Electrical Tenders
Electrical Tenders
State of Berlin, Senate Department for Mobility, Transport, Climate Protection and the Environment Tender
Services
Electrical and Electronics...+1Electrical Works
Germany
Description: Germany – Repair And Maintenance Services Of Electrical Building Installations – Unterhaltung Fachtechnik In Brücken Und Ingenieurbauwerken; Wartung Und Instandsetzung Von Elektroinstallationen, Los 1 Und Los 2
Closing Date4 Mar 2025
Tender AmountRefer Documents
Enea Elektrownia Po Aniec S A Tender
Services
Electrical and Electronics...+1Electrical Works
Poland
Description: Poland – Repair And Maintenance Services For Non-electrical Machinery – Wykonanie Remontu Skrzyń Palnikowych I Pyłoprzewodów Na Bloku Nr 2 W Enea Elektrownia Połaniec S. A.
Closing Date17 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice
sources Sought Notice
page 23 Of 23
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 23
descriptions
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 Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, And All Other Related Information For Project No. 630-23-110, Replace Roofs Building #1 Located At New York Harbor Healthcare System Margaret Cochran-corbin Medical Center 423 East 23rd Street., New York, Ny 10010.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 Engineering Services And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $500,000.00 And $1,000,000.00. Potential Contractors Must Be Registered In Sam (www.sam.gov) At Time Of Submission Of Their Qualifications To Be Considered For An Award. The Design Will Be Completed In A Manner Such That The Estimated Construction Cost Is Within The Va Budget. It Is Not Expected That Any New Space Will Be Added To The Existing Building Footprint. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before August 14, 2025. Prospective Contractors Must Be Visible/verified/certified As Sdvosb In Vetcert (https://veterans.certify.sba.gov) And Registered In Sam (www.sam.gov) And At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
note: Offerors Are Referred To Vaar 852.219-11(d)(1) Services. The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Sba-listed Sdvosbs As Set Forth In 852.219-10. In Order To Assure Compliance With This Clause, All Firms Submitting A Sf330 For This Sources Sought Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended By 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 Subcontracted Or Otherwise Used Small Or Large Business Entity(s). Any Subcontracted Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Large, Etc.).
852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (jul 2016) (deviation)
scope Of Service Required:
a/e Design: Provide All Necessary Architect-engineer (a/e) Services To Design New Roofing System For Building #1 At Va Medical Center At 423 East 23rd Street, New York, Ny. A/e Shall Provide Feasibility Study Reports, Basis Of Design Reports, Schematics, Design Development, Contract Document And Construction Period Services As Specified In Scope Of Work And Supplement B. A/e Shall Provide Three (3) Options Of Roofing System Designs With Cost Estimates. Please Follow Ae Nrm Submission Guide Pg-18-15. Replace The Following Existing Roofs With New Roofing Systems Or Approved Equal:
replacement Of Portions Of The Existing Roof Of Building #1 As Follows:
south Wing (south Wing Mechanical Room -1,050 S.f. And South Wing Annex Roofs -1,900 S.f.), West Wing & North Wing -40,162 Sf.
main Building Penthouse (4,168 S.f.)
central Mechanical Room (3,125 S.f).
floor Repair And Installation Of Waterproof Coating On Interior Flooring On 19th Floor (3,125 S.f.)
floor Repair And Installation Of Waterproof Coating On Interior Flooring On 21st House Tank Floor (4,168 S.f.)
library/records Storage (2,750 S.f.)
kitchen Roof (6,875 S.f.)
dietetic /freight Building Roof (1,363 S.f.)
warehouse Roof (3,850 S.f.)
east Wing Pharmacy (8225 S.f.)
generator Building (2,000 S.f.)
metal Penthouse (2nd Floor North Wing) (800 S.f.)
chapel/penthouse (2400 S.f.)
morgue (1050 S.f.)
