shall Provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Construction Scope Of Work, Construction Cost Estimates, Submittal Register, Basic Outline Of A Construction Schedule.
efforts Include Concept/developmental Drawings, Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Basic Estimated Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel.
design Drawings Shall Have Va Engineering/contracting Reviews At All Stages. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor Before The Va Will Accept A Final Design.
iii. Materials Provided To Ae After Award:
plans:
existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The Ae To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae.
specifications, Standards, Etc:
the Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. Ensure Compliance With Local, State, And Federal Guidelines Such As:
ashrae Standard 188-2018: Legionellosis: Risk Management For Building Water Systems.
cdc For Legionella Control In Water Systems. Osha Technical Manual. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes:
master Construction Specifications (pg-18-1)
design And Construction Procedures (pg-18-3)
standard Details And Cad Standards (pg-18-4)
equipment Guide List (pg-18-5)
space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9)
design Manuals (pg-18-10)
design Guides (pg-18-12)
barrier Free Design Guide (pg-18-13)
room Finishes, Door, And Hardware Schedules (pg-18-14)
minimum Requirements For A/e Submissions (pg-18-15)
environmental Planning Guidance (pg-18-17)
national Electric Code
life Safety Codes
government-furnished Record Drawings (ae To Field Verify Conditions)
national Fire Protection
underwriters Laboratory
iv. Design Requirements: The A/e Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project.
general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements.
this Project Requires The Ae To Accomplish A Comprehensive Site And System Assessment To Identify High-risk Water Systems And Vulnerabilities.
the Project Shall Be Designed With Viable Options/deductive Alternates Equal To Or Less Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer).
construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts.
construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor.
meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content.
contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.).
specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt.
construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt.
submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc.
v. Review Requirements And Time Frames
kick-off And Developing Initial Design Package
expectation Is For The Ae To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site.
preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For The Prevention Of Legionella. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative.
the Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The System To Minimize Water Stagnation And Dead Legs In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record.
design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals.
discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal.
every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval.
35% Review: Preliminary Design Documents.
customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope.
schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format.
design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred.
provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf).
preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred.
cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred.
project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval.
these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases.
65% Review: Design Development Dd-1
provide 65% Level Of Efforts For All Disciplines Required.
one (1) Arch E (30 X42 ) Copy Of Work Completed To Date.
one (1) Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward.
provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level.
95% Review: Design Development Dd-2
this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements.
one (1) Arch E (30 X42 ) Copy.
one Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward.
provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package.
this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs.
final Submission: Construction Documents (cd):
all Drawings And Documents Shall Indicate Issued For Construction.
va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors.
two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings.
two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided.
two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates.
two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work.
two (2) Printed Copies Of The Submittal Register.
two (2) Printed Copies Of The Template Construction Schedule.
two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process.
electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book.
vi. Schedule
design Kick-off And Issuance Of Notice Of Award. This Meeting Is Expected To Take Place Within 10 Calendar Days Of Notice To Proceed.
concept Design And Bas Entry/programming Plans Submission Due 21 Calendar Days From Receipt Of The Notice To Proceed.
concept Design And Bas Programming Plan Review Comments Due 21 Calendar Days From Receipt Of Concept Design/bas Plan Submission.
35% Schematic Design Submission Due 30 Calendar Days From The Concept Design Review. Bas Graphics And Programming May Begin If Va Approves This Plan.
a&e Will Need The Trending Data To Complete Any Design For Correction Of Domestic Water System Issues That Identifies But Can Proceed With Design Efforts For Known Issues. This Below Schedule Is An Estimate Only And Revisions To The Actual Design Schedule Will Be As Approved By The Va Cor As Needed.
35% Schematic Design Submission Review Comments Due 14 Calendar Days From Receipt Of 35% Design Submission.
65% Design Development Submission Due 45 Calendar Days From Return Of 35% Schematic Design Submission Review Comments.
65% Design Development Submission Review Comments Due 14 Calendar Days From Receipt Of 65% Design Submission.
95% Design Development Submission Due 30 Calendar Days From Return Of 65% Design Development Submission Review Comments.
95% Design Development Submission Review Comments Due 14 Calendar Days From Return Of 95% Design Development Submission Review Comments.
100% Final Design ( Issued For Construction ) Submission Due 14 Days From Receipt Of 95% Design Development Submission Review Comments.
total Calendar Days From Notice To Proceed To 100% Final Design Submission: 213 Days.
period Of Performance
design Completion: 213 Calendar Days; Includes Va Design Reviews.
procurement Timeline: 180 Days From The Time Engineering Submits Package To Contracting. Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process.
construction Period Services: 365 Calendar Days (12 Months) From Date Of Construction Award.
total Contract Period: 758 Calendar Days
vii. Construction Services (starts Once Construction Notice To Proceed Is Issued)
preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process.
biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 12 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections).
construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed.
submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals.
weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting.
project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track
inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal.
project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur.
release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein.
project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner.
upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats.
1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All.
1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All.
viii. Cad Requirements:
drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided.
delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer.
naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines.
design Shall Comply With Va Guidelines And Specifications. Design Manuals And Specifications Can Be Found At Http://www.cfm.va.gov/til/. Design Shall Also Meet All Applicable Codes And Standards. Proposed Work Is Located At Fayetteville Va Medical Center.
a-e Selection Process:
the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance:
primary Selection Criteria (listed In Descending Order Of Importance):
specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings.
other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above.
Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following:
project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner, Or Subcontractor.
project Owner, Owner S Point Of Contact Including Telephone Number And Email
address.
services & Deliverables Provided Under The Contract/task Order.
period Of Performance, Including Start And Completion Dates
total Dollar Value Of The Project
contract Number Associated With The Project.
section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects.
the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
1. The Management Approach
2. The Coordination Of Disciplines And Subcontractors
3. Quality Control Procedures, And
4. Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards.
professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals
licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The State Where The Project Is Located.
key Positions And Disciplines Required For This Project Include But Are Not Limited To:
1. Architect (leed Certified)
2. Cadd Technician
3. Structural Engineer
4. Geotechnical Engineer
5. Civil Engineer
6. Electrical Engineer
7. Environmental Engineer
8. Fire Protection Engineer
9. Industrial Hygienist
10. Mechanical Engineer
11. Plumbing
12. Project Manager
13. Quality Assurance
14. Physical Security Specialists
15. Registered Communications Distribution Designer (rcdd)
16. Commissioning Agent
17. Cost Estimator
the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections.
experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission.
evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330.
knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330.
note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below.
secondary Selection Criterion*:
geographic Location: Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/).
* The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission.
the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.:
selection Criteria
specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings.
professional Qualifications Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications.
experience In Construction Period Services
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
capacity To Accomplish Work In The Required Time.
knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations.
please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Six (6) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
limitations:
852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses.
852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction.
submission Criteria/requirements:
interested Firms Having The Capabilities To Perform This Work Must Submit:
one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To Michael.proctor2@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 23, 2025.
interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer.
size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, #36c24625r0033 Prevent Legionella And Scalding, Project #565-25-151 (1 Of N, 2 Of N, Etc.).
all Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay).
interested Firms Are Responsible For Ensuring Delivery Of Submission.
all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document:
1) Cage Code
2) Sam Unique Entry Id Number (uei)
3) Tax Id Number
4) The E-mail Address And Phone Number Of The Primary Point Of Contact
5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.).
6) References Noted In Selection Criteria 4
the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings.
each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75.
electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s.
vendor Questions:
all Questions Shall Be Submitted To Michael.proctor2@va.gov And Angelo.harris@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 7, 2025.
attachments:
sf 330
past Performance Questionnaire
Closing Date23 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: 556-23-101 Renovate B134-2c Clc July 22, 2024 Construction Statement Of Work Date: July 22, 2024 Project Number: 556-23-101 Project Name: Renovate B134-2c Clc Location: B134 C-wing 2nd Floor Clc Captain James A. Lovell Fhcc 3001 Green Bay Rd, North Chicago, Il 60064 Part 1: Project Scope Of Work Overview: Contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. Part 2: Period Of Performance: The Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. Notes: Durations Shown Are In Calendar Days. Actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. Time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. See Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). Part 3: Detailed Project Requirements: Project Objectives: This Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. Meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. Expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. List Of Ae Documents To Be Included In This Contract: See: 00 01 10 Table Of Contents And The Entire Project Manual See: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings Pre-bid Conference: Va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). The Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. Prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. Project Scheduling And Mobilization On Site: The Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. Critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. Approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. Prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. The Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The Longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. The Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. Performance Of The Work: Erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. Containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. After Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. Where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. The 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. The 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. Prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. In No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. Immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. Perform Selective Demolition And Construction As Described In The Specifications And Drawings. Special Acceptance Criteria For The Work Shall Include: Hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. The Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. Restore All Finishes Damaged During The Work Match Existing. Thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. Part 4: Meetings, Submittals, And Deliverables: Kick-off Meeting And Documentation The Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. Kick-off Meeting Documentation: Prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. The Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. It Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. To Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. Develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. The Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The Facility Work Area. Preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. Not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. Include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. Do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. The Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. As Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: Access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. Submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. Project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. Submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. Submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. Assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. Public Safety Compliance Requirements: The Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. Contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. All Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. Quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. Submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. Submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. To Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. Construction Progress Meetings: The Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of Performance. Include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. Construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. Daily Reports: The Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. Use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. The Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. No Photography On Va Premises Is Allowed Without Written Permission Of The Cor. In No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. Acceptance And Closeout: Acceptance Criteria For The Work: Schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. Provide Factory Startup And Certification Of All Systems. Demonstrate The Operation Of The System. Newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. Startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. Closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of All Project Documents And Files, Including But Not Limited To: As-built Record Drawings Of The Installed Condition As Cad And Pdf Files. Approved Shop Drawings. Operations And Maintenance Manuals. Spare Parts Lists. All Photographs. All Daily Reports. All Communications. All Pay Applications. All Communication, Change, And Cost Data. All Safety Records. A Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). Where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. Where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). Note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. Lien Waivers And Other Documents Required By The Contracting Officer. Part 5: Applicable Performance Standards All Work Shall Comply With All Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. Codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations Coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). Va Intends To Retain The Services Of An Independent Cxa. Ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. The General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. No Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. The General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. Safety: Prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 Safety Requirements. The Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: All Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. Because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. Prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. All Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. Immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. Exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call For Abatement Activities. This Item Is Concerned With Unplanned Locations. Fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. Infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. Prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 Infection Control Requirements. Review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. Provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. Before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. Walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. Block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. Provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. When Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. Broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. Provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. Provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. Do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed Plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. Part 6: Site-specific Requirements Project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. Comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. Normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. Normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. No Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. No Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. Any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. Crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. All Building Systems Shall Be Maintained In Full Operation At All Times: Request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. Shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. Wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. Deliveries, Parking, Elevators: Deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. No Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. Contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. The Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. Construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. No Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. Trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. No On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. No Music Radios Within Work Areas. No Noise Generated Within The Work Area Can Be Allowed To Leave It. The Use Of Powder-actuated Fasteners Is Forbidden. Performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. Two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. Before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. Va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. Compatible System Procurements Shall Include The Following: Locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. Exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. Building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. Sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: Fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. Building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. Proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman Patient Lift Systems And Components: Guldmann
Closing Date15 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: ***a0001 Is Attached*** A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. All Submissions Will Be Evaluated In Accordance With The Evaluation Criteria Listed Herein. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. The Naics Code For This Acquisition Is 541330 And The Applicable Small Business Size Standard Is $25.5m. The Area Of Consideration Is Restricted To A 500-mile Radius Of The Alexandria Va Health Care System (avahcs), 2495 Shreveport Hwy, 71n, Pineville, La 71360, In Which Either The A/e Firm S Primary Or Already Established Auxiliary/satellite Office Must Be Located. Note: The 500-mile Radius Will Be Measured By One Or More Of The Nationally Recognized Commercial Free On-line Mapping Services From The Primary Or Already Established Auxiliary/satellite Office Address To The Above Va Address (shortest Driving Distance Option). In-order To Use The Address Of An Already Established Auxiliary/satellite Office, The A/e Firm Must Have Employees Of Their Firm Who Are Currently (before And At The Time Of Sf330 Submission) Physically Located At The Auxiliary/satellite Office (a Home Of An Employee Does Not Meet The Requirement Of An Auxiliary/satellite Office) And Are On The A/e S Payroll Not Employees Of An Actual Or Proposed Subcontractor Or On The Payroll Of An Actual Or Proposed Subcontractor. Contract Award Procedure: The Proposed A/e Services Will Be Obtained By A Negotiated Firm-fixed Price Contract. Interested Parties Shall Ensure Current Licensing And Have A Current Registration In The System For Award Management (sam) Database At Https://www.sam.gov And The Sba Veteran S Small Business Database At Veteran Small Business Certification (sba.gov) As Well As Have Submitted The Current Cycle Vets-4212 (formerly Called Vets-100) Report Per The Requirements Located At Https://www.dol.gov/agencies/vets/programs/vets4212. Failure Of A Proposed Sdvosb To Be Certified By The Sba At The Time The Sf330 S Are Submitted Shall Result In Elimination From Consideration As A Proposed Contractor. Sdvosb Requirements: In Accordance With Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside, A Service-disabled Veteran-owned Small Business Concern Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government To It To Firms That Are Not Vip Listed Sdvosbs. Design Costs: All Offerors Are Advised That In Accordance With Vaar 836.606-71(a) The Total Cost Of The Architect Or Engineer Services Contracted For Shall Not Exceed 6 Percent Of The Estimated Cost Of The Construction Project Not Including Any Fees For Investigative Services, Special Consultant Services That Are Not Normally Available In Organizations Or Architects Or Engineers That Are Not Specifically Applied To The Actual Preparation Of Working Drawings Or Specifications Of The Project For Which The Services Are Required, Costs Of Reproducing Drawings And Specifications, Travel And Per Diem Allowances, Etc. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Qualified Ae Firm Selected To Complete The Design. The Magnitude Of Construction (not Design) Of This Project Is Between $2,000,000 And $5,000,000. Selection Criteria: The Selection Criteria For This Acquisition Are Listed Below. Note: Each Evaluation Factor Below Is To Be Specifically Addressed Not Only Through The Submission Of The Sf330s But Also In Narrative Format To Clearly Show How Each Evaluation Factor Is Formally Addressed. Evaluation Factors Are Listed In Descending Order Of Importance: Professional Qualifications Necessary For The Satisfactory Performance Of Required Services; (far 36.602-1 (a)(1)) Provide Key Personnel, It Is Expected That The Individuals Identified As Key Personnel Will Be Performing Tasks Under The Resulting Contract. Include Resumes For Key Personnel Of Proposed Sub-consultants For All Engineering Disciplines: Electrical, Data Communication, Mechanical, Civil, Structural, Environmental, Interior Design, Leed, Commissioning And Cost Estimating. Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Provide A Minimum Of Five (5) Similar Projects To Include Technical Capabilities In Design Quality Management Procedures, Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements For The Firm And Any Proposed Subcontractors. In Addition, Provide Information Concerning The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Subcontractors, And Prior Working Relationships). (far 36.602-1 (a)(2)) Past Performance On Contracts With Government Agencies, State & Local Agencies, And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Provide Information Concerning Superior Performance Ratings On Recently (last 5 Years From Date Of Qualification Submission For This Project) Completed Va Projects. (equivalent Medical/hospital Facility) As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. Provide Information Concerning Any Claims Against The Firm Because Of Any Issues To Include Improper Or Incomplete Architectural And Engineering Services. Identify Post-award Construction Services Previously Performed To Include: (a) Experience In Professional Field Inspections During The Construction Period, (b) Reviews Of Construction Submittals, (c) Support In Answering Requests For Information During The Construction Period, And (d) Support Of Construction Contract Changes To Include Drafting Statements Of Work And Reviewing/providing Cost Estimates. Capacity To Accomplish The Work In The Required Time To Include The Available Capacity Of Key Disciplines To Perform The Work (in The Required Time). Include Current Workload, Projected Workload For The Next 12 Months, And Key Personnel S Availability Over The Next 12 Months. Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project (to Include Knowledge Of Geological Features, Climate Conditions, And Local Construction Methods That Are Unusual Or Unique).â Explain How Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project Was Obtained. Identification Of, And Commit To, The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. List Percentage Of Work To Be Performed By Sdvosbs And Other Size Businesses To Be Utilized Subcontractors. List Percentage Of Work To Be Performed By Sdvosbs And Other Size Businesses To Be Utilized. Submittal Requirement: This Project Is A 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009). All Original Standard Form (sf) 330 Packages And Narrative Information Shall Be Submitted By Email Only To Jb Herbst At The Following Email Address: Jennings.herbst@va.gov All Sf 330 Submissions Shall Be Clearly Marked With The Subject Line Displaying The Solicitation Number 36c25623r0084. The Sf330 May Be Downloaded From Www.gsa.gov/forms. Completed Sf330 S Shall Include The Primary Firms, Subcontractor Firms, And Any Consultants Expected To Be Used On The Project. All Submissions Shall Be In Black And White No Color Submissions Please. Firms That Meet The Requirements Listed In This Announcement Are Invited To Submit An Email Copy Of The Completed Sf330 Including Parts I And Ii As Described Herein To The Above Email Address No Later Than 2:00pm Local (ct) On Thursday, 07/14/2023. Late Submission/proposal Rules Found In Far 15.208 Will Be Followed For Submittals/proposals Not Received By The Exact Date And Time Listed Above So Please Do Not Wait Until The Last Minute To Submit Your Sf330s Qualification Packages In The Event Of A Firm S Email Or Internet Connectivity Issues Which Are Not Considered To Be Excusable Delays. Interested Firms Shall Address Each Of The Seven (7) Selection Criteria In Their Sf330 S And Additional Documents/submittals. Interested Firms Shall Limit The Narrative Information To Support All Seven (7) Evaluation Factors To Ten (10) Pages Total (beyond The Sf330s). Any Additional Narrative Information Past Ten (10) Pages Total Will Not Be Considered. Failure To Provide Narrative Information To Support Each Of The Seven (7) Evaluation Factors May Negatively Affect The Interested Firms Factor(s) Rating And Subsequently Their Overall Rating And Standing. This Is Not A Request For Proposal. There Are No Solicitation Documents Available. This Is A Request For Sf330 S Architect/engineer Qualifications Packages Only. Any Requests For A Solicitation Will Not Receive A Response. This Requirement Is Subject To Availability Of Funds.
