Electrical Tenders

Electrical Tenders

Indian Army Tender

Goods
Civil And Construction...+2Civil Works Others, Electrical and Electronics
GEM
India
Description: CATEGORY: Pre- Fabricated Shed with Over Head Roof of CGI Sheet, Side Panel with accessories Size 20x40 Ft , Flooring Work with Linoleum Sheet Pasting Size 20x40 Ft , Establishment of Electrical Power Connection incl Wiring Casing, Capping, Electric points and Boards. , Miniature Circuit Breaker MCB , Electric Fitting Charges , Labour Installation Work
Closing Date17 Feb 2025
Tender AmountRefer Documents 

Lhm, Baureferat, Verwaltung Und Recht Tender

Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
Germany
Description: Electrical installation work, photovoltaic system
Closing Date19 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Rfp Is Restricted To The $750m Small Business Anchor Macc Contractors.only The Following List Of Contractors May Submit A Proposal For This Project. n40080-24-d-0006 Cer, Inc. n40080-24-d-0007 Cjw Contractors, Inc. n40080-24-d-0008 Edifice Services Jv Llc n40080-24-d-0009 Encon Desbuild Jv3 Llc n40080-24-d-0010 Evcon-cwc Jv Llc n40080-24-d-0011 Fastbreak General Contractors Llc n40080-24-d-0012 Ocean Construction, Inc. n40080-24-d-0013 Ritz Construction, Inc. the Quarters 6 Rehabilitation Project Is The Construction Of The Historic Marine Barracks, Washington Quarters 6 At 8th And I Streets In Washington D.c. Quarters 6 Is The Residence Of The Commandant Of The U.s. Marine Corps (15,984 Gsf). The Quarters 6 Rehabilitation Project Seeks To Restore The Historic Fabric And Renovate The Building Systems To Improve Ongoing Functionality Of The Building. This Includes Structural And Architectural Repairs And Preservation Of Historic Materials To Include General Repainting, Wood Refinishing, And Repair Of Damage Caused By Humidity And Water Infiltration. Roof Replacement And Repairs Are Also Included Along With Replacement Of Exterior Windows And Doors. Replacement Of The Fire Sprinkler System, Fire Alarm System, Mechanical System, And Electrical Distribution System Is Also Included. Telecom And It Systems Will Be Upgraded As Well. The Sitework Includes Site Preparation, Site Improvements, And Storm Drainage Improvements. Temporary Heating And Cooling Is Provided During Construction To Control Humidity And Protect Historic Finishes.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n97113a|feb|717-605-4356|joshua.d.martin76.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (jan 2025)|13|332919|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| To View The Drawings: Go To Www.https://beta.sam.gov/ Click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation. Drawings Can Be Viewed Or Downloaded. Government Source Inspection Per Far 52.246-2 Is Required. Delivery_______________days. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Hose Assy,input . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=2720064 |10001| F| |d|0001 | F|49998|0059364 Drawing Data=2720064 |10001| F|1n |d|0001 | F|49998|0059251 Drawing Data=2720064 |10001| F|1n |d|0002 | F|49998|0041766 Drawing Data=2720064 |10001| F|1n |d|0003 | F|49998|0026593 Drawing Data=2720064 |10001| F|1n |d|0004 | F|49998|0024866 Drawing Data=56292 |10001| A|od |d|0001 | A|49998|0050645 Drawing Data=56292 |10001| A|od |d|0002 | A|49998|0018423 Drawing Data=56292 |10001| A|od |d|0003 | A|49998|0008422 Drawing Data=56292 |10001| A|od |d|0004 | A|49998|0024704 Drawing Data=56292 |10001| A|od |d|0005 | A|49998|0028447 Drawing Data=56292 |10001| A|od |d|0006 | A|49998|0029491 Drawing Data=56292 |10001| A|od |d|0007 | A|49998|0017727 Drawing Data=56292 |10001| A|od |d|0008 | A|49998|0023075 Drawing Data=56292 |10001| A|od |d|0009 | A|49998|0024581 Drawing Data=56292 |10001| A|od |d|0010 | A|49998|0025287 Drawing Data=56292 |10001| A|od |d|0011 | A|49998|0032095 Drawing Data=56292 |10001| A|od |d|0012 | A|49998|0044521 Drawing Data=56292 |10001| A|od |d|0013 | A|49998|0037615 Drawing Data=56292 |10001| A|od |d|0014 | A|49998|0049777 Drawing Data=56292 |10001| A|od |d|0015 | A|49998|0047766 Drawing Data=56292 |10001| A|od |d|0016 | A|49998|0045596 Drawing Data=56292 |10001| A|od |d|0017 | A|49998|0049815 Drawing Data=56292 |10001| A|od |d|0018 | A|49998|0039145 Drawing Data=56292 |10001| A|od |d|0019 | A|49998|0051154 Drawing Data=56292 |10001| A|od |d|0020 | A|49998|0025993 Drawing Data=56292 |10001| A|od |d|0021 | A|49998|0038681 Drawing Data=56292 |10001| A|od |d|0022 | A|49998|0043259 Drawing Data=56292 |10001| A|od |d|0023 | A|49998|0033405 Drawing Data=56292 |10001| A|od |d|0024 | A|49998|0031605 Drawing Data=56292 |10001| A|od |d|0025 | A|49998|0039149 Drawing Data=56292 |10001| A|od |d|0026 | A|49998|0024713 Drawing Data=56292 |10001| A|od |d|0027 | A|49998|0022202 Drawing Data=5663403 |53711|a1| |d|0001 |a1|49998|0037974 Drawing Data=5663403 |53711|a1|pl |d|0001 |a1|49998|0063315 Drawing Data=5663403 |53711| A|1n |d|0001 | A|49998|0037726 Drawing Data=6781 |10001| -|ws |d|0001 | -|49998|0091124 Drawing Data=6781 |10001| -|ws |d|0002 | -|49998|0086844 Drawing Data=6781 |10001| -|ws |d|0003 | -|49998|0082458 Drawing Data=6781 |10001| -|ws |d|0004 | -|49998|0097205 Drawing Data=6781 |10001| -|ws |d|0005 | -|49998|0105763 Drawing Data=6781 |10001| -|ws |d|0006 | -|49998|0114054 Drawing Data=6781 |10001| -|ws |d|0007 | -|49998|0119287 Drawing Data=6781 |10001| -|ws |d|0008 | -|49998|0108916 Drawing Data=6781 |10001| -|ws |d|0009 | -|49998|0140020 Drawing Data=6781 |10001| -|ws |d|0010 | -|49998|0142383 Drawing Data=6796 |10001| B|ws |d|0001 | B|49998|0034126 Drawing Data=6796 |10001| B|ws |d|0002 | B|49998|0032156 Drawing Data=6796 |10001| B|ws |d|0003 | B|49998|0051765 Drawing Data=6796 |10001| B|ws |d|0004 | B|49998|0047655 Drawing Data=6796 |10001| B|ws |d|0005 | B|49998|0049371 Drawing Data=6796 |10001| B|ws |d|0006 | B|49998|0050964 Drawing Data=6796 |10001| B|ws |d|0007 | B|49998|0033661 Drawing Data=6796 |10001| B|ws |d|0008 | B|49998|0060004 Drawing Data=6796 |10001| B|ws |d|0009 | B|49998|0046753 Drawing Data=6796 |10001| B|ws |d|0010 | B|49998|0061386 Drawing Data=6796 |10001| B|ws |d|0011 | B|49998|0042754 Drawing Data=6796 |10001| B|ws |d|0012 | B|49998|0036882 Drawing Data=6796 |10001| B|ws |d|0013 | B|49998|0051050 3. Requirements 3.1 Manufacturing And Design - The Hose Assy,input Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 5663403 Cage Code (53711) Hose Assy, Input This Assembly Requires Mfg. Aeroquip Eaton Cage Code (00624) Part Number Ae1009977h0310. Assembly Must A Here To The Regs/specs Within Drawing 5663403 Rev. A ; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. P/n: 5663403 Cage Code (53711) Hose Assy, Input This Assembly Requires Mfg. Aeroquip Eaton Cage Code (00624) Part Number Ae1009977h0310. Assembly Must Adhere To The Regs/specs Within Drawing 5663403 Rev. A
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Authorities Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
France
Description: Maintenance of high voltage and low voltage electrical installations as well as automation and technical management
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Machinery and Tools...+2Electrical Goods and Equipments, Electrical and Electronics
GEM
India
Description: CATEGORY: SLAVE CYLINDER , BUSH ELECTRICAL CONTRACT CARBON BRUSH , OIL SEAL HOUSING OUTPUT , MAIN RELAY , SEALING COMPOUND ANABOND , HOSE , RAM HYDRAULIC ASSY , ISOLATOR SWITCH , MASTER CYLINDER ASSY
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Electronics Equipment...+1Electrical and Electronics
GEM
India
Description: CATEGORY: Day and Night PTZ Camera , Prefabricated GI Pole , PVC Pipe , Weather Proof Box for Camera Accessories , Power Surge Spike Buster Socket Extension , Managed Ethernet POE Switch with 2 SFP Module , SFP Fiber Module , UTP Patch Cord , Optical Fibre Cable , Power Cable , Fiber Patch Cable , Fiber Joint Box , HDPE Pipe with laying , Clamps , Necessaries Hardware and Accessories for Cameras , Necessaries Hardware and Accessories for Electrical Fixtures , Power Inverter , Power Backup Battery , Power Board , 3 Pin Top , Outdoor Weather Proof protection Unit for UPS , Installation of Power Backup Solution , IP Phone , IP Private Branch Exchange , Cat 6 UTP Cable , Hybrid IP and Analog Telephone System 32 Port for old Telephone System 32 Port , NVR 32 Channel , NVR 8 Channel , Hard Disk Drive , 55 Inch Monitoring Screen , 43 Inch Monitoring Screen , Networking Rack 6U , Networking Rack 42U , Installation and Commissioning of complete CCTV System , Hand Tool Kit , Crimping Tool , Splicing Machine , OTDR , LAN Tester , Tool Bag
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

DEPARTMENTAL COUNCIL OF THE PYRENEES-ORIENTALES Tender

Works
Electrical and Electronics...+1Electrical Works
France
Description: France – Electrical Installation Work – Port De Port-vendres - Programme De Développement Durable - Électrification Du Quai Dezoums