2nd Floor Police Roof (2,200 S.f.)
roof From Bridge Connection Between Building 1 And 2 (by Hr Office).
roof On Gymnasium At 17w.
roof From Atrium Bridge Connection Between Building 1 And 6.
replacement Of Existing Roof Of Building #3 (quarters Building) (4,034 S.f.)
staff And Nurse Quarters Building.
staff And Nurse Quarters Mechanical Room.
staff Entrance Area (13,925 S.f.)
additional Requirements
- Survey/seal All Ductwork Penetrations On Roofs And Provide Waterproof Insulation.
remove Mri Trailer And Remove Day Care Planter.
replace Roof At Dunnage Area On 19th Floor North Wing (500 S.f.)
waterproof All Mechanical Equipment Rooms (mer) On 19th Floor
repair Or Replace Building 6 Balcony Area Pavers / Roof.
provide Roof Leak Mitigation.
new Roofing System Designs Shall Include But Not Be Limited To The Following:
removal And Disposal Of Existing Roofing System Materials Including Gravel Ballasts.
examine Deck And Make Any Necessary Repairs To Provide Suitable Substrate For Roofing Materials. Any Repairs Required Will Be A Line-item Price Per Square Foot On Bid Forms.
provide Protection For Existing Hvac Equipment, Skylights, Walls, Windows, Parapets, Copings, Roof Decks, Vents, Electrical And Conduits From Damage.
provide Protection For Sidewalks And Parking Adjacent To Roof Work By Building Sidewalk Shades.
replace All Cracked/broken Coping Granites/stones, Bricks, And Masonry Walls With New Or Approved Equal.
replace All Existing Rusted/leaked Vent Pipes, Strainer Assemblies, Drainpipes, Limited Sections Of Piping Below, Flashings And Related Components With New Or Approved Equal. Cutout And Concrete Replacement Shall Be Included In The Construction Cost.
modify Parapets As Needed For New Roofing System.
replace All Existing And Missing Guard Rails With New Guard Rails Or Approved Equal.
provide And Install New Exterior Osha Compliant Roof Access Ladders And Guard Rails As Required.
evaluate And Provide Waterproof Flooring For Mechanical Space On 7th Floor As Needed.
roofs And Drainpipes Insulation Materials May Contain Acm (asbestos Contaminate Materials), The Design Shall Incorporate The Service Of Certified Industrial Hygienist (cih) To Survey Existing Roofs And Provide Asbestos Drawings And Specifications And Construction Period Services During Asbestos Abatement. Cih Shall Also Perform Asbestos Monitoring During Construction.
additional Roof Leaks As Identified By The Facility.
scope Of Work Also Includes Construction Period Services, Such As Submittal/shop Drawing Review And Project Meetings, Site Visits And Preparation Of As-built Drawings.
scope Include A Masterâ phasing Planâ and The Option Kemper Liquidâ type Applied Roof.
a/e Shall Provide Detailed Construction Estimates For One (1) Base Bid Cost And One (1) Alternate Bid Cost For The Selected New Roofing Systems.
provide Outside Type Hoist Detail Design Drawing For Transporting Materials And Equipment For Contractor. Contractor Will Not Be Allowed The Use Of Existing Elevators.
contract Documents Requirements:
all Contract A/e S Employees Shall Take The Privacy And Information Security Training And Provide Copies Of Training Certificates To Cor As Required By Va Policy.
ae And The Subconsultant Shall Use Autodesk Build Construction Management Platform To Manage The Projects.
all Contract A/e S Employees Shall Provide The Following Documentation:
background Investigation Worksheet (attachment No.2 Under Sop Acquisition)
va Form 0711
security And Privacy Training Certification
ohsa Certification
tb Tuberculin Test Certification
design Development
a.) Consult With Va To Identify And Prioritize Areas Of Concern, Budgetary Constraints, And Time Constraints.
Review Va As-built Drawings Indicating Original Building Construction, Specifications, And Previous Repair Contracts.
Visual Inspection: Work Will Include A Detailed Visual
Inspection Of Relevant Portions Of The Project. The Inspection
Will Provide Information Regarding The Nature, Extent, And Probable Cause Of Any Deficiencies Identified.
comprehensive Report: The A/e Shall Issue A Report Recommending Repair Strategies, Materials And Methods Of Installations, Priorities, And Alternatives. The Report Shall Include:
observations And Findings From Visual,
Inspections.
photographic Documentation On Digital Format.
a Spreadsheet Enumerating Each Recommended Item
Of Repair, Together With An Indication Of Its Priority,
And An Estimate Of Associated Cost.