Closing Date8 Jan 2025
Tender AmountRefer Documents
Board Of Investments Makati City Metro Manila Tender
Software and IT Solutions
Philippines
Details: Description 1. About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Entity Responsible For The Promotion Of Investments For Both Foreign And Domestic, In Accordance With Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Competition And Demands. The Agency Envisions Itself As A Global Industry Promotion Agency By 2022 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives In Order To Effectively Fulfill The Mandate And Facilitate The Delivery Of Boi’s Core And Support Functions, A 24/7 Maintenance Operations Of The Boi Server Room At The 5th Floor That Hosts Various Application Servers And Other Communication And Network Equipment Is Needed. The Boi Server Room Caters To The Boi Local Area Network (lan). To Upgrade And Have An Existing Boi Server Room With A Fully Functional Data Center, The Boi Is Requesting To Transfer Or Create A Data Center At The Fourth Floor (4/f) Of Industry And Investments Building, 385 Sen. Gil J. Puyat Ave, Makati City. This Is To Ensure Compliance With Industry Standards For It Infrastructure And Data Protection. It Will Also Serve As The Host Of Voice, Video, And Data Requirements Of Boi. Generally, The Data Center Will Include The Following Infrastructure Components: Electrical And Civil Works Component • Site Preparation (civil, Mechanical, And Electrical Works) • Supply And Installation Of New Data Center Build-ups Such As New Static Flooring, Drywall, It Monitoring Room, Electrical Power And Lighting, Temperature, Humidity Monitoring Solution, Acoustic Ceiling, And Drip Pan For Potential Water Leak. • Provisioning Of A Monitoring Room Inside The Proposed Data Center • Installation Of New Server Rack Cabinets Complete With Their Accessories. • Transferring Of Existing Servers, Ups, And Other Data Center Components From The 5th Floor To The New Data Center, Including Mounting, Harnessing, Terminating, And End-to-end Tagging. • Transfer And Installation Of Electrical Works Of Existing 2x 20kva Ups Including Panel Boards And Electrical Wires For Its Distribution • Supply And Installation Of Electrical Works For Precision Air Conditioning Unit (pacu) • Supply And Installation Of A Stand-alone Door Access System Including Biometric Device, And Door Lock Accessories For Physical Security Of A New Data Center. • Supply And Installation Of A New 50kva Powered Diesel Generator Set Including An Isolated Dry Type Of Step-up Transformer • Supply And Installation Of New Automatic Transfer Switch (ats) And Other Components • Supply And Installation Of Temperature, Humidity Control System, And Water Leak Detection System • Supply And Installation Of Communication Grounding And Bonding System. • Supply And Installation Of Roughing-in Materials • Submission Of Test Results, As-built Plan, And Documentation • Cleaning And Retouching Of All Affected Areas Including Necessary Rectifications Network Component • Supply, Installation, And Configuration Of Core Switches • Supply, Installation, And Configuration Of Server Farm Switches • Supply, Installation, And Configuration Of Access Switches • Supply, Installation, And Configuration Of Wireless Access Points • Structured Cabling (horizontal And Vertical) • Provisioning Of Intermediate Distribution Frames (idfs) Cabinets And Other Network Components (2nd, 3rd, 4th Floors) • Supply, Installation, And Configuration Of Servers And Server Rack And Accessories • Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables • Documentation O Cabling Plan For Structured Cabling And Data Center O Final Cabling Plan As-built Plan With Line Diagram O Final Network/structured Cabling Diagram O Network Vlan Configuration O Softcopy And Hardcopy Of Core, Server Farm, Access Switch, Wlc Running Configuration • Certification Training On Installed Network Switches, Aps, And Other Components. Objectives Of The Project: • To Protect And Secure The Agency's Existing Ict Investments (firewalls, Routers Switches, Servers, Etc.); • To Ensure A Dependable, Secured, And Efficient Ict Support Services (internet, Intranet, Database And Printer Sharing, Etc.); And • To Create An Industry-standard Datacenter For Effective Management Of Network Resources. 3. Deliverables No Particulars Qty Unit 1 Datacenter Civil And Architectural Works 1 Lot 2 Electrical Works, Segregated Power Source Dedicated To Data Center Equipment’s, And Idf Deployed At 1st Floor, 3rd Floor, And 5th Floor 1 Lot 3 Transfer 2x 20kva Ups And Other It Components From The Old Data Center To The New Data Center (servers, Isp, Etc.) 1 Lot 4 Generator Set, 50kva 1 Unit 5 Automatic Transfer System (ats) 1 Unit 6 Precision Air-conditioning Units 2 Units 7 Data Rack 42u (mdf) 2 Units 8 Data Rack 24u (idf) 3 Units 9 Temperature And Humidity Monitoring System 1 Lot 10 Water Leak Detection System 1 Lot 11 Datacenter Access Control System (biometrics, Magnetic Door Lock, Etc.) 1 Lot 12 Structured Cabling 1 Lot 13 Fiber Optic Backbone 1 Lot 14 Core Switch 2 Units 15 Server Farm Switch 2 Units 16 Access Switch 4 Units 17 Access Points 63 Units 18 Transceivers (for Inter-network Link Of Devices) 32 Units 19 End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables 1 Lot 20 Softcopy And Hardcopy (hardbound) Documentation (as-built, Test Plan, Ip Address Assignment, Vlan Assignment, User’s Manual, Administrators Manual, Etc.) 1 Lot 4. Technical Requirements 4.1 The Bidder Shall Comply With The Following Minimum Specifications For The Physical Data Center And Network Components Of The Project: Item Description Bidder’s Statement Of Compliance Item No 1 Site Preparation (civil, Mechanical, And Electrical Works) • Electrical Wirings With Grounding • Service Entrances For Utilities • Ceiling Installation • Installation Of Industry-grade Data Center Main Door • Installation Of Datacenter Cooling System Item No 2 Laying Of New Electrical Power Lines Distributions/ups Transfer • Provision Of Main Distribution Panel Board (mdp) Main 125a/3p/400vac • Provisioning, Installation, And Configuration Of Dedicated Ats • Provisioning, Installation, And Configuration Of Dedicated Generator Set (at Least 50kva, 129 Amp, Three Phase Dual Voltage, 220-240v Output, At Least 60hz Frequency) • Excavation/backfilling From The Building To The Powerhouse For The Encasement Of The Feeder Line For Power, Ats, And Genset • Transfer And Re-termination Of Electrical Requirements For 2 Units 20kva Ups • Transfer Of Other It Assets From The Old Data Center To The New Data Center • Provisioning Of Electrical Distribution From Data Center Power To Mdfs Located Per Floor • Lighting Fixtures For Datacenter • Testing Of Electrical Equipment Item No 3 Tracing, Tagging, Relocation, And Transfer Of Boi Fas-itd It Equipment (servers, Switches, Routers, Etc.) From 5th Floor To 4th Floor • Tracing Of Backbone To Core Switch Connection • Tracing Of Connection Between Devices Inside The Datacenter • Tagging Of Copper And Fiber Optics Wire Inside The Datacenter • Cable Management • Vertical And Horizontal Cabling From Datacenter To Mdfs And Mdfs To End-nodes Item No 4 Provisioning Of Two (2) 42u Regular Server Racks • 42u With Roof, Side Panel, Castors, Feet, And Brackets • Adjustable Shelf • Vertical Cable Manager • At Least 1 Rack Mountable Kvm (keyboard, Video, Monitor) • Power Rail/strip Options Item No 5 Provisioning Of Three (3) 24u Server Racks To Be Deployed At Mdfs • 24u With Roof, Side Panel, Castors, Feet, And Brackets • Heavy-duty Steel Construction • Door Locks • Anti-tamper Sensors • Network Management Card, Remote Monitoring Capabilities, Snmp Support • With Power Distribution Units (pdu), And Ups Compatibility • Cable Manager Item No 6 Physical Security (door Access, Biometrics, Temperature Monitoring) • Provisioning Of A Solid Door And Tempered Glass Around The Proposed Data Center (1/2, Frameless Door) • Door Access Control Should Conform To Iso-27001 Standards • Magnetic Lock • Biometrics Based Access Control • Access Logs Should Be Maintained For A Minimum Of One Year Or Longer As Specified By The Site Security Policy. • Secured Doors Must Fail Open In A Fire Emergency. Item No 7 Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • Tracing And Tagging Of Backbone Connection From Mdf To Idf • Looping Of Excess Fiber Cable • Re-termination Of Fiber Cable If Necessary Item No 8 Monitoring Room Inside The Proposed Data Center • Provisioning Of Additional Room Inside The Data Center To Serve As A Monitoring Room Item No 9 Anti-static Flooring • Not Generate Static • Groundable After Installation • Have Permanent Static-resistant Properties That Can Provide Protection Amidst Changing Temperatures, Humidity Levels, And Foot Traffic Item No 10 Precision Air Conditioning Unit (pacu) - 2 Units • Shall Have A Nominal Capacity Of Up To Ten (10) Kw • Shall Be Free Blow Type With Plenum And Directional Air Flow Louver Grille • Panels Shall Have A Solid And Rigid Double Skin Insulated • Shall Have A Minimum Net Sensible Capacity Of Ten (10) Kw • Shall Have A Minimum Net Total Capacity Of Eleven (11) Kw • Shall Have A Built-in Touch Screen Display That Provides Informative And User-friendly Interface For Easy Navigation • Shall Have A Built-in Auto Sequencing (1unit Operational And 1unit Back-up, Every 3 Days Sequence Of Operation) • Shall Be Single Circuit Dx Type, Freon R410a • Shall Have Electronic Expansion Valve • Shall Be 380vac,3ph, 6ohz • Shall Recommend Placement Of Air Conditioner Units And Limitations To Be Observed Item No 11 Temperature And Humidity Sensor, And Water Leak Detection System • Base Unit: Sensor Gateway For Up To 4 External Probes • Poe Switch 8 Ports • Sensor Hub • Temperature And Humidity Sensor • Water Leak Sensor Probe • Extension Cable For Water & Flooding Sensor Item No 12 General Requirements Mobilization And Demobilization Labor, Installation, Engineering, And Project Supervision Testing And Commissioning As-built Plans And Documentation (inclusive Of Signed And Sealed) 4.2 Supply, Delivery, Installation, Configuration, And Commissioning Of Network Equipment. Qty Specifications Bidder’s Statement Of Compliance 2 Layer 3 Data Switch To Act As Enterprise Core Layer Switch Features 1. High Performance And Throughput • High Port Density (24-48 Ports) • At Least 960 Gbps Switching Capacity • High Forwarding Rate • Line-rate Packet Processing With Minimal Latency • Non-blocking Architecture With Wire-speed Performance Across All Ports 2. Advanced Switching Capabilities • Layer 2 And Layer 3 Switching Capabilities • Support For Multiple Switching Fabrics • Advanced Qos (quality Of Service) Mechanisms • Support For Vlan Segmentation And Routing 5 High Redundancy And Reliability • Dual Power Supplies • Hot-swappable Components • Redundant Supervisor Engines • Support For Virtual Chassis Technologies • Comprehensive Fault Tolerance Mechanisms 6 Security Characteristics • Advanced Access Control Lists (acls) • Port Security Features • Dhcp Snooping • Dynamic Arp Inspection • Ieee 802.1x Authentication • Integrated Threat Management 7 Routing Protocol Support • Bgp • Ospf • Is-is • Mpls • Multi-protocol Routing Capabilities 8 Management And Monitoring • Snmp Support • Comprehensive Network Monitoring Tools • Remote Management Interfaces • Detailed Logging And Diagnostic Capabilities • Advanced Technological Support 9 Hardware-based Packet Forwarding • Support For Software-defined Networking (sdn) • Ipv6 Compatibility • Mpls And Vpn Support 10 Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 2 Layer 3 Data Switch To Act As Server Farm Switch Features: 1. High-performance Specifications • High Port Density (24-48 Ports) • Wire-speed Performance • Low Latency Switching • Gigabit Ethernet Support • At Least 960 Gbps Switching Capacity 2. Advanced Connectivity Features • Support For Multiple Interface Types • Layer 2/layer 3 Capabilities • Fabric Connection Technologies • Vm-aware Networking 3. Redundancy And Reliability • Hot-swappable Components • Dual Power Supplies • Redundant Supervisor Engines • Non-stop Forwarding (nsf) • Stateful Failover Capabilities 4. Performance Security Features • Hardware-based Acls • Port Security • Advanced Threat Protection • Ieee 802.1x Authentication • Micro-segmentation Support 5. Management Capabilities • Advanced Monitoring Tools • Snmp Support • Comprehensive Logging • Remote Management Interfaces • Network Telemetry 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 4 Layer 3 Data Switch To Act As Access Layer Switch 1. Port Density And Connectivity • Minimum Of 48 Ports • Support For 1g/10g Interfaces • Rj45 And Sfp/sfp+ Port Options • High-density Connectivity • Poe/poe+ Support (up To 30/60 Watts) 2. Performance Characteristics • Low Latency Switching • Wire-speed Performance • Minimum 80-160 Gbps Switching Capacity • Packet Forwarding Rate: 100-240 Mpps 3. Advanced Switching Capabilities • Layer 2/layer 3 Functionality • Vlan Segmentation • Spanning Tree Protocol (stp/rstp) • Link Aggregation (lacp) • Quality Of Service (qos) Support 4. Security Features • Port Security • 802.1x Authentication • Dynamic Arp Inspection • Dhcp Snooping • Mac Address Filtering • Private Vlans • Storm Control 5. Management Capabilities • Snmp Support • Cli Access • Web-based Management • Remote Monitoring • Syslog Integration • Fast Convergence Protocols • Redundant Power Supplies 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 63 Wireless Access Points 1. Performance Characteristics • Dual-band (2.4 Ghz And 5 Ghz) • Wi-fi 6 (802.11ax) Support • Maximum Theoretical Throughput: 5.4 Gbps • Concurrent Dual-band Operation 2. Coverage And Capacity • Recommended Coverage: 150-200 Users Per Ap • Indoor Enterprise-grade Performance • Suitable For Open Offices, Conference Rooms, And Collaborative Spaces 3. Technical Specifications • 4x4:4 Mu-mimo Technology • Beamforming Support • Maximum Concurrent Clients: 512 • Transmit Power: Up To 25 Dbm 4. Advanced Features • Ai-driven Wireless Optimization • Automated Channel And Power Management • Location Services • Cloud-managed Platform 5. Security Capabilities • Wpa3 Support • 802.1x Authentication • Rogue Ap Detection • Integrated Security Fabric • Advanced Threat Protection 6. Artificial Intelligence • The Wireless Solution Must Include Virtual Network Assistant That Supports Natural Language Processing (nlp) Capabilities For Daily Operation. • Api Integration With Generic Ai Such As Google, Alexa And Siri Is Not Considered As Virtual Network Assistant Feature. • The Virtual Network Assistant Must Provide A Conversational Interactive Interface. • The Virtual Network Assistant Must Provide A Single-page Event And Data Correlation View To Eliminate The Need To Pull Up Multiple Dashboards Or Memorize Cli Commands. The Virtual Network Assistant Must Support Multi-vendor Switch Insights: • Switch-ap Affinity To Show How Many Aps Are Connected To A Switch, Reducing Impact Outages • Poe Compliance To Help Manage And Balance The Power Draw Of Connected Devices • Inactive Or Missing Wired Vlans That Are Misconfigured On Switch Ports Where Aps Are Connected But Clients Are Getting Blocked • Version Compliance For Switches Running Dissimilar Hardware • Switch Uptime To Monitor When Switches Are Online Or Offline • The Virtual Network Assistant Must Be Able To Provide Corrective Action Suggestions To Resolve Failures. • The Virtual Network Assistant Must Support Proactive Rma For Unhealthy Access Points. • The Virtual Network Assistant Must Support External Event Triggers Such As Automatic Creation Of A Ticket To External Support Systems With Email Alerts And Webhooks 1 Web-based Controller And Cloud Platform Management 1. Management Capabilities • Identity And Access Management • Centralized Cloud-based Management • Single-pane-of-glass Dashboard • Automatic Firmware Updates • Zero-touch Provisioning • Global Configuration Management 2. Ai-powered Analytics • Proactive Client