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Please Join Us February 19, 2025, For An Industry Day/presolicitation Conference Hosted By The U.s. Army Corps Of Engineers, Louisville District For The Bt Collins Sacramento Army Reserve Center (arc) And Area Maintenance Support Activity / Vehicle Maintenance Shop (amsa/vms). the Government Is Planning To Issue Two Design/build Contract Solicitations: One For The Arcbuilding 662 Renovations And One For The Amsa/vma, Building 655 Renovations. the Arc Is Approximately 23,000 Sq Ft Including Office And Warehouse Space. Building Renovations Include New Roof, New Hvac, New Fire Suppression System Including Water Tank And Pump, New Flooring, New Plumbing Fixtures, Updated Electrical Panels And Pov Parking Re-pavement. the Amsa/vms Building 655 Is Approximately 13,000 Sq Ft Including Office And Maintenance Bays. An Approximately 5,000 Sq Ft Building Addition Will Be Added To The Existing Building Structure To Serve As Additional Maintenance Bay Space. The Building Renovations Include New Roof, New Hvac, New Fire Suppression System Including Water Tank And Pump, New Flooring, New Plumbing Fixtures, Updated Electrical Panels And Removing/replacing 20,634 Cubic Yards Of Asphalt Military Equipment Parking (mep). New Water Lines For Fire Hydrants And Lighting For The Mep Lot Is Also Required. this Is Not A Request For Proposal, An Invitation To Bid, Or A Request For Quotation. Therefore, This Event Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract Nor Will The Government Pay For Information Provided To The Government In A Response Nor Pay For Administrative Costs Incurred Attending The Industry Day Event. No Reimbursement Will Be Made For Any Costs Associated With Travel Or Providing Information In Response To This Announcement. who Should Attend: this Event Is Open To Small And Socio-economic Businesses Who Are Registered In System For Award Management (sam.gov) For The Naics Field Denoted Below. naics Classification Codes: 236220 - Commercial And Institutional Building Construction meeting Date & Time: wednesday, February 19, 2025 9:00 Am - 11:00 Am Pacific Time meeting Location: 6270 Midway St. sacramento, Ca 95828-0907 virtual Option: https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_428bcdb5c92b45609459dc40745a5f22%40thread.v2/0?context=%7b%22tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22oid%22%3a%223d9ec628-297d-447e-bf0a-177cfcd410a0%22%7d meeting Id: 993 563 570 326 passcode: Jk9h3vn6 dial In By Phone +1 601-262-2433 phone Conference Id: 407 615 21# register: no Later Than Friday, February 14th, 2025 At 1:00 Pm Pacific Time. all Vendors Who Plan To Attend The Industry Day Must Provide The Following Information To Both Alex Hamilton At Alex.j.hamilton@usace.army.mil And Bonny Dylewski At Bonny.c.dylewski@usace.army.mil In Order To Be Included On The Visitor Registration Roster For The Event: company Name And Uei first And Last Name Of Each Individual Attending From Your Company email Address Of The Individual Attending please Include If You Will Be Attending In Person Or Virtually questions: we Welcome Your Questions. Email Any Questions To Both Alex.j.hamilton@usace.army.mil Andbonny.c.dylewski@usace.army.mil. please Note That This Posting Will Be Updated To Include The Industry Day Presentation Following The Completion Of The Industry Day. partnering With Us: Https://www.usace.army.mil/business-with-us/partnering/
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Details: Request For Sf 330 S For a/e Mep Services At The Capt James A. Lovell Federal Health Care Center (fhcc) 3001 Green Bay Rd, North Chicago Il, 60064 36c25225q0182 introduction: this Is A Request For Sf330s For A Single Award Firm-fixed Price Contract For A/e Mep Professional Services At The Fhcc Under Naics 541330 Necessary To Accommodate The Replace Fire Alarm System 556-25-109. the Architect/engineer Shall Provide Professional Services For Assessment, Design, Specification, And Construction Period Services For The Following: Plan Removal And Replacement Of The Current West Campus Fire Alarm System To Meet Current Nfpa And Va Requirements. This Includes All Fire Alarm Panels, Strobes, Annunciators, Pull Stations And New Fiber Optic Circuits For Communications Between Building Fire Alarm Control Units. Current Layout And Distribution Of Strobes/annunciators/pull Stations Do Not Meet Current Code Due To Inadequate