e) Review Meetings: The A/e Shall Meet With Va Personnel To Review The Contents Of The Report And To Establish A
Construction Scope Of Work, Which Is Acceptable To The Va.
contract Drawings
a/e Shall Prepare Drawings Of Each Portion Of The Project. These Drawings Shall Be Produced Using Autocad And Will Be Used To Record The Results Of The Visual Inspection, And As Background Drawings For The Construction Documents.
construction Drawings: The A/e Shall Prepare Construction Drawings Delineating The Intended Scope Of Work To Be Performed And Construction Details To Be Used On The Project.
construction Specifications: The A/e Shall Prepare Written Specifications To Be Used In Conjunction With Construction Drawings, Specifying Technical And Administrative Requirements Of The Project.
detailed Construction Cost Estimate: The A/e Shall Prepare A Detailed Construction Cost Estimate In Tabular Format Listing All Items Of Work To Be Performed Including Estimated Quantities And Unit Costs For Labor And Materials To Perform Each Item And Each Portion Of Project. The A/e Shall Also Prepare The Same Table Without The Estimated Unit Costs And Total Cost To Be Used For Bidding Purposes.
the A/e Shall Meet With Va Representatives To Review The Contract Drawings, Specifications, And Detailed Cost Estimate At 65% And 100% Completion. A/e Shall Make All Proper Corrections To The Contract Documents Based Upon The Intentions Of The Va Discussed During These Meetings.
construction Period Services
the A/e Shall Review Contractor S Shop Drawings, Submittals, Requests For Information (rfi), Payment Requisitions, And Change Order Requests.
furnish As-built Drawings After Completion
upon Completion Of Work, The A/e Shall Prepare As-built Drawings Documenting The Areas Of Completed Work In Format Acceptable To Va.
site Visits
periodic Site Visits: The A/e Shall Make Up To Thirty (30) Site Visits To The Site To Monitor Work, With Regard To Its Conformance With The Contract Documents. A/e Shall Prepare Comprehensive Report For Each Site Visit Detailing All Items Discussed.
reproduction
blueprints: The A/e Shall Provide Ten (10) Sets Of Construction Documents And One (1) Set Of Original Reproducible Vellums. In Addition, A/e Shall Provide Digital Version Of All Documentation In Format Acceptable To Va Contracting Office.
completion Time: 360 Calendar Days
cost Range: Estimated Construction Cost Range: $500,000.00 And $1,000,000.00
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
the Following Evaluation Criteria Will Be Used During The A/e Selection Process With Assigned Value:
firms Submitting Sf330 Data For Consideration Must Address Each Of The Following Factors In Sf330.
professional Qualifications Necessary For Satisfactory Performance Of Required Services -20%.
offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Engineering (civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) And Architecture
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G.
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 -20%. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To:
experience With Design Services To Renovate And Redesign Patient Facilities And Medical Centers.
experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation And Construction Inspection Services) :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
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team Including Any Subcontractors In The Areas Outlined Above.
(3) Capacity To Accomplish The Work In The Required Time-15%. 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.
submission Requirements: 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.
ii. 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.
the Firm Shall Provide A Project Schedule That Demonstrates The Understanding Of The Project Scope, Restrictions Which Must Be Considered In The Schedule, Understanding Of Events Associated With Coordinating Design Submittals And Incorporating Review Comments, And The Capability To Schedule The Complete Design Effort Within The Proposed Contract Duration.
(4) Past Performance- 15%. Offerors Will Be Evaluated On Past Performance With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction.
recent Is Defined As Performance Occurring Within 5 Years Of The Date Of This Sources Sought, Except That 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 To The Types 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.
submission Requirements:
i. Submit A Minimal Of Three (3) References; Any Of The Following Evaluations Are Acceptable:
A. Contractor Performance Assessment Report System (cpars),
B. Past Performance Questionnaire (ppq) Evaluation For Each Project Submitted Under Criterion 2.
ii. If A Completed Cpars Evaluation Is Available, It Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Acass/cpars Evaluation, The Ppq Included With This Notice (attachment #1) Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). If A Ppq Is Submitted, But An Official Acass/cpars Evaluation Is Found For That Project In Government Databases, The Official Evaluation Will Take Precedence. If An Acass/cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For Each Contract Customer/reference. If The A-e Is Unable To Obtain A Completed Ppq From A Contract Customer/reference For A Project Before The Response Date Set Forth In This Notice, The A-e Should Complete And Submit With Their Response The First Page Of The Ppq (attachment #1), Including Contract And Point Of Contact Information For The Respective Projects.