Experience Monitoring • Automated Troubleshooting • Machine Learning-based Insights • Performance Prediction • Anomaly Detection 3. Security Features • Integrated Security Management • Automatic Threat Detection • Rogue Ap Identification • Compliance Reporting • Role-based Access Control 4. Key Functionalities • Network Configuration • Client Location Services • Performance Analytics • Detailed Reporting And Visualization 5. Access Methods • Web Browser Interface • Mobile Application • Continuous Monitoring And Optimization 1 Lot Structured Cabling • Cat6 Utp Cable • Information Outlet • Faceplate • Patch Panel 5. Scope Of Work Bidders Shall Comply With The Following: • Bidders Shall Be Allowed To Visit The Actual Site For The Preparation Of The Plans Prior To The Submission Of Their Proposal. Bidder Shall Submit An Architectural And Electrical Layout/design Based On User Requirements Together With Their Technical Bid Proposal. • Supply, Delivery, And Installation Of Complete Site Preparation Labor And Materials Including Other Peripherals Needed To Complete The Site Without Additional Cost To Procuring Entity. Bidder Shall Submit A Complete Bill Of Materials For The Site Preparation Component. • Transfer Of Existing Network Components, Servers, And Other It Peripherals From Current Location To New Data Centers • Supply And Installation Of Data Centers Power Distribution And Pacu Power Supply. • Supply, Delivery, And Installation Of Complete Fire Suppression System Including Hangers, Support, And Other Peripherals That May Be Needed To Complete System Without Additional Cost To Procuring Entity. • Supply, Delivery, And Installation Of Complete Security Door Access Input And Output Cables Including Rough-ins, Hangers, Supports, And Other Peripherals That May Be Needed To Complete The System Without Additional Cost To Procuring Entity. Registration Of Personnel To The Door Access System Shall Be Scheduled To Avoid Disruption Of Work. • Provisioning Of Vertical And Horizontal Cabling • Testing Of Each System Shall Be Done Accordingly And Will Be Certified As Completed After Performing And Passing The Functionality Test And The User Acceptance Test. 6. Product Support Requirement 6.1 24x7 Remote Support Through Phone And Email; And Services Assistance Thru Email, Phone, And Web-chat With A Response Time Of Not More Than An Hour Upon Receipt Of The Request From Boi. 6.2 Provision Of 24x7 On-site And On-call Services. 6.3 Provide Comprehensive Service Level Agreement 7. Bidders Eligibility And Project Team Requirements 7.1 A Philippine Contractor Accreditation Board License. At Least With Category A Level; With Classifications In Communication Facilities, Mechanical Works, Electrical Works, And Air-conditioning Works 7.2 The Contractor Must Have At Least One (1) Employed Electronics/electrical Engineer Fully Certified. A Copy Of The Certification Shall Be Provided. A Certified Engineer Must Be Employed By The Bidder For At Least Three (3) Years. 7.3 An Employed Certified Data Center Specialist Personnel; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.4 An Employed Safety Officer With A Construction Occupational Safety And Health Certificate; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years. 7.5 An Employed Certified Associate In Project Management; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.6 The Bidder Must Have Completed At Least One (1) Similar Project In The Supply, Delivery, Installation, Testing, And Commissioning Of A Datacenter Within The Last 10 Years. This Should Be Supported By A Certificate Of Completion And Acceptance By The Client. 7.7 Bidder Should Provide A Certificate That Has 24x7 Technical Support Capabilities. Bidder Should Identify The Person Responsible For Restoring Service Due To Outages And Provide His Contact Details I.e. Contact Person, Position, Contact Numbers, And Email Address. 7.8 Contractors Must Have Philippine Contractors Accreditation Board (pcab) Licenses Required By Republic Act 4566 To Perform Telecommunications /communications Installations. 7.9 A Member Of The Safety Organization Of The Philippines 7.10 A Certificate To Show The Company Is Registered With The National Privacy Commission 7.11 All Prospective Bidders Must Be Authorized Resellers Of All Equipment To Be Supported By A Certificate Issued By The Manufacturer/distributor Of Equipment/materials. 7.12 All Prospective Bidders Shall Submit The Original Copy Of The Design Proposal, Brochures, And Other Publications That Support Compliance To The Requirements. 7.13 Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Are Required To Conduct Site Inspections. This Is To Ensure The Reliability, Security, And Efficiency Of The Required Services That The Contractor Shall Perform. The Timeframe Should Be Specified For Each Activity To Be Done And Shall Include Gantt Chart Summary. 7.14 The Contractor Shall Be Held Solely Responsible For Any Property Or Personal Damages Or Claims, Including Damage To Existing Structures, Systems, Equipment, And/or Site Caused By The Contractor Shall Repair Or Replace It To Its Original Condition At No Additional Cost To The Office. 7.15 The Contractor Shall Be Responsible And Accountable For The Removal And Proper Disposal Of Material And Waste Generated By This Project. Debris, Surplus Materials, Equipment, Etc. Shall Be Removed Daily. 7.16 All Prospective Bidders Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. 8. Project Team Requirements/composition Team Composition And Qualifications The Winning Bidder Shall Assemble A Comprehensive Project Team With The Following Mandatory Positions And Qualifications: Project Management Team 8.1 Project Manager O Minimum Of 10 Years Of Experience In Large-scale It Infrastructure Projects O Proven Track Record In Data Center And Network Refresh Initiatives O Relevant Pmp (project Management Professional) Or Equivalent Certification O Demonstrated Experience In Managing Complex Technological Transformations 8.2 Deputy Project Manager O Minimum Of 7 Years Of Experience In It Infrastructure Projects O Strong Technical Background In Data Center And Network Technologies 8.3 Network Infrastructure Lead O Minimum Of 8 Years Of Specialized Experience In Enterprise Network Design O Advanced Certifications (ccie, Ccnp, Or Equivalent) O Expertise In Modern Network Technologies, Including Sdn, Cloud Integration, And Cybersecurity 8.4 Data Center Infrastructure Specialist O Minimum Of 8 Years Of Experience In Data Center Infrastructure Design And Implementation O Expert In Cooling, Power Management, And Physical Infrastructure Design O Certifications In Data Center Design And Management Support And Implementation Team 1. Senior Systems Engineers (minimum 2) O Each With At Least 6 Years Of Experience In Enterprise System Integration O Comprehensive Knowledge Of Server, Storage, And Virtualization Technologies 2. Network Engineers (minimum 2) O Each With At Least 5 Years Of Experience In Enterprise Network Implementation O Expertise In Network Configuration, Optimization, And Security Additional Team Requirements • The Winning Bidder Must Provide Detailed Cvs And Certifications For Each Key Team Member • Any Changes To The Proposed Team Composition Must Be Pre-approved By The Board Of Investments • The Team Must Demonstrate Collective Experience In Similar Large-scale Infrastructure Projects • All Team Members Must Be Available For The Full Duration Of The Project • The Bidder Must Have A Clear Succession And Backup Plan For Critical Roles The Board Of Investments Reserves The Right To Request Changes To The Team Composition If It Does Not Meet The Project's Critical Requirements. 9. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The All Equipment To Ensure Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Bidder To The Authorized Inspectors At No Charge To The Procuring Entity. 10. Warranty 10.1 The Bidder Shall Provide A Preventive Maintenance Program During The Warranty Period For All The Delivered Equipment And System. 10.2 The Bidder Shall Provide Quarterly Preventive Maintenance On The Pacu, Fire Suppression, Power Distribution Units, And Door Access System During The Warranty Period. 10.3 The Bidder Shall Provide Not Less Than 4 Hours Of Response Time After Receiving Calls From The Client During The Warranty Period. 10.3 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 11. License And Subscription Renewal Provision The Board Of Investments Maintains Absolute And Unconditional Rights To Renew Or Extend All Software Subscriptions, Licenses, And Service Entitlements Beyond The Initial Warranty Or Contract Period. Upon The Expiration Of Any Initial Warranty Or Support Period, We Reserve The Comprehensive Right To Renew Existing Software Licenses, Extend Service Subscriptions, Continue Maintenance And Support Contracts, And Maintain Full Access To All Software And Platform Entitlements. The Successful Bidder Must Provide Comprehensive Documentation Of All Existing Licenses And Subscriptions. This Includes Delivering Complete Credentials, Access Keys, And Licensing Information To Facilitate Seamless Transitions And Ensure Our Continued Operational Effectiveness. We Require Full Disclosure Of Licensing Terms, Clear Renewal Pathways, And Complete Transparency In All Licensing Models. 12. Delivery The Delivery And Commissioning Of All Items For The Data Center Shall Not Exceed 120 Calendar Days Upon Issuance Of The Corresponding Notice To Proceed (ntp). The Commissioning And Initial Testing Shall Be Conducted Within 2-3 Calendar Days After Each Component Is Completed And Witnessed By The End User. After Completion Of The Data Centers, The Bac-twg Together With End User Shall Conduct Functionality Tests. These Will Ensure That All Of The Project's Specifications And Requirements Are Met Must Provide In Hard And Soft Copies Detailed Project Documentation Of The Following: A. Project Implementation Plan With Timetable, B. Installation And Configuration Manual, C. Incident And Problem Escalation Procedure With A List Of Designated Technical Support Engineers, D. Sla (service Level Agreement) E. User Acceptance Test Plan, 13. Training And Technology Transfer A. The Contractor Must Provide Training For At Least Five (5) It Personnel For The Network Equipment/switches, And Troubleshooting For The Structured Cabling And Management Of The Data Center For At Least Three (3) Days Per Module. B. To Ensure That Proper Maintenance And Sustainment Appropriate Training Shall Be Conducted By The Contractor As Essential Part Of Technology Transfer To Prepare And Equip Boi And Its Personnel In The Overall Operations And Maintenance Of Its Network Infrastructure And It Facility. C. The Contractor Shall Submit A Program Of Instruction (poi) Detailing All The Training Activities To Be Conducted For Review, Evaluation, And Approval Of Boi. Hands-on Training Shall Form Part Of The Training Program. D. Operation And Training Manuals Shall Be Provided To Each Participant. E. The Training Shall Be Conducted And Completed Before The Issuance Of The Certificate Of Project Completion And Acceptance. F. All Expenses Related To Training (e.g. Venue, Meals, Equipment, Certificate.) Shall Be Borne By The Contractor. G. Certificate Of Training/s Shall Be Given By The Contractor To All Participants. 14. Liability Of The Bidder The Bidder’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 15. Incidental Services 1. Spare Parts The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. In The Event Of Termination Of Production Of The Spare Parts/expiration Of Software Licenses O Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; O Following Such Termination Of Production, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested; O The Bidder Shall Carry Provide The List Of Vendor Of Consumable Spare Parts Or Components For The Equipment. 16. Institutional Requirements Equipment And Asset Ownership All Equipment, Hardware, Software, Infrastructure Components, And Other Tangible And Intangible Assets Procured, Installed, Or Developed During The Data Center Rehabilitation And Network Refresh Project Shall Become The Sole And Exclusive Property Of The Board Of Investments (boi). The Contractor Is Prohibited From Removing Any Delivered Items From The Project Site After Installation Or Project Completion. Specific Provisions Include: • Full Ownership To All Project-related Assets Shall Immediately Transfer To Boi Upon Delivery Or Installation • The Contractor Shall Provide All Necessary Documentation To Formally Transfer Ownership, Including But Not Limited To Equipment Lists, Serial Numbers, Warranty Information, And Certificates Of Ownership • Any Attempt To Remove Or Retain Project-related Items Without Authorization Will Be Considered A Material Breach Of Contract The Contractor Shall Submit Project Implementation And Management Plan (pimp) Within Ten (10) Calendar Days Upon Receipt Of Notice To Proceed For The Implementation Of The Proposed Solution, Which Is Subject To Review And Approval By The Boi. The Pimp Shall Include But Not Be Limited To The Following: • Scope Of Work • Project Organization • Implementation Methodology • Project Timeline • Communication And Deployment Strategy The Contractor Shall Provide Complete Documentation, One (1) Soft Copy And Three (3) Printed Copies, For Every Deliverable And At Every End Of Each Development Stage And Milestone Which Must Be Submitted To The Boi For Approval. Boi Shall Own Any And All Documents And Shall Reserve The Right To Reproduce At No Additional Cost. The Documentation Must Be Written In English With Concise And High-quality Presentation To Include But Not Limited To The Following: 1. Technical Manuals: • As Built Document • Infrastructure Diagrams And Topology • Troubleshooting And Installation Guides • Single Line Diagram • System/operation Manual 2. Operations And Maintenance Manuals 17. Intellectual Property Rights The Bidder Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 18. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Thirty-one Million Pesos (31,000,000.00) Being The Approved Budget For The Contract (abc) For The Completion Of The Relocation And Transfer Of The Board Of Investments’ Datacenter And It Related Infrastructure From 5th Floor To 4th Floor To Be A High-performing And Scalable It Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Disqualified At The Opening Of The Financial Proposals. Prices Are In Php And Are Vat-inclusive. 19. Source Of Funds The Budget Authorized For Procurement Of Service For The Relocation And Transfer Of Boi Datacenter From 5th Floor To 4th Floor Shall Be Sourced From The 2025 Capital Outlay (co) And Maintenance And Other Operating. Expenses (mooe), Pursuant To The Philippine General Appropriation Act Of 2025. 20. Payment 10% Project Mobilization: Covers Initial Costs, Including Project Planning And Resource Allocation, And To Submit The Project Implementation Plan 25% Network And Datacenter Infrastructure Facility Civil Works All Materials, Equipment, And Labor Necessary For The Construction Of The It Infrastructure Facility Including All Civil Works, Walls, Doors, Partitions, Flooring, Security Access Pass, Air-conditioning Unit And Other Accessories/appurtenances As Specified And As Shown In The Drawings. 25% Delivery Of Equipment And Materials, Structured Cabling, Fixing, Installation Of Cables, Conduit, Outlets Racks Ladders, And Other Components (active Components) All Materials Are To Be Used In The Installation And Cabling. Installed Cables, Conduit, And Components And Tested And Working Cable Lines. 30% Upon Submission Of Certification Of 100% Completion Of Project And Passing Of The Functionality Test To Be Administered By The Bac-twg And Witnessed By The Bac 5% Training Of Personnel For The Completed Network And It Infrastructure Facility. 5% Retention Fee 100% 21. Penalty In Case There Is A Delay In The Delivery And Installation Of The Software Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law.