Coverage And Layout. pursuant To Public Law 109-461, This Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Firms. In Accordance With Vaar 819.7003(b), At The Time Of Submission Of Bid, The Bidder Must Represent That It Is A Sdvosb Concern, A Small Business Concern Under The Naics Code Assigned To The Acquisition, And Is Cve Verified For Eligibility In The Vip Database. attention To Special Notice Of Vaar Clause 852.219-75 Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction. Failure Of Offeror To Attest And Sign The Certificate Of Compliance Shall Render The Offeror's Sf330 Submission Technically Unacceptable Outright And The Offeror Shall Not Be Eligible For Award. (see Page 6 Below) this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Sam. A Request For Proposal Will Be Issued Directly To The Top-rated Firm For Which Negotiations Will Commence In Accordance With Far Part 36.606. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92-582), Federal Acquisition Regulation Part 36.6. design Period Of Performance: 206 Calendar Days From Notice To Proceed. construction Period Services: Not To Exceed 5 Years From Notice To Proceed. contract Type: Firm-fixed-price estimated Magnitude Of Construction: Between $20,000,000 And $25,000,000 naics Code: 541330 - Engineering Services size Standard: $26 Million attention To Special Notice Proof Of Sam Registration. Offerors Are Required To Submit Proof Of Sam Registry With Their Sf330 Submission. Failure Of Offeror To Submit Proof Of Sam Registration Shall Render The Offeror's Sf330 Submission Technically Unacceptable Outright And The Offeror Shall Not Be Eligible For Award. sam: In Accordance With Far 19.301-1, At The Time Of Sf330 Submission And Prior To Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition. Additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register Online At Https://www.sam.gov. the Following Factors Are Included In The Request For Sf 330s And Will Be Used To Evaluate Firms. The Factors Are Listed In Descending Order Of Importance, In Accordance With Far 36.602-1 And Vaam M836.602-1. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. primary Selection Criteria: 1. Specialized Experience And Technical Competence: Specialized Experience In Health Care Facility And Associated Grounds And Structures Design And Construction Period Services. specialized Experience Includes Healthcare Facility Specific Code And Industry Standards Such As Nfpa 99, Ashrae 170, And Others Listed At Design & Construction Procedures (pg-18-3) Topic 01 Available At Cfm Til (https://www.cfm.va.gov/til/). include Government And Private Experience Detailing Each Projects Size, Scope, And Complexity, And Experience With Project Phasing, And Infection Control Planning To Maintain Hospital Operations During Construction. Of Particular Importance Will Be Describing The Contributing Disciplines Of Your Firm, And Your Processes, And How Your Work Enabled Positive Outcomes For The Example Clients. the Evaluation Will Consider The Management Approach, Coordination Of Disciplines And Consultants, Quality Control Procedures, Prior Experience Of The Prime Firm And Any Key Consultants Working Together On Relevant Projects, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. 2. Professional Experience And Qualifications: Discipline Leads, And Senior Architects And Engineers Must Have Graduated From An Abet Accredited Program, Maintain Current Licensure, And Possess No Less Than Five Years Professional Experience In The Discipline Of Their Assigned Responsibility (i.e. Only Licensed Electrical Engineers Can Design Electrical Systems). Expect Resumes To Be Fact-checked. Submitting False Information Will Adversely Affect Scoring. personnel Proposed For Assignment To This Contract Possess A Current Registered Architect Or Professional Engineer License By A Us State, The District Of Columbia, Or Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/or Proof Of Licensure. include The Vertical Transportation Planning Expert Along With The Credentials Of His Or Her Employer As Described At Pg-18-3 Topic 18. All Studies And Designs Are To Be Provided By Independent, Experienced, And Qualified Consultant That Normally Performs Vertical Transportation Studies And Design As A Standard Part Of Their Services, As Prescribed At Pg-18-10 Elevator Design Manual. Clarification: There Is No Industry Certification Named Medical Transport Logistics Consultant. Provide The