iii. A-es Should Follow-up With References To Ensure Timely Submittal Of Questionnaires. At The Reference S Request, Questionnaires May Be Submitted Directly To The Governments Point Of Contact, Samantha Chavanga Via Email At Samantha.chavanga@va.gov, Prior To The Response Date. A-es Shall Not Incorporate By References Into Their Response Cpars Or Ppq Evaluations Previously Submitted In Response To Other A-e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. Submitted Cpars And Ppq Evaluations Will Not Be Counted As Part Of Any Page Limitation And Shall Be Attached To The Sf330, Behind The Sf330 Part Ii Document.
(5) Location -10% Within A 300-mile Radius To The Design Site (manhattan, Ny) And Knowledge Of The Location (manhattan Vamc, Ny); Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract.
submission Requirements:
i. The A/e Firm Proximity To The Ny Harbor Healthcare System, Manhattan Vamc, 423 East 23rd Street, New York, Ny 10010.
ii. This Distance Is Determined According To Http://maps.google.com/
iii. This Factor Evaluates The Distance The Ae Firm's Design Office Or Offices From The Location Of Work. Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed
(6) Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services-10%. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years.
submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services.
(7) Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team- 10%.
submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
evaluation Scoring
evaluation Factors Will Be Evaluated Using The Following Adjectival Ratings As Follows:
outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.
good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.
acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate.
marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.
unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement, And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement.
the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): Substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract.
unknown Confidence (neutral): No Recent/relevant Performance Record Is Available, Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract.
no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
selection Interview:
interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Explain Or Expand On Information Contained In The Sf-330 Submittal Through A Formal Interview Or A Discussion Questionnaire As Determined By The Contracting Officer.
estimated Start And Completion Dates
sp-13 Design Review And Completion Schedule
project Title: Replace Roofs Bldg 1
project No.: 630-23-110
the A/e Shall Perform The Work Required Within The Limits Of The Following Schedule. A/e Shall Provide Professional Architects And Engineers As Directed By The Contracting Officer Who Are Familiar With The Work To Attend The Design Reviews On The Following Dates:
phase 1 Preliminary And Schematic Design/feasibility Study/elevator Inspection
start Preliminary, Basis Of Design, Feasibility Study, Elevator Insp.
issuance Of Ntp
submit Feasibility Study, Elevator Inspection Report For Va Review
21 Calendar Days From Ntp
feasibility Study, Elevator Inspection Review With Va
35 Calendar Days From Ntp
submit Basis Of Design, Master Plan Of Operation For Va Review
56 Calendar Days From Ntp
submit Basis Of Design, Master Plan Of Operation For Va Review
70 Calendar Days From Ntp
submit 65% Preliminary And Schematic Design Phase For Va
91 Calendar Days From Ntp
review 65% Preliminary And Schematic Design Phase With Va
105 Calendar Days From Ntp
submit 100% Preliminary And Schematic Design Phase For Va
126 Calendar Days From Ntp
review 100% Preliminary And Schematic Design Phase With Va
126 Calendar Days From Ntp
phase 2 Construction Document
submit 35% Construction Documents For Va Review
156 Calendar Days From Ntp
review 35% Construction Documents With Va
175 Calendar Days From Ntp
submit 65% Construction Documents For Va Review
196 Calendar Days From Ntp
review 65% Construction Documents With Va
210 Calendar Days From Ntp
submit 95% Construction Documents For Va Review
231 Calendar Days From Ntp
review 95% Construction Documents With Va
245 Calendar Days From Ntp
submit 100% Construction Documents For Va Review
266 Calendar Days From Ntp
review 100% Construction Documents With Va
280 Calendar Days From Ntp
deliver Final 100% Construction Documents For Bidding Purposes
296 Calendar Days From Ntp
design Completion Period ... 296 Calendar Days
note: The Consultant Is Responsible For The Development Of A Project Estimate. The Project Estimate Shall Be All Inclusive (construction, Engineering, Legal, Administrative, Etc). The Consultant Shall Advise The Contracting Officer In Writing If At Any Time The Cost Of The Project Is Perceived To Exceed The Established Budget. The Consultant Will Notify The Contracting Officer At The Time It Is Recognized, Not After The Fact.