Closing Date15 Jan 2025
Tender AmountPHP 31 Million (USD 530.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Summary: Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, Is Issuing This Request For Sources Sought Notice In Order To Identify Vendors That Are Interested In And Capable Of Providing Contractor Services. For A Contractor To Provide Annual Certifications And Repairs As Needed In The Main Lab And Research Lab At The Washington Dc Va Medical Center.
statement Of Work (sow):
project Number: 688-25-2-478-0074
project Location: Veterans Affairs Medical Center, Washington, D.c., Main Hospital-50 Irving St N.w., Washington, D.c., 20422.
scope Of Work: This Statement Of Work Includes All Work Necessary To Support The Required Equipment And Supplies Needed (description Below) To Provide The Annual Certifications In The Main Lan And Research Lab Annual Certification. The Certifications Will Be Located At The Veterans Affairs Medical Center, Washington D.c 50 Irving Street Nw, Washington Dc, 20422.
provide The Annual Certifications In The Main Lab, Research Lab.
equipment Schedule:
Equipment
qty
Manufacturer
Model Number
serial Number
asset Tag
(annual Certification)
2026
Unk
Unk
Unk
Main Lab
And
research Lab
(annual
Certification)
2027,28,29,30
Unk
Unk
Unk
Main Lab
And
research Lab
scope Of Service
annual Certifications In The Main Lab, Research Lab, And Bi-annual Certifications At The Va Medical Center.
per The Scope Below, The Vendor Will Provide All Necessary, Labor, Materials, Necessary To Provide The Annual Certifications In The Main Lab And Research Lab And The Certification Services. The Following Work Is Necessary To Develop And Provide A Plan For Preventive Maintenance Inspections And Repairs As Needed. This Will Be A 5-year Agreement With 4 Option Years For Renewal
scope Of Work:
Certification For Va Medical Center D.c. Main Lab And Research Lab (annual)
36 Field Certification Of Chemical Fume Hoods
19 Field Certification Of Biosafety Cabinets
3 Field Certification Of Allentown Animal Transfer Stations
2 Field Certification Of Vented Balance Safety Enclosures: Labconco
1 Field Certification Of Thermo Forma Laminar Flow Work Station
1 Field Certification Of Thermo Electron Grossing Station
16 Penetration Testing For Hepa Filters
4 Field Certification Of Allentown Cage Mouse Ventilated Rack System
4 Field Certification Of Animal Racks
fee Added Per Client Request To Address Potential Repairs In Lab And Pharmacy
1 Travel, Round Trip
the C&a Requirements Do Not Apply And A Security Accreditation Package Is Not Required.
this Arrangement Does Not Require A Baa.
conformance Standards:
service Shall Ensure That The Equipment Functions In Conformance With The Following Latest Published Standards/codes/specifications/regulations To Include, But Not Limited To:
joint Commission For The Accreditation Of Healthcare
dc Vamc Engineering Service Standard Operating Procedures
american National Standards Institute (ansi)
nfpa 1, Nfpa 101
general Conditions And Definitions:
va: Veterans Affairs.
cor: Contracting Officers Representative. Va Employee Of Vamc Facilities And Engineering Service Officially Assigned To Act As A Project Manager And Inspector On Behalf Of Vamc And The Contracting Officer. Cor Shall Be First Point Of Contact On All Matters Concerning Contract Work For Subject Project.
icra: Infection Control Risk Assessment. An Icra Form Must Be Filled Out And Signed By Infection Control Personnel Prior To Any Work Coordinate With Cotr.
ilsm: Interim Life Safety Measures. Any Series Of Operational Actions Taken To Temporarily Reduce Hazards Posed By Life Safety Deficiencies Which Have Been Created By Demolition, Renovation, Or Construction Works, And Which Are To Remain In Place And In Effect For Duration Of Contract Work.
provide: Whenever Used Throughout The Scope Of Work, Term Provide Is To Be Understood To Mean Purchase Newly Manufactured; Furnish Delivered To Vamc Work Site In Protective Containers; Secure From Tampering Or Theft; And Install In Accordance With Contract Scope Of Work, Drawings, Specifications And Manufacturer S Instructions All Required Items Of Administrative Submittals, Labor, Demolition, Construction, Equipment Items, And Installation Works For Entirety Of Contract.
listed: Products Are Required By Codes And Standards To Beâ listedâ by A Nationally Recognized Testing Laboratory (nrtl) Such As Ul (underwriters Laboratories). The Nrtl S Test And Certify Products To Ensure Safety And Compliance With The Testing Standards. Equipment, Materials, Or Services Included In A List Published By An Organization That Is Acceptable To The Authority Having Jurisdiction And Concerned With Evaluation Of Products Or Services, That Maintains Periodic Inspection Of Production Of Listed Equipment Or Materials Or Periodic Evaluation Of Services, And Whose Listing States That Either The Equipment, Material, Or Service Meets Appropriate Designated Standards Or Has Been Tested And Found Suitable For A Specified Purpose.
safety Precautions:
the Contractor Shall Comply With All Applicable Federal, State And Local Legal Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulation, Such As Applicable Provision Of Title 29, Code Of Federal Regulations (cfr) Parts 1910 And 1926. Contractor Is Solely Responsible For Determining The Legal Requirements That Apply To Activities And Shall Ensure Safe And Healthful Working Conditions For Its Employees.
contractor Shall Assume The Responsibility To Guard Against Causing Fires And/or Explosion And To Protect Government Property, Reference Nfpa 241 And 29 Cfr 1926.
the Contractor Shall Perform The Work In A Manner Consistent With The Area Security And Fire Safety Regulations Especially Regarding Exits And Exit Way Access. Utility Shutdowns Shall Not Compromise Security, Communication, Or Fire Safety For Occupants.
no Flammable Liquids Shall Be Stored Or Used In The Medical Center.
the Necessary Number And Appropriate Types Of Portable Fire Extinguishers Are Required Per National Fire Protection Association (nfpa) 10 And Nfpa 41.
all Necessary Precautions Shall Be Taken By The Contractor To Prevent Activation Of Any Existing Smoke Detectors Or Sprinkler Heads.
hazardous Material Reporting:
the Contractor Shall Maintain Hazardous Inventories And Material Safety Data Sheets (msds) For All Hazardous Materials (as Defined In Cfr 1910.120, 40 Cfr S 355, 370, & 372) To Be Stored And Used At This Medical Center. Hazardous Materials Must Be Inventoried When Received And When The Project Is Completed.
hazardous Materials Inventories, Material Safety Data Sheets And Material Quantities Used Shall Be Submitted To The Contracting Officer For Approval.
in The Event Of A Spill, Contractor Shall Immediately Notify The Contracting Officer S Technical Representative As Well As The Contracting Officer. The Contractor Shall Be Solely Responsible For The Expense Of Any Cleanup Of Such Spill, And The Cleanup Shall Be In Accordance With The Applicable Provision Of 40 Cfr Part 761.
environmental Protection:
a Series Of Operational Actions Taken To Temporarily Reduce The Hazard Posed By Life Safety Deficiencies Created During And Until Completion Of Construction.
interim Life Safety Measures:
a Series Of Operational Actions Taken To Temporarily Reduce The Hazard Posed By Life Safety Deficiencies Created During And Until Completion Of Construction.
applicable Specifications:
specifications Applicable:
contractor Shall Perform A Site Visit, Assess The Requirements In The Scope And Assure Installation Meets All Standards Including But Not Limited To The Manufacture Listed Instructions And The National Electrical Code Latest Edition.
required Specifications For This Project Are:
install Wiring And Equipment Outlined In This Scope, Meeting Standards As Mentioned.
additional Information:
parking For Contractors Will Not Be Permitted On The Vamc/dc Facility. Violators Will Be Towed At Contractor S Expense.
the Cor Will Be Jeffery Scott Lockamy, Electrical-electromechanical Supervisor, Facilities & Engineering (202-745-8000 Ext. 58497).
joseph Prine
acting Chief-fms (138)
interested & Capable Responses: Must Respond With The Following Information.
nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Washington Dc Va Medical Center.
please Respond To This Rfi/sources Sought 36c24525q0452 With Your:
1. Business Name (including Unique Entity Id (sam.gov)
2. Business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), And
3. Person Of Contact (including Telephone Number & Email Address).
4. Capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.
5. Available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)
6. Brief Summary Of Categories Of Services That Your Company Can/cannot Provide.
7. Certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)
8. Confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:
a. Do You Intend To Self-perform This Effort?
b. If You Are Located Outside The Immediate Area, How Will You Self-perform?
c. Or Do You Intend To Subcontract Work Under This Contract?
d. If You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?
response Instructions: Responses Must Be Submitted By 1:00 Pm (et) Monday, May 05, 2025. Responses To The Information Requested Above Must Be Submitted Via Email To Patricia Thai At Patricia.thai@va.gov
this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice.
Closing Date5 May 2025
Tender AmountRefer Documents
U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: 04/30/2025 Update: Added Aoi 6 Research And Innovative Platform Services. Updated Poc For Aoi 6. Updated Closing Date For Aoi 6 White Paper Submission. Updated Ultimate Cso Open Period Date Exclusive Of Individual Aoi Dates.
12/20/2024 Update: Added Aoi 5: Technical Experimentation, Updated Closing Date, And Added Technical Poc For Aoi 5. Entire Update Is Captured In Text Below The Two Bolded Update Banners.
12/16/2024 Update: Removed Reference To Attachment. All Available Information In Reference To This Posting Is Included In The Text Below.
ussocom Sofat&l Science And Technology Commercial Solutions Opening (cso) – Amendment 02
solution Briefs For Aois 1-4 Accepted Through 20 December 2024.
solution Briefs For Aoi 5 Accepted Through 10 January 2025.
solution Briefs For Aoi 6 Accepted Through 14 May 2025.
a Future Opportunity
there Are Currently Six(6) Areas Of Interest (aois):
1. Market Research And Creative Development
2. Design Development And Systems Engineering
3. Multi-domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities
4. Rapid Prototyping/low Rate Production
5. Technical Experimentation
6. Research And Innovative Platform Services
note: As New Aois Are Identified By Government Stakeholders, Additional Aois May Be Added To This Announcement. The Government May Call For Subsequent Proposals Under This Notification For A Period Of Twelve (12) Months Or Longer If Extended Via Amendment To This Posting.
ussocom Sof At&l Futures Cso Guidance
06 Dec 2024
1. Introduction:
1.1 The United States Special Operations Command (ussocom) Has Established A Novel Business Process Under The Science And Technology (s&t) Directorate Within The Special Operations Forces Acquisition, Technology, And Logistics (sof At&l) Center To Accelerate The Development, Procurement, And Integration Of Commercial And Dual-use‐derived Concepts, Capabilities And Research To Address Gaps In Future Domestic And International Sof Missions And Operating Environments.
1.2 The Ussocom Sof At&l Science And Technology Directorate Seeks To Award Primarily Non‐far Contracts And Agreements To Nontraditional And Traditional Defense Contractors To Carry Out Prototype Projects That Are Directly Relevant To Enhancing The Mission Effectiveness Of The Sof Operator And The Supporting Platforms, Systems, Components, Or Material To Be Acquired Or Developed By The Ussocom, Or The Improvement Of Platforms, Systems, Components, Or Materials In Use By Ussocom.
1.3 This Commercial Solutions Opening (cso) May Make Awards To Proposals For Innovative,
commercial And Dual‐use Capabilities Through A Multi‐phased, Competitive Process.
1.3.1 Phase I: Initially, Solutions Will Be Sought Under Certain Technology Areas, Or Industry Sectors, Characterized By Areas Of Interest (aoi) In Accordance With 803 Of The National Defense
authorization Act (ndaa) For Fiscal Year (fy) 2022 (pub. L. 117-81). Initial Submissions Against These Aois Will Be Requested As Solution Briefs (sb) Mainly In The Form Of A White Paper (wp). A Team Of Government Personnel Who Are Subject Matter Experts For The Given Aoi Will Evaluate Each Submission Independently For Potential To Address Capability Gaps Within The Aois For Advancement To Phase Ii. These Standard Evaluation Criteria Will Be Presented With Each Individual Aoi. The Government May Elect To Proceed Directly To Phase Iii After A Successful Phase I Evaluation.
1.3.2 Phase Ii: If A Phase Ii Evaluation Is Necessary, The Government Will Host Phase Ii Invitees At
one Of Its Facilities Wherein Each Offeror Will Have A Standard Amount Of Time To Pitch/demonstrate Its
proposed Solution To The Government Evaluation Panel And Hold Any Discussions Necessary For Evaluation.
discussions May Continue Outside Of The Pitch/demonstration Session. Participation In Phase Ii Will Be
entirely At The Offeror’s Expense. Favorably Evaluated Pitches Will Receive A Request For Prototype Proposal (rpp) That Marks The Beginning Of Phase Iii. Note, Phase Ii Is Optional For This Cso Process, And May Not Always Be Conducted, Or May Not Be Required For Every Successful Phase I Submission.
1.3.3 Phase Iii: The Government Will Only Advance Companies To Phase Iii If It Intends To Award A Contract Or Agreement For Its Proposed Solution. Companies Will Collaboratively Build Statements Of Objectives With The Government Team And Negotiate Contract/agreement Terms And Conditions For Award.
1.4 There Aresix (6) Aois:
1.4.1: Aoi I: Market Research/creative Development: As Ussocom S&t Addresses The Ussocom Future Operating Environments, Missions Sets And Capabilities And Planning Guidance, In Addition To Other Strategic Documents And Partner Collaboration Products, Obtaining Innovative Methods And New Capabilities For Market Research Is Critical To Understand The State Foreign And Domestic Commercial, Academic And Government Ability To Meet Sof Concept, Capability, And Technology Gaps.
additionally, Creative Products Are Required For More Quickly Facilitating Newcomer Onboarding,
storytelling, Leadership Engagement, And Better‐informed Decision‐making In The Dynamic Sof Environment. It Is Anticipated That These Will Come In The Form Of Videos, Computer Graphics, Storyboards, Visual Art And Other Media, Or Other New Innovative Commercial Methods, Technologies, Or Services.
1.4.2: Aoi Ii: Design Development/systems Engineering – As Ussocom S&t Agilely And Rapidly Investigates Capabilities To Address Sof‐peculiar Concepts And Missions, Disciplined And Rigorous Engineering And Design Must Be Utilized To Reduce Technical And Programmatic Risk, As Well As Improve Capacity For Eventual Transition To Programs Of Record. Submissions Should Address Either Innovative Commercial Items, Technologies, Or Services That Aid In Design Development Capabilities (including, But Not Limited To Software Development Best Practices, Experimentation, And User Experience Trials), Or Systems Engineering Rigor (interface Definition, Requirement Derivation, System Architecture), Or Both.
1.4.3: Aoi Iii: Multi‐domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities
‐ As Ussocom S&t Investigates Capabilities And Technologies To Address Sof‐peculiar Concepts And Missions, Novel And Agile Methods Of Multi‐domain Test And Evaluation Will Be Required. Submissions Should Address Innovative Commercial Items, Technologies, Or Services That Aid In One Or Multiple Domains, Including Aviation Experimentation, Cyber/internet Of Things Evaluation (to Include Vulnerability Assessments And Penetration Testing), Maritime/undersea Evaluation, Communications Testing And Electromagnetic Warfare Analyses. Additionally, Real-world Events Have Shown A Need For The Ability To Rapidly Innovate And Incorporate Required Changes To Collaboration And Decision Support Spaces, Experimentation Ranges And Wargaming Cells Based On A Much More Compressed Feedback Cycle, Novel And Agile Method Incorporation And A Reduced Scope Than Normal Military Construction Processes. Submissions Are Requested For This Supporting Effort.
1.4.4: Aoi Iv: Rapid Prototyping/low Rate Production – Offerors Should Demonstrate Innovative Commercial Items, Technologies, Or Services That Aid In Rapidly Prototyping Or Manufacturing Small Lots (<100) Of Experimental Electronics, Chipsets, Batteries And Other Multi‐material Experimental Prototypes Based On Task Orders From S&t Futures And The Experimentation Force.
1.4.5: Aoi V: Technical Experimentation – Offerors Should Demonstrate Innovative Commercial Capabilities To Develop A Prototype Business Process To Enhance The Technology Experimentation Process, Expand Experimentation Opportunities For Sof At&l Stakeholders Across The Command, And Enhance International Collaboration, Experimentation Event After-actions, And Synchronization With Command And Component Operational Exercises.
1.4.6: Aoi Vi: Research & Innovation Platform Services
provide An Innovative Platform That Facilitates Up To Top Secret Networks, Direct Connectivity To Ussocom Information Technology Networks And Computer Hardware Assets. The Platform Shall Provide In House 3d Printing, Mechanical Tooling, And Computer Processing Capabilities To Conduct Rapid Prototyping And Laboratory Experimentation. The Platform Shall Provide The Required Engineering Support Services That Include But Are Not Limited To: Principal, Sr. And Journeyman Software/ Hardware/ Electrical/ Ai Engineers, And Subject Matter Experts.
this Platform Will Focus On Developing A System And Process For Rapid Prototyping, Development, Integration, Experimentation, And Assessment Of Technology In A Wide Variety Of Missions. Provide The Ability To Rapidly Assess Current And Future Capacity Deficiencies, Identify Technologies That Can Address These Deficiencies, And Measure The Degree Of Effectiveness Of A Particular Solution Through Experimentation. Provide Technical Expertise To Assess And Validate Technical Solutions Developed Or Provided By The Government Or Commercial Entities.
the Platform Shall Provide A Flexible Multi-domain Environment Within Which To Conduct Prototyping Related Activities Designed To Better Inform Ussocom On How To Understand And Approach Designated Sof Technology Challenges And Gaps. The Desired End State Is Working, Non-ruggedized Prototypes Which Can Be Integrated, Tested, And Assessed By Sof Users.
2. Guidelines For Solution Briefs, Pitches, And Proposals:
2.1 The Purpose Of The Solution Brief Is To Identify Innovative Solutions And Narrow Focus Areas To Exclude Potential Lines Of Effort On The Part Of Offerors Whose Proposed Work May Not Be Of Interest To The Government. Offerors Are Encouraged To Follow The Instructions Detailed Below. Solution Briefs Should Specifically Identify The Aoi To Which It Is Responding. The Government Aims To Provide An Evaluation Response No Later Than 10 Days After Receipt Of A Solution Brief.
2.2 Submissions Will Not Be Returned. The Original Of Each Submission Received Will Be Retained By The Ussocom Sofat&l S&t Team And All Other Non‐required Copies Destroyed.
2.3 Guidelines For Solution Brief Submissions:
2.3.1 Costs Of Preparing And Submitting Solution Briefs Are At The Offerors’ Expense.
2.3.2 Unnecessarily Elaborate Brochures Or Proposals Are Not Desired.
2.3.3 Use Of A Diagram(s) Or Figure(s) To Depict The Proposed Solution Is Strongly Encouraged.
2.3.4 Multiple Solution Briefs Addressing Different Aois May Be Submitted By The Same
organization; However, Each Solution Brief May Only Address One Concept Based On The Stated Aois.
2.3.5 The Period Of Performance For Any Solution Brief Or Proposal Submitted Under This Cso
should Generally Be No Greater Than 60 Months.
2.3.6 Technical Data With Military Application May Require Appropriate Approval, Authorization, Or License For Lawful Exportation.
2.3.7 All Solution Briefs Shall Be Unclassified. Solution Briefs Containing Data That Is Not To Be Disclosed To The Public For Any Purpose Or Used By The Government Except For Evaluation Purposes Shall Include The Following Notice On The Cover Page:
“this Solution Brief Includes Data That Shall Not Be Disclosed Outside The Government, Except To Contractor Support Services Personnel For Evaluation Purposes, And Shall Not Be Duplicated, Used, Or Disclosed ‐‐ In Whole Or In Part ‐‐ For Any Purpose Other Than To Evaluate This Submission. If, However, An Agreement Is Awarded To This Offeror As A Result Of ‐‐ Or In Connection With ‐‐ The Submission Of This Data, The Government Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Agreed Upon By Both Parties In The Resulting Agreement. This Restriction Does Not Limit The Government's Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets [insert Numbers Or Other Identification Of Sheets]”
and Each Restricted Data Sheet Should Be Marked As Follows:
“use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This
proposal.”
2.3.8 Foreign‐owned Businesses May Submit A Proposal Alone Or Through Some Form Of Teaming
arrangement With One Or More United States‐owned Businesses. However, The Ability To Obtain An
agreement Based Upon A Submission May Depend Upon The Ability Of The Foreign Owned Business To
obtain Necessary Export Clearances And Approvals To Obtain Aoi Or Soi Information.
2.3.9 Questions Regarding The Objectives Or Preparation Of The Solution Brief For Aois 1-4 Should Be Addressed To: Brian.sisco@socom.mil. Questions Regarding Objectives Or Preparation Of The Solution Brief For Aoi 5 Should Be Addressed To: David.j.saren.civ@socom.mil. Questions Regarding Objectives Or Preparation Of The Solution Brief For Aoi 6 Should Be Addressed To Benjamin.chitty@socom.mil.
2.3.10 Submissions Must Be Submitted Electronically To The Individuals Listed Below:
mr. Ron Reed – Ronald.e.reed.civ@socom.mil
mr. Brian Sisco (aois 1-4) – Brian.sisco@socom.mil
mr. Dave Saren (aoi 5 Only) David.j.saren.civ@socom.mil
mr. Ben Chitty (aoi 6 Only) Benjamin.chitty@socom.mil
mrs. Terry Ann Lewis – Terryann.j.lewis.ctr@socom.mil
mrs. Rj Bell - Juanita.bell.ctr@socom.mil
2.4 Solution Brief Preparation And Evaluation: Submitter’s Solution Brief Should Not Exceed Five (5)
pages Using Twelve (12)‐point Font. Alternatively, Solution Briefs May Take The Form Of Slides, Which Should Not Exceed Ten (10) Slides. These Limits Are Not Requirements, But Strong Recommendations.
2.4.1 Solution Brief Content:
• Title Page (does Not Count Against Page Limit) – Offeror Name, Title, Date, Point Of Contact Name, Email Address, Phone, And Address
• Executive Summary (one Page) ‐ Provide An Executive Summary Of The Capability.
capability Concept: Describe The Unique Aspects Of Your Capability And The Proposed Work As It Relates
to The Aoi. Identify Whether The Effort Includes The Pilot Or Demonstration Of Existing Commercial
technology (identified As Commercially Ready And Viable Technology) Or The Development Of
technology For Potential Commercial Or Defense Application. If Development Or Adaptation Is
proposed, Identify A Suggested Path To Mature The Technology. Explain How The Technology, Process,
or Method, Including Research And Development, Or Application Is Innovative (i.e., New As Of The Date
of Proposal Submission.)
• Previous Work With Ussocom S&t, Specifically As Part Of Futures Or The S&t Innovation Cycle
• Offeror Viability: Provide A Brief Overview Of The Offeror. Provide A Summary Of Current Fundraising To
date Or A Summary Of The Top Line (gross Sales/revenues). Provide A Summary Of Product
commercialization And Go‐to‐market Strategy.
2.4.2 Solution Brief Basis Of Evaluation: Individual Solution Briefs Will Be Evaluated Through Peer
review Without Regard To Other Submissions Received Under This Announcement, With The Primary
evaluation Factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And
funding Availability. Subfactors For Relevant Factors Are Further Explained Below In The Following Criteria:
• Technical
o Merit – The Feasibility Of The Proposed Solution To Address The Aoi
o Agility And Rapidity– Documented Desire And Procedures In Place To Respond To Government Task Order Requests (rfps, Rfis, Etc) Within Five (5) Business Days Of Receipt, Or Demonstrated Ability To Rapidly Prototype, Experiment Or Successfully Complete Technical Design Sprints.
o Innovation – Degree To Which The Proposed Solution Provides An Innovative, Unique And/or Previously Under‐utilized Approach
• Importance To Agency Programs
o Relevance ‐ How The Proposed Solution Relates To The Aoi
o Past Performance
o Business Viability – Strength Of The Offeror And Commercial Viability Of The Proposed Solution. (the Government May Elect To Use External Market Research In The Evaluation Of An Offeror’s Viability.)
• Affordability
o Cost, Price, And Budgetary Considerations
2.4.3 After Evaluation Of A Solution Brief, The Government May Elect To Invite An Offeror To Pitch
and/or Demonstrate Their Technology In Person Or Request Additional Information From The Offerors. The Government Reserves The Right To Move To Award Without Prior Pitch And/or Demonstration.
2.5 Pitch And/or Demonstration Content: The Pitch And/or Demonstration Should Provide More
details On The Technical Merit And Business Viability Of The Proposed Solution Submitted In The Solution
brief. Regardless Of Format, The Pitch And/or Demonstration Must Also Address:
rough Order Of Magnitude Price And Notional Schedule.
ussocom Utility And How This Concept Could Be Tested Within A Sof Military Environment.
operational Impact. Detail Who The Operational Users Of The Technology Are Expected To Be.
prototype: State How This Effort Constitutes A Prototype
data Rights And Intellectual Property Assertions.
the Government May Request Additional Information Outside Of The Pitch/demonstration.
2.6 Pitch And/or Demonstration Basis Of Evaluation: Individual Pitch And/or Demonstration Will Be
evaluated Without Regard To Other Presentations Under This Announcement With The Primary Evaluation
factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And Funds
availability. On The Following Factors:
• Technical
o Technical Merit
o Innovation
o Data Rights/intellectual Property
o Schedule
• Importance To Agency Programs
o Past Performance
o Business Viability
o Relevancy To Aoi
• Funds Availability
o Cost And Price Drivers
2.7 The Government Will Aim To Complete Phase Ii Evaluations And Offeror Notification Within 10
calendar Days Of The Pitch/demonstration And/or Receipt Of Additional Requested Information. All
companies Will Receive Phase Ii Notification, However, Only Favorably Evaluated Solution Briefs Or
pitches/demonstrations Will Enter Phase Iii Of The Cso Process And Receive A Request For Prototype
proposal (rpp).
2.8 Proposal Preparation: Rpps Will Include Preparation Instructions For Prototype Proposals. During
this Phase, Companies Will Collaboratively Develop Statements Of Work (sow) With The Government Teams For Their Specific Projects And Negotiate Terms And Conditions Into Their Contracts Or Agreements.
3. Contract Award:
3.1 Only Warranted Contracting Officers And Agreements Officers May Obligate The Government And
issues Awards For Procurement Contracts Or Other Transaction Agreements (ota).