submission Requirements: The Applicable Naics Code Is 541330 And The Small Business Size Is $22.5 Million. This Acquisition For Design Services Will Be A 100% Set Aside For Service-disabled Veteran Owned Small Business Concern (sdvosb). All Sdvosbs Must Be Verified By The Office Of Small And Disadvantaged Business Utilizations Center For Veterans Enterprise (cve) Through Www.vetbiz.gov Before Award.
sdvosb Firms Desiring Consideration Must Have A Working Office Located Within 300 Miles Of The Manhattan, New York City Limits And Be Licensed In New York State. All Interested Sdvosb A/e Firms Are Invited To Submit Standard Form 330, Architect Engineer Qualifications And For Any Consultants, On Sf 330 Extra Sections E And F. Standard Form 330 Can Be Obtained At The Following Web Site: Http://www.gsa.gov/portal/forms/download/21dbf5bf7e860fc185256e13005c6aa6.
qualified Service-disabled Veteran Owned Small Business (sdvosb) Firms Responses Must Be Received No Later Than 11:00am, Est On Monday, 03/03/2025. Electronic Submission Of Sf330 S Is Preferred. The Overall Size Of The File Cannot Exceed 7mb; If Additional Space Is Required, Divide The File Into Segments With Each File Size Less Than 7mb. No More Than 2 Files At 7mb Each Will Be Considered.
email Completed Sf330 S To Samantha.chavanga@va.gov Subject Line: Replace Roofs Bldg 1 , 36c24225r0040 Sf330.
noncompliance With This Requirement Risks Your Packages As Being Nonresponsive
note: Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only (samantha.chavanga@va.gov); Telephone Inquiries Will Not Be Honored.
past Performance Questionnaire
solicitation Number: 36c24225r0040
project Title: Ae Replace Roofs Bldg 1
project #630-23-110
contract Information (contractor To Complete Blocks 1-4)
1. Contractor Information
firm Name: Cage Code:
address: Duns Number:
phone Number: Email Address:
point Of Contact: Contact Phone Number:
2. Work Performed As: Prime Contractor Sub Contractor Joint Venture Other
percent Of Project Work Performed:
if Subcontractor, Who Was The Prime (name/phone #):
3. Contract Information
contract Number: Delivery/task Order Number (if Applicable):
contract Type: Firm Fixed Price Cost Reimbursement Other (please Specify):
contract Title: Contract Location:
award Date (mm/dd/yy):
contract Completion Date (mm/dd/yy):
actual Completion Date (mm/dd/yy):
explain Differences:
original Contract Price (award Amount):
final Contract Price (to Include All Modifications, If Applicable):
explain Differences:
4. Project Description:
complexity Of Work High Med Routine
how Is This Project Relevant To Project Of Submission? (please Provide Details Such As Similar Equipment, Requirements, Conditions, Etc.)
client Information (client To Complete Blocks 5-8)
5. Client Information
name: Title:
phone Number: Email Address:
6. Describe The Client S Role In The Project:
7. Date Questionnaire Was Completed (mm/dd/yy):
8. Client S Signature:
section D: Performance Information: Choose The Letter On The Scale That Most Accurately Describes The Contractor S Performance Or Situation. Please Provide A Narrative Explanation For Any Unsatisfactory Or Marginal Ratings.
e
vg
s
m
u
n
exceptional
(outstanding)
very Good
(above Average)
satisfactory
marginal
unsatisfactory
not Available
performance Meets Contractual Requirements And Exceeds Many To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Few Minor Problems For Which Corrective Actions Taken By The Contractor Were Highly Effective
performance Meets Contractual Requirements And Exceeds Some To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Some Minor Problems For Which Corrective Actions Taken By The Contractor Were Effective
performance Meets Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Contains Some Minor Problems For Which Corrective Actions Taken By The Contractor Appear, Or Were, Satisfactory.
performance Does Not Meet Some Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Being Evaluated Reflects A Serious Problem For Which The Contractor Has Not Yet Identified Corrective Actions. The Contractor S Proposed Actions Appear Only Marginally Effective, Or Were Not Fully Implemented
performance Does Not Meet Most Contractual Requirements And Recovery Is Not Likely In A Timely Manner. The Contractual Performance Of The Element Or Sub-element Contains A Serious Problem(s) For Which The Contractor S Corrective Actions Appear Or Were Ineffective
no Record Of Past Performance Or The Record Is Inconclusive.