3.2 Awards Made Under This Cso Will Be Primarily Firm Fixed‐price Contracts Or Other Transaction
agreements (ota) Under 10 U.s.c 4022 For Prototypes Projects With Potential Follow‐on Noncompetitive Production Agreements Iaw 10 U.s.c 4022(f), 10 U.s.c. 4023 Ota For Experimental Purposes, 15 U.s.c. 3715 Partnership Intermediary Agreements, Or Traditional Far Contracts. Contract Type Will Be Determined During Phase Iii.
3.3 In The Event An Ota Is Awarded Under 10 U.s.c 4022 For A Prototype Project, A Follow‐on
production Agreement May Be Awarded To The Prototype Project Recipient In A Non‐competitive Manner Based On Completion Of Success Criteria Developed In The Prototype Project. The Resulting Ota May Include More Than One Prototype Project. Non‐completion Of One Or More Prototype Project(s) Does Not Limit The Possibility Of The Non‐competitive Follow‐on Production Ota For Successfully Completed Projects, And The Noncompetitive Production Ota May Also Be Awarded At The Completion Of An Individual Prototype Project, Before The Overall Completion Of All Prototype Projects Contemplated Under The Ota.
3.4 To Receive An Award, Companies Must Be A Registered Entity In The System For Award
management (sam). This System Verifies Identity And Ensures That Payment Is Sent To The Right Party. The Link Can Be Found Here: Https://sam.gov/sam/
3.5 In General, To Invoice And Receive Payment, Companies Must Register In Wide Area Work Flow
(wawf). The Contracting Officer/agreements Officer Will Provide Wawf Assistance During Phase Iii.
3.6 Proposals Will Be Accepted Through The Date Of 14 May 2025.
4. Non‐government Advisors: Non‐government Advisors May Be Used In The Evaluation Of Solution
briefs And Proposals And Will Have Signed Non‐disclosure Agreements (ndas) With The Government. The
government Understands That Information Provided In Response To This Cso Is Presented In Confidence
and May Contain Trade Secret Or Commercial Or Financial Information, And It Agrees To Protect Such
information From Unauthorized Disclosure To The Maximum Extent Permitted And As Required By Law.
5. Contact Information: Be Advised, Only A Contracting Officer/agreements Officer Has The Authority To Enter Into A Binding Agreement On Behalf Of The Government And Has Exclusive Authority To Change The Terms Of A Contract Or Agreement. All Inquiries Need To Be Sent To Ronald.e.reed.civ@socom.mil.
6. Definitions:
innovative: “innovative” Is Defined As (1) Any Technology, Process, Or Method, Including Research And
development, That Is New As Of The Date Of Submission Of A Proposal; Or (2) Any Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date.
non‐traditional Defense Contractor (ndc): An Entity That Is Not Currently Performing And Has Not
performed, For At Least The One‐year Period Preceding The Solicitation Of Sources By Dod For The
procurement Or Transaction, Any Contract Or Subcontract For The Dod That Is Subject To Full Coverage Under The Cost Accounting Standards Prescribed Pursuant To Section 1502 Of Title 41 And The Regulations
implementing Such Section (see 10 U.s.c. 2302(9)).
other Transaction Agreement (ota): Legally Binding Instruments Not Subject To The Requirements Of The
federal Acquisition Regulation (far) Obligating The Government For A Purpose Iaw 10 Usc 4021 And
4022.
procurement Contract. A Contract Awarded Pursuant To The Federal Acquisition Regulation.
prototype Project: Prototype Project Addresses A Proof Of Concept, Model, Reverse Engineering To Address Obsolescence, Pilot, Novel Application Of Commercial Technologies For Defense Purposes, Agile
development Activity, Creation, Design, Development, Demonstration Of Technical Or Operational Utility, Or Combinations Of The Foregoing. A Process, Including A Business Process, May Be The Subject Of A Prototype Project.
although Assistance Terms Are Generally Not Appropriate In Ot Agreements, Ancillary Work Efforts That Are Necessary For Completion Of The Prototype Project, Such As Test Site Training Or Limited Logistics Support, May Be Included In Prototype Projects. A Prototype May Be Physical, Virtual, Or Conceptual In Nature. A Prototype Project May Be Fully Funded By Dod, Jointly Funded By Multiple Federal Agencies, Cost‐shared, Funded In Whole Or Part By Third Parties, Or Involve A Mutual Commitment Of Resources Other Than An Exchange Of Funds.
Closing Date14 May 2025
Tender AmountRefer Documents
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project _#_528a6-21-603_design Replace Buldings 76, 92 And 103 Flat Roofs___ At The _bath Va Medical Center, 76 Veterans Ave, Bath, Ny 14810. This Project Will Design The Replacement To The Flat Roofing Systems On The B-76 Hospital, B-92 Recreation Center, And B-103 Warehouse.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330edit The Naics Code And Size Standard Based On The Selection: 541330 (size Standard $16.5m) Or 541310 (size Standard $8m)
And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $2,000,000 And $5,000,000. This Is A 100% Service-disabled Veteran Owned Small Business Select The Appropriate Set-aside
set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before (6/30/2025). Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), Replace With 852.219-74 For Vosb Set Asides
va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022)
all Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation.
all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action.
scope Of Service Required Edit Based On Scope For That Project
528a6-21-603
Perform A Full Project Schematic Design, And Design Development From Conceptual To As Built Documentation, Including Investigation, Design Review And Verification, And Contract Management. Provide Investigative And Schematic Services, Construction Documents, Working Drawings, Specifications, Cost Estimate, Shop Drawing Review And Construction Period Services As Required To Provide Replacement Of The Existing Building 76, 92, 103 Flat Roof Systems. Services Will Include All Architectural Or Other Engineering (civil, Mechanical, Electrical, Etc.) Work Associated With This Project Until Completion. Final Design Submission Shall Include Phased Drawings Of All Abatement, Demolition, And Construction Work As Required To Allow The Continuous Use Of All The Areas Associated Around Each Construction Area.
provide Design Documents To Determine, Plan, And Document The Most Effective Replacement Of The Roofing Systems. This Will Include Full Study On What Needs Scoped With The Flat Roofs And Drainage And Provide Information And Options For Bath Va Selection Into Project.
services Will Include All Site/civil, Mechanical, Electrical Or Other Engineering Or Architectural Work Associated With This Project Until Completion.
the Total Roof Square Footage Will Need To Be Verified By The Architect And Engineering Firm(s).
the Architect And Engineering Firm(s) Will Need To Evaluate And Determine The Correct Storm Drainage System And Sizing For Each Applicable Flat Roof In This Project To Operate Properly.
The Architect And Engineering Firm Will Need To Evaluate, Identify And Verify Existing Structural/ Architectural, Mechanical, Electrical, Plumbing, And Mechanical/ Electrical Roof Equipment Attributes To The Flat Roof Systems As Needed To Provide Detailed Installation Details For The New Flat Roof Systems To Be Installed.
x. Location Edit Accordingly Based On Location.
bath Va Medical Center.
cost Range Edit Based On The Appropriate Construction Estimate.
estimated Construction Cost Range: Between $2,000,000 And $5,000,000.
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In __180___ Calendar Days From The Notice To Proceed (ntp).
selection Criteria Descriptions
the Selection Criteria Descriptions Are Provided Below.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located.
specialized Experience And Technical Competence
specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
capacity
this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time.
the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office.
indicate The Firms Present Workload And The Availability
of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
describe Experience In Successfully Delivering Projects Per
performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates
past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm.
recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation.
location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project
to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 400 Miles This Can Be Edited, If Necessary. This Should Be Standard But Could Be Adjusted Slightly Over/under If Reasonable And Does Not Restrict Competition. If The A/e Is Within 450 Then Acceptable If Considerably Closer Perhaps They Receive An Above Acceptable Rating And If Further Than 450 Miles, They Would Receive A Marginal Or Below Satisfactory Rating For This Evaluation Factor Only. An A/e Should Not Be Excluded Just Because They Are More Than 450 Miles Away From The Va.
From The Prime Contractor S Main Office Or Official Satellite Office To The Bath Va Medical Center, Bath, Ny 14810 Edit Va Location Accordingly
this Distance Is Determined According To Http://maps.google.com/
this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above.
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors.
experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications.
limitations
852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) Replace This Entire Section With 852.219-74 For A Vosb Set Aside
va Notice To Total Set-aside For Verified Veteran-owned Small Businesses (nov 2022)
(a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb :
(1) Means A Small Business Concern -
(i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition);
(ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran;
(iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document;
(iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And
(v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause.
(2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16).
(3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632).
(4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause).
(b) General.
(1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered.
(2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award.
(3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences.
(c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70.
(d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows:
(1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract
(2) Supplies/products.
(i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract.
(ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements.
(3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs.
(4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs.
(5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6.
(e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows:
_x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or
__by The End Of The Performance Period For Each Order Issued Under The Contract.
(f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants.
(g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program.
(h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment).
submission Requirements:
unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements.
email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Devan.bertch@va.gov No Later Than __1:00__pm, Eastern Standard Time (est) On_february 27th, 2025__. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc.
all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document:
cover Page With Solicitation Number, Project Number And Title
table Of Contents
copy Of Valid State Registration For Each Lead Designer
copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification
duns Number
cage Code
tax Id Number
email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.
Closing Date27 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Sources Sought Notice
page 3 Of 14
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 14
description
page 1 Of 6
page 3 Of 6
page 1 Of 6
this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation.
rfi # 36c26225q0774
responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Purposes Only, To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Businesses Interested And Capable Of Providing The Following Services:
the Va Greater Los Angeles Healthcare System (vaglahcs) Is Requesting Assistance In Developing The Policy And Procedures Necessary To Manage Execution Of Multiple, Complex Capital Projects In Support Of One Of Va S Largest, Most Complex, Integrated Healthcare System.
the Naics/psc For This Requirement Is:
naics Code: 531390- Other Activities To Real Estate
psc: R408- Support- Professional: Program Management / Support
general Size Standard: $20.0m
Interested And Capable Contractors Should Respond To This Notice Not Later Than Monday, June 16th, 2025 @ 4:00 Pm Pdt By Providing The Following Via Email Only To Jose Diaz, Contract Specialist, At Jose.diaz6@va.gov.
(a) Company Name
(b) Address
(c) Business Size (e.g. Large, Small, Other Than Small, Veteran Owned, Sdvosb)
(d) Phone And Email Of Primary Point Of Contact
(e) Sam Unique Entity Identifier (uei) Number
(f) A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor Specifically For The Work Described In The Draft Statements Of Work (sow) Below. Respondents Are Also Encouraged To Provide Specific Examples (e.g. Contract Number, Point Of Contact Information, Price) Of The Contractor S Experience Providing The Same Or Similar Services Described In Paragraph 4 Below.
(g) The Capability Statement Shall Address Where The Interested Respondent(s) Have Provided These Services In The Past.
(h) The Capability Statement Shall Address The Scope Of The Service(s) Provided That Is Same Of Similar To The Services Required For This Requirement As Stated In Draft Sow.
(i) Interested Vendors Shall Also Provide The Following Along With Their Capability Statement Should It Apply. Provide Any Clarification Questions, Or Concerns.
the Contractor Shall Provide The Services Stated Herein The Sow Below.
the Intended Contract Period Of Performance Will Be For A Five (5) Year Period With An Estimated Performance State Date Of 10/01/2025- 9/30/2030.
all Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications.
--end Of Sources Sought Announcement--
please See Draft Sow Below And Provide An Updated Capability Statement If Interested, Addressing All Aspects Of This Notice As Stated In #2, A Through H Above.
draft Statement Of Work (sow)
Strategic, Facility, And Master Planning
healthcare Planning Services Contract
va Greater Los Angeles Healthcare System (vaglahcs) Strategic, Facility And Master Planning (sfmp) Service S Program And Project Management And Integration Efforts By Providing The Following Services:
2.1.1. Strategic Healthcare Planning
2.1.2. Project And Construction Management And Integration
2.1.3. Planning Management And Integration
2.1.4. Activations Management, Including Initial Outfitting, Transition, And Activation (iota)
2.1.5. Performance Management
2.1.6. Environmental And Historic Preservation Compliance
2.1.7. Communications And Stakeholder Relations
2.1.8. Property And Real Estate Management.
2.2. The Contractor Shall Assist In Developing The Policy And Procedures Necessary To Manage Execution Of Multiple, Complex Capital Projects In Support Of One Of Va S Largest, Most Complex, Integrated Healthcare Systems, Including:
2.2.1. Implementation Of The West L.a. Draft Master Plan
2.2.2. System-wide Strategic And Facility Planning
2.2.3. Standard Project Management Processes Which Allow Greater Synergy And Efficiency Across Project Teams (templates, Review Process, Change Management, Risk Management, Etc.)
2.2.4. Operationalizing Consolidated Program-level Committees
2.2.5. Supporting Communications And Stakeholder Relations; And
2.2.6. Developing A Framework For And Support Of Performance Management, Including Budgetary Oversight, Process Improvement, And Lessons Learned.
2.3. The Contractor Shall Perform The Necessary Due Diligence To Become Familiar With The Current Layout, Configuration, Programs, Operations, And Services Provided By Vaglahcs.
2.4. The Contractor S Team Shall Possess Significant Levels Of Expertise, Proficiency, Personnel, Resources, Knowledge And Experience In The Following Areas:
2.4.1. Large-scale Master Planning
2.4.2. Strategic Healthcare Planning
2.4.3. Experience With Mental Health And Addiction Services
2.4.4. Services To Those Experiencing Homelessness
2.4.5. The Pertinent Laws, Regulations, Programs, Mission, Operations And Services Va Provides Including Those Programs Having A Housing Or Healthcare-related Components
2.4.6. Applicable Federal, State, And Local Environmental And Historic Preservation Laws And Regulations
2.4.7. Police And Law Enforcement Issues And Strategies, Traffic Planning And Impact Mitigation Measures, Utility, And Landscaping Issues Necessary To Successfully Perform The Work Required Under This Contract.
2.4.8. Manage Life Cycle Management Of Capital Assets And Facilities/workspace. Utilize An Integrated Web-based Commercial-of-the-shelf (cots) Enterprise Software Platform That Tightly Couples Drawings And Databases To Support Mission Critical Utilization, Operation, Maintenance And Management Of Facilities And Assets.
2.4.8.1. As-builts Repository Of As-built Drawings; Provide Drawing Mark-ups And Manage Revision Control.
2.4.8.2. Space Manage And Report On Detailed Allocation And Use Of Space Among Organizational Entities.
24.8.3. Cai (capital Assets Management) Automates The Process Of Generating Capital Assets Inventory Reports And Maintains The Data.
2.4.9 Space Management Committee. Provide Guidance And Advice In The Management Of The Capital Asset And Provide Leadership With Solutions In Managing Facility Spaces.
key Documents. The Contractor Shall Be Thoroughly Familiar With The Following Va Key Documents Pertaining To Programs And Concepts Relating To Veterans And Veteran Homelessness:
3.1. John S. Mccain Iii, Daniel K. Akaka, And Samuel R. Johnson Va Maintaining Internal Systems And Strengthening Integrated Outside Network Act Of 2018 (va Mission Act; P.l. 115-182). Available At: Https://www.congress.gov/bill/115th-congress/senate-bill/2372.
3.2. The Principles For A Partnership And Framework For Settlement By And Between The United States Department Of Veterans Affairs And Representatives Of The Plaintiffs Valentini V. Mcdonald, Dated January 28, 2015, And Available At Http://www.westladraftmasterplan.org/documentation/extra-info.
3.3. Va S Draft Master Plan, Publicly Released On January 28, 2016, Available At: Http://www.westladraftmasterplan.org/documentation/draft-master-plan.
3.4. The March 5, 1888, Deed, Whereby The United States Received Title To The Property Now Compromising The Campus At Http://www.westladraftmasterplan.org/documentation/extra-info.
3.5. Wla Nepa And Nhpa Compliance Documentation Can Be Found At Http://www.westladraftmasterplan.org/documentation/nepa-and-nhpa And Includes The Following:
3.5.1. West La Draft Master Plan Final Programmatic Environmental Impact Statement (peis) And National Historic Preservation Act Section 106 Consultation And Technical Supporting Documentation (june 2019);
3.5.2. Final Ea For Buildings 205/208/207 (april 2019);
3.5.3. Final Ea For Building 209 (may 2012);
3.5.4. National Register Of Historic Places Nomination For The Wla Va Historic District;
3.5.5. Executed Programmatic Agreement For Master Plan (2019); And
3.5.6. La Metro Purple Line Notice Of Intent To Adopt The Final Environmental Impact Statement/final Environmental Impact Report, Supplemental Environmental Impact Statement, And Section 130(c) Technical Memorandum For The Westside Purple Line Extension Project (june 2019).
3.6. West Los Angeles Leasing Act Of 2016 (p.l. 114-226, 130 Stat. 926 (2016)), Available At Http://www.westladraftmasterplan.org/documentation/extra-info.
3.7. U.s. Department Of Veterans Affairs Office Of Inspector General Report: Va S Management Of Land Use Under The West Los Angeles Leasing Act Of 2016 (september 2018), Noting Management Comments At Appendix E. Https://www.va.gov/oig/pubs/vaoig-18-00474-300.pdf
3.8. West Los Angeles Congressionally Mandated Reports For 2017 And 2018, Available At: Https://www.oprm.va.gov/docs/foia/third-party-land-uses/westlacongressionallymandatedreportandletters2017.pdf And Https://www.oprm.va.gov/docs/foia/third-party-land-uses/westlacongressionallymandatedreportandletters2018.pdf.
3.9. Charter Of The Veterans And Community Oversight And Engagement Board, Available At Https://www.va.gov/advisory/docs/charter-vcoebsep2017amend.pdf.
3.10. Va Request For Qualifications, Vaglahcs, West Los Angeles Campus, Principal Developer And Building 207 Solicitation, Enhanced-use Lease Development Projects, At Https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=2615df7c8f9647db4b94d27ecb4fd438.
3.11. La Metro Purple Line Extension Section 3 Overview, Available At: Https://www.metro.net/projects/purple-section3/.
3.12. City Of Los Angeles Housing And Community Investment Department Supportive Housing (prop Hhh): Https://hcidla.lacity.org/prop-hhh.
3.13. County Of Los Angeles Homeless Initiative (prop H): Http://homeless.lacounty.gov/.
4. Key Programs, Authorities And Concepts. The Contractor Shall Be Exceptionally Familiar With The Following Key Programs, Authorities, And Concepts:
4.1. Permanent Supportive Housing: Is Attractive, Safe, And Affordable Housing That Provides Tenants With The Rights Of Tenancy And Links To Voluntary And Flexible Support And Services For People With Disabilities Who Are Experiencing Or Have Experienced Homelessness. Permanent Supportive Housing Is A Proven, Effective Means Of Reintegrating Chronically Homeless And Other Highly Vulnerable Homeless Families And Individuals With Psychiatric Disabilities Or Chronic Health Challenges Into The Community By Addressing Their Basic Needs For Housing And Providing Ongoing Support In That Housing.
4.2. Housing First: Is A Supportive Housing Model That Prioritizes Permanent Supportive Housing As The Primary Service To The Homelessness. The Approach Provides Individuals Who Are Experiencing Homelessness Particularly Those Who Have Been Homeless For Prolonged Periods And Have Disabling Conditions, Such As Schizophrenia, Bipolar Disorder, Recurrent Major Depression, Post-traumatic Stress Disorder (ptsd), And Addictive Disorders With Permanent Housing As Quickly As Possible And Provide Them With Supportive Services As Needed. The Housing First Approach Provides Housing Without Prerequisites For Abstinence, Psychiatric Stability, Or Completion Of Treatment Programs.
4.3. Enhanced-use Lease Authority: 38 U.s.c. §⧠8161-8169 Authorizes Va To Lease Va Property To A Selected Developer/lessee For Up To Seventy-five (75) Years To Develop And Operate A Supportive Housing Facility As Defined In 38 U.s.c. §3161(3).
4.4. Housing And Urban Development (hud) Va Supported Housing Program (vash): Hud-vash Is A Joint Program Between Hud And Va As Described At 38 U.s.c. §2003(b) And 42 U.s.c. §1427f(o). The Hud-vash Program Combines Housing Choice Voucher (hcv) Rental Assistance For Homeless Veterans With Case Management And Clinical Services Provided By Va.
4.5. Domiciliary Care For Homeless Veterans (dchv) Program: Va Has Authority To Provide Domiciliary Care Under 38 U.s.c. §1710(b) And 38 C.f.r. §â§17.30(b), 17.43, 17.46(b), And 17.47(b)(2). Domiciliaries Provide Shelter, Food, And Necessary Medical Care On An Ambulatory Self-care Basis To Restore Patients To Their Highest Level Of Functioning. Veterans Served Under This Program Are Not In Need Of Hospitalization Or Nursing Care Services. Additionally, 38 U.s.c. §2043 Provides Va With Specific Authority For The Dchv Program. Dchv Provides Time-limited Residential Treatment To Homeless Veterans With Significant Health Care And Social-vocational Deficits.
4.6. Compensated Work Therapy (cwt) And Compensated Work Therapy/transitional Residence (cwt/tr): Cwt/tr Programs Are Designed For Veterans Whose Rehabilitation Focus Is Transitioning To Successful Independent Community Living. Please See 38 U.s.c. §â§2031(a)(3), 2032, And 2042. Disadvantaged, At-risk, And Homeless Veterans Live In Cwt/tr Community-based Supervised Group Homes While Working For Pay In Va S Cwt/tr Program.
4.7. Homeless Grant & Per Diem Program (a/k/a Transitional Housing): Va Uses This Program To Assist Public Or Non-profit Private Organizations In Establishing And Operating Transitional Program For Homes Veterans By Awarding Capital Grans And Operational Funding (per Diem) To Such Organizations. (38 U.s.c. §â§2011, 2012, 2061 And C.f.r. Part 61). Under The Capital Grant Component, Va May Fund Up To Sixty-five Percent Of The Construction, Acquisition, Or Renovation Of Facilities Or Purchase Vans To Provide Outreach And Services To Homeless Veterans.
4.8. Health Care For Homeless Veterans (hchv): Hchv Performs Outreach Through The Utilization Of Va Social Workers And Other Mental Health Clinicians To Identify Homeless Veterans With Serious Mental Illnesses And Assist Them In Accessing Appropriate Healthcare And Benefits. Please See 38 U.s.c. §2031(a)(1)-(2). In Addition To Its Initial Core Mission, Hchv Also Functions As A Mechanism To Contract With Providers For Community-based Residential Treatment For Homeless Veterans.
4.9. Supportive Services For Veteran Families Program (ssvf): 38 U.s.c. §2044 Authorizes Va To Provide Financial Assistance For Supportive Hosing For Very Low-income Veteran Families In Permanent Housing. Va Provides Supportive Service Grants To Non-profit Organizations And Consumer Cooperatives Which Provide Supportive Services To Very Low-income Veteran Families Residing In Or Scheduled To Receive Permanent Housing.
4.10. Agreements With Nonprofits: 38 U.s.c. §2041 Authorizes Va To Enter Into Agreements With Nonprofit Organizations Or State And Local Governments To Sell, Lease, O Donate Property To Be Used To Shelter Homeless Veterans And Their Families.
4.11. Specialized Residential Care And Rehabilitation Services: 38 U.s.c. §1720(g) Authorizes Va To Contract With Appropriate Entities To Provide Specialized Residential Care And Rehabilitation Services To A Veteran Of Operation Enduring Freedom Or Operation Iraqi Freedom Who Va Determines Sufferers From A Traumatic Brain Injuring, Has An Accumulation Of Deficits In Activities Of Daily Living And Instrumental Activities Of Daily Living, And Because Of These Deficits, Would Otherwise Require Admission To A Nursing Home Even Though Such Care Would Generally Exceed The Veteran S Nursing Needs.
4.12. Va S Grant And Per Diem Program For State Home Domiciliaries: State Home Domiciliaries Are Owned And Operated By States. Per 38 U.s.c. §â§8131-8137 And 38 C.f.r. Part 59, Va May Pay Up To Sixty-five (65) Percent Of The Cost Of Construction Or Acquisition Of State Homes Or For Renovations To Existing State Homes. Per 38 U.s.c. §⧠1741-1745, Va May Also Provide Per Diem Payments To States For The Domiciliary Care In State Homes Of Veterans Who Meet The Eligibility Criteria For Domiciliary Care In A Va Domiciliary.
4.13. Housing Assistance: Va Guarantees Loans Made To Veterans By Private Lenders For, Inter Alia, The Purchase Of A Dwelling To Be Owned By The Veteran As The Veteran S Home. Please See 38 U.s.c. §3701(a)(1). Any Loan To An Eligible Veteran Made In Compliance With The Purposes And Requirement Set Forth In Chapter 37 Of Title 38, U.s.c. Is Automatically Guaranteed By The United States 38 U.s.c. §3703(a)(1).
4.14. Specially Adapted Housing: Va May Provide Specially Adapted Housing (sah) Assistance To An Eligible Disabled Veteran For Acquiring An Adapted Home Or For Modifying An Existing Home That Meets The Veteran S Needs. 38 U.s.c. §2101. To Be Eligible For Assistance, A Veteran Must Meet The Medical Eligibility Requirements, And The Suitability And Feasibility Requirements Prescribed By Statute And Regulation. 38 U.s.c. §2101 And 38 C.f.r. §36.4404.
4.15. Va S Strategic Capital Investment Planning (scip) Process: Va S Scip Process Involves A Systemic Evaluation Of All Proposed Va Capital Investments Nationwide. It Is Based On How Well They Address Identified Performance Gaps (e.g. Safety, Security, Workload Driven Capacity Shortage, Right-sizing, And Access Including Providing Housing For Homeless Veterans). Paragraph Nine (9) Of The Principles Of Agreement (found At Http://www.westladraftmasterplan.org/documentation/extra-info) Requires Va To Include The Objective And Goals Of The Principles Document And New Master Plan In Va S Annual Scip Ten (10) Year Planning Process. |
4.16. Bridge Housing: Bridge Housing Is Time-limited, Low-barrier Housing That Is Utilized To Rapidly Move Veterans From Streets Into A Safe Environment Where The Primary Focus Is On Expediting The Connection To Long-term Permanent Supportive Housing And The Services To Maintain Housing.
4.17. Authorities For Va Contributions Toward Traffic Controls And Roadway Improvements: Subject To The Availability Of Va Funding, Please Note That: (a) Under 38 U.s.c. §8108, Va Can Make Monetary Contributions To Local Authorities To Help Cover Their Costs To Construct Traffic Controls And Roadway Improvements For Safe Ingress And Egress To Va Medical Facilities; And (b) Under 38 U.s.c. §2404(f)(2), Va Can Make Monetary Contributions To Local Authorities To Help Cover Their Costs To Construct Traffic Controls And Roadway Improvements For Safe Ingress And Egress To Va Cemetery Facilities.
4.18. Appendix B Of Omb Circular A-11: Regarding The Budgetary Treatments Of Lease-purchases And Leases Of Capital Assets.
4.19. State Of California Veterans Housing And Homelessness Prevention (vhhp) Program: (please Note For Informational Purposes Only. Inclusion Here Does Not Constitute A Va Endorsement Of The Vhhp Program Or Proposition 41 Funding.) Information Regarding This Program Is Available At:
4.19.1. Http://www.hcd.ca.gov/grants-funding/active-funding/vhhp.shtml And,
4.19.2. Https://www.calvet.ca.gov/vhhp.
5. Description Of Contract Support Required. The Contractor Shall Be Expected To Provide The Following Support, Services, And Expertise To Vaglahcs Office Of Strategic And Facility Planning.
5.1. Strategic Healthcare Planning Support To Ensure That Services Provided By Vaglahcs Through Its West La Medical Center And Network Of Community And Ambulatory Clinics Best Meet The Needs Of Veterans Across The Catchment Area.
5.2. Comprehensive Project Management Services In The Areas Of Real Estate Management; Environmental And Historic Preservation (including, But Not Limited To: The National Environmental Policy Act; The Comprehensive Response, Compensation, And Liability Act; The National Historic Preservation Act; And, Any Other Pertinent Federal, State, And Local Environmental And Historic Preservation Laws, Codes, Ordinances, And Regulations); Survey And Title Issues, And, Land Valuation Appraisals.
5.3. Track, Monitor, And Implement The Submittals, Tasks And Deliverables Contemplated By The Referencing The Latest "master Plan 2022" Available Here: Https://draft-master-plan-assets.s3.amazonaws.com/media/uploads/2022/04/12/2022-03-18_wla-va-master-plan-signed.pdf, Those Required By The South Campus Redevelopment Plan (including, But Not Limited To: La Metro Purple Line Extension; The Planned Critical Care Center And Ambulatory Care Clinic; Research Building; Food And Nutrition Building, And Associated Parking And Utility Facilities); And Those Associated With The Management And Operation Of Vaglahcs Ambulatory And Community-based Clinics.
5.4. Assist With Review And Drafting Real Property-related Documents, Such As Term Sheets, Leases, Revocable Licenses, Easements.
5.5. Assist With The Review, Preparation And Development Of Procurement-related Lease Documents Required To Support Vaglahcs Network Of Community-based Outpatient Clinics.
5.6. Upon Vaglahcs S Request, Perform Due Diligence And Studies Related To Traffic, Utilities, And Landscape.
5.7. Draft, Review, And Track Veteran-focused Land Use Agreements With Third Party Entities To Include Enhanced-use Leases Per Va S Authority At 38 U.s.c §â§8161-8169 And 50-year Service Leases Pursuant To The West Los Angeles Leasing Act Of 2016 (p.l. 114-226, 130 Stat. 926 (2016)).
5.8. Assist Vaglahcs With Strengthening Its Existing Repository Of Historical And Real Estate And Real Property Contract Files And Comply With Internal Va Reporting Requirements.
5.9. Assist Vaglahcs Office Of Communications In Developing And Managing Communication Plans To Inform Veterans, Local Communities, And Other Stakeholders On Vaglahcs Planning Process And On Progress Toward Implementation Of The Latest "master Plan 2022" Available Here: Https://draft-master-plan-assets.s3.amazonaws.com/media/uploads/2022/04/12/2022-03-18_wla-va-master-plan-signed.pdf, The South Campus Redevelopment Plan, And The La Metro Purple Line Extension.