1. Quality:
a) Quality Of Technical Data/report Preparation Efforts
e Vg S M U N
a.1. Comments:
b) Ability To Meet Quality Standards Specified For Technical Performance
e Vg S M U N
B.1. Comments:
c) Timeliness/effectiveness Of Contract Problem Resolution Without Extensive Customer Guidance
e Vg S M U N
c.1. Comments:
d) Adequacy/effectiveness Of Quality Control Program And Adherence To Contract Quality Assurance Requirements (without Adverse Effect On Performance)
e Vg S M U N
d.1. Comments:
2. Schedule/timeliness Of Performance:
a) Compliance With Contract Delivery/completion Schedules Including Any Significant Intermediate Milestones. (if Liquidated Damages Were Assessed Or The Schedule Was Not Met, Please Address Below)
e Vg S M U N
2.a.1 Comments:
b) Rate The Contractor S Use Of Available Resources To Accomplish Tasks Identified In The Contract
e Vg S M U N
2.b.1. Comments:
3. Customer Satisfaction:
a) To What Extent Were The End Users Satisfied With The Project?
e Vg S M U N
3. A.1. Comments:
b) Contractor Was Reasonable And Cooperative In Dealing With Your Staff (including The Ability To Successfully Resolve Disagreements/disputes; Responsiveness To Administrative Reports, Businesslike And Communication)
e Vg S M U N
3.b.1. Comments:
c) To What Extent Was The Contractor Cooperative, Businesslike, And Concerned With The Interests Of The Customer?
e Vg S M U N
3.c.1. Comments:
d) Overall Customer Satisfaction
e Vg S M U N
3.d.1 Comments:
4. Management/ Personnel/labor
a) Effectiveness Of On-site Management, Including Management Of Subcontractors, Suppliers, Materials, And/or Labor Force?
e Vg S M U N
4.a.1. Comments:
b) Ability To Hire, Apply, And Retain A Qualified Workforce To This Effort
e Vg S M U N
4.b.1 Comments:
c) Government Property Control
e Vg S M U N
4.c.1. Comments:
d) Knowledge/expertise Demonstrated By Contractor Personnel
e Vg S M U N
4.d.1. Comments:
e) Utilization Of Small Business Concerns
e Vg S M U N
4.e.1. Comments:
f) Ability To Simultaneously Manage Multiple Projects With Multiple Disciplines
e Vg S M U N
4.f.1. Comments:
g) Ability To Assimilate And Incorporate Changes In Requirements And/or Priority, Including Planning, Execution And Response To Government Changes
e Vg S M U N
4.g.1. Comments:
h) Effectiveness Of Overall Management (including Ability To Effectively Lead, Manage And Control The Program)
e Vg S M U N
4.h.1. Comments:
5. Cost/financial Management
a) Ability To Meet The Terms And Conditions Within The Contractually Agreed Price(s)?
e Vg S M U N
5.a.1. Comments:
b) Contractor Proposed Innovative Alternative Methods/processes That Reduced Cost, Improved Maintainability Or Other Factors That Benefited The Client
e Vg S M U N
5.b.1. Comments:
c) If This Is/was A Government Cost Type Contract, Please Rate The Contractor S Timeliness And Accuracy In Submitting Monthly Invoices With Appropriate Back-up Documentation, Monthly Status Reports/budget Variance Reports, Compliance With Established Budgets And Avoidance Of Significant And/or Unexplained Variances (under Runs Or Overruns)
e Vg S M U N
5.c.1. Comments:
d) Is The Contractor S Accounting System Adequate For Management And Tracking Of Costs? If No, Please Explain In Remarks Section.
yes No
5.d.1. Comments:
e) If This Is/was A Government Contract, Has/was This Contract Been Partially Or Completely Terminated For Default Or Convenience Or Are There Any Pending Terminations? Indicate If Show Cause Or Cure Notices Were Issued, Or Any Default Action In Comment Section Below.
yes No
5.e.1. Comments:
f) Have There Been Any Indications That The Contractor Has Had Any Financial Problems? If Yes, Please Explain Below.
yes No
5.f.1 Comments:
6. Safety/security
a) To What Extent Was The Contractor Able To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond To Safety Issues? (includes: Following The Users Rules, Regulations, And Requirements Regarding Housekeeping, Safety, Correction Of Noted Deficiencies, Etc.)
e Vg S M U N
6.a.1 Comments:
b) Contractor Complied With All Security Requirements For The Project And Personnel Security Requirements.
e Vg S M U N
6.b.1. Comments:
7. General
a) Ability To Successfully Respond To Emergency And/or Surge Situations (including Notifying Cor, Pm Or Contracting Officer In A Timely Manner Regarding Urgent Contractual Issues).
e Vg S M U N
7.a.1. Comments:
b) Compliance With Contractual Terms/provisions (explain If Specific Issues)
e Vg S M U N
7.b.1. Comments:
c) Would You Hire Or Work With This Firm Again? (if No, Please Explain Below)
yes No
7.c.1. Comments:
d) In Summary, Provide An Overall Rating For The Work Performed By This Contractor.
e Vg S M U N
7.d.1. Comments:
please Provide Responses To The Questions Above (if Applicable) And/or Additional Remarks. Furthermore, Please Provide A Brief Narrative Addressing Specific Strengths, Weaknesses, Deficiencies, Or Other Comments Which May Assist Our Office In Evaluating Performance Risk (please Attach Additional Pages If Necessary): __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Strengths:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________weaknesses:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________deficiencies:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Comments:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
past Performance Information Provided By: __________________________________________________
(printed Name)
signature________________________________________date:_________________
organization:____________________________________phone:_________________
Closing Date6 Mar 2025
Tender AmountRefer Documents
BARANGAY GODOFREDO REYES SR , RAGAY, CAMARINES SUR Tender
Others...+1Electrical and Electronics
Philippines
Description: Installation Of Streetlights , Electrical Systems And Lighting Components ,barangay Godofredo Reyes Sr., Ragay, Camarines Sur
Closing Soon10 Feb 2025
Tender AmountPHP 350 K (USD 5.9 K)
Vicenta C Nograles National High School Tender
Publishing and Printing
Philippines
Details: Description Aircon Biometric Machine Office Chair Executive Table Efficascent Paracetamol Loperamide Mefenamic Acid Mask Bond Paper, Multi- Purpose A4 Special Paper Vellum Board Paper, Parchment Ink (black) Marker, Whiteboard Marker, Permanent Ballpen Photopaper Double Sided Tape Glue Stick Glue Gun All Purpose Glue Toilet Tissue Paper, 3 Ply Tissue, Interfolded Paper Towel Rubberized Paint Paint Roller Brush Paint Thinner Packaging Tape Marine Plywood Nails Fine Sand Electrical Wire
Closing Soon10 Feb 2025
Tender AmountPHP 622.9 K (USD 10.6 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Sources Sought Technical Description For Yale Brand Door Locks – Renovate Sijan Hall – Phase One At U.s. Air Force Academy, Colorado
notice Id: W9128f25sm022
introduction
the Us Army Corps Of Engineers, Omaha District Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest And Industry Technologies Available To Support/provide Door Locks In The Construction Of The Renovate Sijan Hall – Phase One At The U.s. Air Force Academy, Colorado.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Include Specifications Regarding The Generators, Or, If Justified By Market Research, A Brand Name Justification And Approval.
usace Intends To Issue One (1) Design-bid-build Construction Contract. The Solicitation Is Anticipated To Be Full And Open Competition. The Magnitude Of Construction Is Expected To Range Between $100,000,000 And $250,000,000.
the Estimated Value Of Door Locks For This Project Is $60,000 To $90,000.