5.10. Coordinate With Va Personnel And Other Va Contractors Regularly, And On An As-needed Basis Upon Va S Request.
5.11. Obtain Qualified, Competent, And Suitable Subcontractor Support And Expertise Under, And With The Scope Of This Idiq Contract, As Needed An On Request. Such Subcontractor Support Staff Shall Be Subject To Va Contracting Officer S Written Approval. The Va Contracting Officer Shall Have The Discretion To Prohibit The Involvement Of Any Subcontractor That Should Be Precluded Due To An Apparent Or Actual Ethical Conflict Of Interest When Considering Pertinent Provisions In The Federal Acquisition Regulations (far) And Va Acquisition Regulations (vaar).
5.12. Assist Vaglahcs Strategic, Facility, And Master Planning With Its Performance And Quality Management Activities Through, For Example, Tracking And Monitoring Existing And Future Third-party Contracts Between Vaglahcs And Third Parties, To Include, But Not Limited To Those Involving Construction And Renovation Activities Relating To The Vaglahcs Master Planning Process (e.g. The Construction Of Supportive Housing Or Veteran-focused Services Under Leases Or Other Real Property Arrangements). Performance And Quality Management Will Help Vaglahcs Ensure The Work Being Done Complies With The Underlying Contract And Any Applicable Laws, Regulations, Zoning, Or Permitting Requirements.
5.13. Provide Support To The Vaglahcs Land Use Advisory Committee (luac), Including, But Not Limited To, The Development Of A Charter, Processes And Procedures To Ensure Consistent, Transparent, And Equitable Review Of Land-use Requests At Vaglahcs Facilities And Technical Support For The Land Use Application Work-flow Management Tool.
5.14. Provide Support To Stand-up A Vaglahcs Strategic Capital Investment Planning (scip) Committee, Including, But Not Limited To, The Development Of A Charter, Processes And Procedures To Ensure That Vaglahcs Office Of Strategic And Facility Planning Identifies And Leverages All Available Programs To Support Its Capital Asset Needs. The Scip Committee Will Be Designed To: Improve The Quality, Access, And Cost Efficiency Of The Delivery Of Va Benefits And Services Through Modern And Relevant Infrastructure That Matches The Location Of Current And Future Demand; Adopt A Future-oriented View Of Vaglahcs Capital Needs; Significantly Reduce Gaps In Space, Utilization, Safety, Security, And Other Performance Gaps Over The Planning Horizon; Provide An Integrated, Comprehensive Planning Process For Capital Programs (major Construction, Minor Construction, Major Leases, Minor Leases, And Non-recurring Maintenance (nrm)) Across Vaglahcs; And, Produce A Data-driven, Rational, And Defensible Strategic Plan To Support Requests For Additional Project Funding.
5.15. Provide Support To Vaglahcs Space Planning Committee, Including, But Not Limited To, Review Of The Policies, Processes And Procedures Required To Ensure A Forward-looking, Consistent, Transparent, And Equitable Review Of Space Management Function Across Vaglahcs.
5.16. Develop Policies And Processes And Provide Support To Standardize And Integrate The Performance Management Functions Of The Office Of Strategic And Facility Planning To Provide An Understanding Of Program Or Project Performance, Identify Risks And Development And Implement Appropriate Corrective Actions When Performance Deviates Significantly From That Plan. Performance Management Will Drive Continuous Improvement And Will Be The Tool To Collect Knowledge Management Artifacts Such As Best Practices And Lessons Learned.
5.17. Develop Policies And Processes And Provide Support For Interior Design Integration Across Projects And Programs To Advance The Following Goals: Improve Facility Designs For Patient-centered Environments, Where Interior Design Solutions Respond To The Needs Of The Patient, Visitors And Staff Both Architecturally And Through Finish Material Selections; Provide Vaglahcs Staff And Contractors Participating In The Development Of Interior Design Projects With An Understanding Of Their Respective Roles, Responsibilities And The Procedures For Creating A Comprehensive Interior Design Environment; Aid In The Translation Of Va Master Specifications Into Patient-centered Design Solutions; Improve The Design Of Vaglahcs Spaces To Ensure They Are Professional, Therapeutic, Safe, Aesthetically Pleasing, And Functionally Appropriate; Provide Tools For Understanding Current Healthcare Design Industry Standards And Innovative, Creative Thinking; Ensure That A Final Interior Design Finish Binder Package Is Completed For Each Vaglahcs Renovation Or New Construction Project; Document Specific Room-by-room Standards And Schedules For Interior Room Finishes, Doors And Hardware.
5.18. Develop Policies And Processes And Provide Support To Construction Management Integration Through Application Of The Va Office Of Construction And Facilities Management (cfm) Til Requirements And Industry Best Practices Regarding Construction Management And Commissioning Services To Advance The Following Goals: Ensure Renovation And Construction Projects Are Completed As Expeditiously, Economically, And Safely As Possible, Within The Allocated Budget And In The Best Interest Of The Va; Provide Consistent Oversight For The Construction Process To Ensure Va General Contractors Adhere To Construction Documents (cds) And Master Specifications; Provide Temporary On-site Personnel, Located At The Construction Site For The Duration Of A Project; Resolve Disagreements Between Va And The General Contractor, Or Help Va Defend A Position Regarding An Issue Impacting Construction Quality, Time, Or Cost.
6. Key Personnel Position Description Summaries. Unless Otherwise Stated In The Position Summary Below, The Contractor S Key Personnel Shall Be Vastly Knowledgeable In The Duties For Their Position, Have At Least Three (3) Years Of Experience Providing The Services As Required For Their Position, And Possess A Bachelor S Degree In Any Field.
6.1. Program Management.
6.1.1. Principal. Overall Contract Management Responsibility With At Least 10 Years Providing Oversight Of Strategic And Facility Planning And Management Services.
6.1.2. Program Manager. Technical Advisor And Subject Matter Expert For All Facility Planning And Programming Initiatives. Develops And Executes Management Plans, Participates In The Various Committees And Processes Falling Under Strategic And Facility Planning, And Oversees The Team That Tracks Budget, Schedules, And Other Performance Metrics. The Senior Program Manager Has Performed Program Management Services Consistent With The Requirements Herein For At Least 10 Years.
6.2. Project Manager. Manages Aspects Associated With The Strategic Planning Process Including Long-range Capital Planning, Short-range Space Planning And Allocation, Workload Analysis And Projection, Business Case Analysis, Coordination Of Construction Applications, Assisting With On-going Construction Project Management, Healthcare Planning Model Analysis, And Strategic Capital Investment Planning Processes For Both Clinical And Administrative Programs And Services. The Senior Project Manager Has Performed Project Management Services Consistent With The Requirements Herein For At Least 10 Years And Possesses Project Management Professional Certification.
6.3. Real Estate Specialist. Receives, Supports The Review And Determination Of Viability, Executes, And Monitors All Land Use Opportunities Involving Vaglahcs Property Within Their Assigned Purview. Coordinates The Land Use Process, To Include Land Use Application And Other Required Documents With All Required Parties. Other Duties Include The Conducting Of Market Research, When Necessary, And Compilation Of All Appropriate Data For Recommendation(s) To Leadership. The Senior Real Estate Specialist Has Performed Real Estate Services Consistent With The Requirements Herein For At Least 10 Years.
6.4. Strategic Healthcare Planner. Conducts Research, Writes, Implements And Monitors Plans And Procedures Pertaining To The Delivery Of Existing And Planned Healthcare Services. The Senior Healthcare Planner Has Performed Healthcare Planning Services Consistent With The Requirements Herein For At Least 10 Years.
6.5. Financial Analyst And Cost Estimator. Analyzes And Determines Cost Of Operations By Establishing Standard Costs And Collecting Operational Data. Improves Financial Status By Analyzing Results, Monitoring Variance And; Identifying Trends. Reconciles Transactions By Comparing And Correcting Data. The Senior Financial Analyst And Cost Estimator Has Performed Financial Services Consistent With The Requirements Herein For At Least 10 Years.
6.6. Senior Environmental Specialist. Environmental Specialists, Including Hazardous Material Consultant, Survey Management Specialists, Nepa Consultants, Biologists, Leads Or Participates In All Development And Compliance Requirements Associated With Vaglahcs National Environmental Policy Act (nepa).
6.7. Engineer. Engineers, Including General, Project, Structural, Mechanical, Electrical, Traffic, Civil, Geotechnical, Commissioning, Fire Safety Reviewer, And Fire Protection, Shall Provide Technical Expertise To Program And Project Management Staff Pertaining To Their Areas Of Expertise.
6.8. Interior Designer And Signage Consultant. Interior Designer And Signage Consultant Shall Provide Technical Expertise To Program And Project Management Staff Regarding All Interior Design Development And Services For All Major And Minor Construction Projects For Vaglahcs Initiated Through Design, Construction, Installation And Final Transition And Operation. Designs Building Interior Design Environments To Promote Employee Productivity, Cultural Transformation, And/or Health And Welfare Of Employees, Patients And The Public.
6.9. Historian/preservationist. Participates In All Development And Compliance Requirements Associated With Vaglahcs National Historic Preservation Act (nhpa) Obligations And Commitments And Provides Guidance And Technical Assistance To Program And Project Management Staff.
6.10. Healthcare Planner And Medical Equipment Planner. Health And Medical Equipment Planner Shall Provide Technical Assistance To The Strategic Healthcare Planner And Program Manager.
6.11. Construction Manager. Coordinates Requirements Gathering, Monitoring, And Execution Of A Wide Variety Of Healthcare Construction Projects Encompassing Architecture, Civil, Mechanical, Electrical, And Industrial Engineering. Responsibilities Include The Development And Review Of Plans And Specifications For Construction/renovation Projects.
6.12. Specification Writer. Writes Descriptions Of Processes And Processing Operations. Works With Engineers, Operations Personnel, Manuals, And Other Materials To Develop Specifications. Interprets Architectural Or Engineering Plans And Prepares Material Lists And Specifications To Be Used As Standards.
6.13. Architect. Architects, Including Project, Landscape, And Architectural Associates, Provide Technical Expertise To Program And Project Management Staff Pertaining To Their Areas Of Expertise. An Associate Has 1-3 Years Experience, And A Senior Architect Has 10 Or More Years Experience In Their Field Of Expertise.
6.14. Quality Control Specialist. Reviews Progress And Productivity To Monitor And Verify Monthly Costs, Schedules, Project Requirements And Assumptions, Client Delivery, And Other Performance Metrics.
6.15. Communication Specialist. Acts As A Liaison Between The Communications, Public Affairs, And The Planning Offices. Relays Pertinent Information To Key Stakeholders, To Ensure Seamless Coordination And Consistent Messaging. Works With The Program And Project Manager To Mitigate Conflicts And Enhance Coordination Between Veterans, Members Of The Public And Health Care System Project And Planning Staff.
6.16. Scheduler. Schedulers Provides Timetables For Projects, Which Includes Determining The Timing Of Tasks And When Specific Resources Will Be Needed.
6.17. It/security Specialist. The It/security Specialist Provides It And Security Technical Guidance And Support.
6.18. Attorney. The Attorney Provides Legal Advice And Support Pertaining To All Aspects Of Strategic And Facility Planning And Management Services. Note Regarding The Legal Services And Support Component Of This Idiq Contract: Under 38 U.s.c., Va S Office Of General Counsel (ogc) Is Responsible For Providing Legal Advice And Services To The Va Secretary And The Managers Of All Va Organizational Components. Ogc Interprets All Laws Pertaining To Va And Has Final Legal Responsibility For The Promulgation Of All Va Regulations Implementing Those Laws. Thus, Ogce Shall Have Sole Authority And Responsibility For All Final Decisions Regarding All Legal Matters That Arise Or Relate To Any Issues
Closing Date16 Jun 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Request For Proposal Publication No. 05-2025-c (two Failed Biddings) Invitation To Apply For Eligibility And To Bid (iaeb) For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 05-2025-c (two Failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of February 25, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be On 2:00 P.m. Of February 25, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 04, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: February 18, 2025 (sgd) Carmelita B. Buyuccan Bac Chairperson Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Krishane D. Dumangeng Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.00 And General Fund-other Development Fund Amounting To Php 4,000,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04/05 Part Iii. Objective .………………………………………………………...…………………………………………. 06 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 08 1. Complete Package …………………………....................................................................... 08 2. Effectivity And End Of Consulting Services ………………………………………...……………… 08 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 08 Criteria For Selection ………………………………………………………………………………………………… 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 10 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….…............... 15 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Infrastructure Projects Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Government (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Economic Internal Rate Of Return (eirr) – Submission Of The Bcr And Eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project And Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 2. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Preliminary Feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Technical, Market And Economic Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line). The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation And Average Annual Generation; C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability And Right Of Way (row) Documentation; H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitutes Compliance. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Project Or Undertaking Within The Last Ten (10) Years From The Submission And Opening Of Quotations; B. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; C. Curriculum Vitae Of The Management And Technical Personnel; D. List Of Third-party Consultants With Corresponding Service Contract/agreement Showing Their Respective Qualifications. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Selection 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Firm (within The Past 10 Years); 1.2. Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project (in Case Of Nominated Personnel Who Are Not Officers Or Organic Staff, A Notarized Letter Of Commitment For Each Personnel Should Be Submitted); And 1.3. Job Capacity 2. The Consulting Firm Shall Be Selected Using The Quality-cost Based Selection/evaluation (qcbs/qcbe) Procedure Under Republic Act (ra) No. 9184, Rules And Regulation (irr) And Based On The Following Criteria: 2.1. Technical Proposal : 80% 2.2. Financial Proposal : 20% Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.0 And Cy 2024 General Fund-other Development Fund Amounting To Php 4,000,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Miscellaneous, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,604,481.53 Ii Reimbursable Costs 1,383,480.00 Iii Vat (12% Of Remuneration) 312,549.78 Iv Contingency (5% Of I & Ii) 199,403.08 V Grand Total ( Iv+v+vi) 4,500,014.39 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review Of The Project In The Contract. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Firm (within The Past 10 Years) • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. 30 Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project 50 Job Capacity • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 20 Note: Similar Projects Refer To Contracts With Scope Of Works Covering The Doe Pre-application For Re Service Contract, Conduct Of Pre-feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Pre-fs And Fs, Detailed Engineering, Or Advisory Services Conducted For Water Resource-related And Power Facilities Related Projects; Detailed Engineering, Advisory Services, Or Components Of An Fs (demand Forecast, Economic, Financial) For Hydropower Project And Construction, Supervision, Civil Works Or Operation And Maintenance Of Projects Pertaining To Hydropower Project. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 2 And Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 1 20 1,018.18 20,363.64 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,604,581.53 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 2,000 Per Man-day Man-days 400 2,000.00 800,000.00 9 Housing Allowance Man-days 400 1,458.70 583,480.00 Sub-total 1,383,480.00 10 Vat (12% Of Remuneration Cost) Ls 312,549.78 11 Contingency 5% Of (i+ii) Ls 199,403.08 Total 4,500,014.39 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office Supplies, Cost Of Tools And Equipment), Miscellaneous, Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2024 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature]
Closing Date4 Mar 2025
Tender AmountPHP 4.5 Million (USD 77.5 K)
1591-1600 of 1611 archived Tenders