this Sources Sought Is Specific To The Door Locks Required For This Project.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposals (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
program Background
repair Sijan Hall Will Be A Phased Construction Project That Can Be Constructed Independently And Without Impact To Future Phases. The Focus Is Dividing The Overall Building For The Design And Construction Work Phases. Each Phase Will Include And Not Be Limited To Interior Renovations: Exterior Curtain Wall Replacement, Mechanical, Electrical, Plumbing, Fire Protection, Life Safety, Energy Management, Any Associated Exterior And Utility Work, And Communication Systems Will Be Addressed And Broken Up Into The Phased Standalone Areas To Accommodate The Relocation Of Displaced Cadets And Allowing The Remainder Of The Building To Be Open And Operational As Each Phase Is Being Renovated. No Disruptions To Functions Will Be Permitted To The Phases And Portions Of The Building That Are Not Being Constructed.
phase 1 Also Includes Installing Isolation Valves And Bypass Capability On The High Temperature Hot Water (hthw) System So Each Mechanical And Plumbing Zone Can Be Independently Isolated. The Design Will Show And Provide Contractor Laydown Areas For All Phases, And The Energy Management Control System (emcs) Will Be Sub-metered To Include A Btu Meter For Each Mechanical Zone.
facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements, Ufc 1-200-02, High Performance And Sustainable Building Requirements, And Ufc 3-600-01, Fire Protection Engineering For Facilities. Each Facility Must Be Compatible With Applicable Dod, Air Force, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified.
required Capabilities
the Government Requires Door Locks For This Project. The Intent Of This Sources Sought Is To Assess The Availability Of Door Lock Products That Could Be Applied To Meet This Requirement.
non-developmental Item. The Locks Should Be A Non-developmental Item To The Maximum Extent Possible.
qualification. The Door Locks Must Be Qualified And Demonstrate Compliance To The Yale Brand Locks, And All Associated Components, Capable Of Supporting The Above Referenced Facility. Additionally, Any Proposed Alternative Products Must Comply With The Attached Draft Specification Section 08 71 00, Door Hardware. Proof Of Qualifications Should Be Addressed In The Response With Adequate Technical Detail To Show How The Alternate Product Would Integrate With The Existing Yale Product Line And How The Produce Complies With The Specification.
maintenance, Inspection And Repair. The Government Desires A System With Minimal Maintenance And Inspection Requirements At The Organizational Level. The System Should Also Be Easily Repairable For Deployed Units. Interested Vendors Should Provide Information On Product Warranties, Repair Technicians Availability, And Repair Response Times For Their Products.
special Requirements
any Resulting Contract Is Anticipated To Have A Security Classification Level Of Controlled Unclassified Information (cui). Any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment (10 U.s.c. 2533a And 2533b) In Accordance With Dfars Clauses 252.225-7008 And 252.225-7009.
eligibility
the Applicable Naics Code For This Construction Project Is 236220 – Commercial And Industrial Building Construction With A Small Business Size Standard Of $45m. The Product Service Code (psc) Is Y1fz – Construction Of Other Residential Buildings.
the Applicable Naics Code For Door Hardware Is 332510 – Door Locks, Metal, Manufacturing With A Small Business Size Standard Of 750 Employees. The Psc Is 5340, Hardware, Commercial.
note: The Government Only Intends To Award One Construction Contract (with Or Without The Inclusion Of Brand Name Equipment) Because Of This Market Research. The Government Does Not Intend To Issue A Stand-alone Contract For Door Locks Because Of This Market Research Effort.
submission Details
interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten (10) 8.5 X 11-inch Pages, Font No Smaller Than 10 Point) Demonstrating Ability To Provide The Products/systems Listed In This Technical Description. Documentation Should Be In Bullet Format. No Phone Or Email Solicitations With Regards To The Status Of The Rfp Will Be Accepted Prior To Its Release.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, Scott Dwyer In Either Microsoft Word Or Portable Document Format (pdf), Via Email Scott.dwyer@usace.army.mil No Later Than 12:00 P.m. Central Time On 05 March 2025 And Reference This Synopsis Number In Subject Line Of E-mail And On All Enclosed Documents. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: 1) Organization Name, Address, Primary Points Of Contact (pocs) And Their Email Address, Web Site Address, Telephone Number, And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
Closing Date5 Mar 2025
Tender AmountRefer Documents
3581-3590 of 9512 active Tenders