Prescribed Qualifications And Submission Of Same. physical Security Consultant Lead Must Hold The Physical Security Professional (psp) Certification Issued By Asis International. Telecom Network Sme Responsible For Compliant Planning Must Hold A Current Bicsi Registered Communications Distribution Designer (rcdd) Certification. Review The Current Physical Security And Resiliency Design Manual For More Required Certifications And Their Applicability. Do Not Submit Alternative Certifications Or Other Documentation Other Than Those Prescribed, Issued By The Organizations Prescribed. There Is No Alternative Physical Security Specialist. Only Asis Psp. Absence Of Prescribed Certifications Is Nonresponsive. cost Estimates Prepared By The (in-house) Design Professionals Developing The Work Are Preferred Over Contracted Estimating Services Who Only Add To The Cost And Duration Of Design Efforts. evaluation Will Consider Truthful Information Regarding Education, Certifications, Training, Registration, Relevant Experience, And Longevity With The Firm. offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority]______________________, [company] __________________ Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. 3. Capacity To Accomplish The Work In The Required Time, Including Maintaining Project Schedules, Budgets, And Quality Compliance. Firm(s) Will Be Required And Expected To Have The Capacity To Simultaneously Manage And Staff Multiple Assignments Of Various Size, Scope, And Complexity. evaluation Will Consider The Firm S Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines. Provide The Available Capacity Of Required Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Note That Responses To This Factor Almost Always Present The Same Result, Therefore Ae Firms Will Do Well To Describe How They Will Ensure Schedule, Budget, And Quality Compliance. Don T Provide Marketing Statements Or Academic Descriptions Of The Terms. Provide Your Actual Process And How It (uniquely) Benefits Clients. Include Examples Of These Successes Along With Contact Information. 4. Past Performance On Contracts With Government Agencies In Terms Of Cost Control, Schedule Adherence, And Quality Of Work. Include Complete, Unedited Cpars Reports Or Past Performance Questionnaires (ppqs) If Cpars Data Is Not Available For Example Projects (similar Past Engagements). it Is Optimal For Submissions To Align The Parts Of This Submission. Example Projects Should Be Supported By Cpars For That Project, Submitted Staff And Consultant Team History In That Project, And More To Affect A Package Of Sorts. Submitting Team Members Who Didn T Contribute To Example Projects Only Results In More Questions And Little Benefit. government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars Or Ipps. Failure To Provide Requested Data, Accessible Points Of Contact With Valid Phone Numbers Will Result In Reduced Scores. 5. Knowledge Of The Locality: Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Local Construction Methods, Market Conditions, Medical Center Structures, And Key Stakeholders. Project Experiences At This Location Are The Target Response, Not Nws Or Usgs Data. We Recommend Against Presenting Projects That Went Badly, Or Were Cancelled, Or Required To Be Redesigned By Others As Examples. 6. Inclusion Of Sdvosb, Vosb, And Then Small/disadvantaged Businesses. secondary Selection Criteria: 7. Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Conduct And Performance, General Management, And Cooperation With All Project Stakeholders. Factor Also Includes Consideration Of Past Improper Or Incomplete Architectural And Engineering Services. Submission Of Information About Office Locations, Staff, Past Experience, And Other Criteria Offers Evidence Against The Reputation Of The Firm. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested 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. additionally, Keep In Mind The Submission Requirement Restrictions Outlined Below When Addressing Evaluation Factors. selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, Discussions/interviews Will Be Held With At Least Three Of The Most Highly Qualified Firms. After Discussions Conclude, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Negotiations Will Then Begin With The Most Preferred Firm. submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows: one (1) Electronic Pdf Copy To Ricky.bond@va.gov And Lynn.vandervelde@va.gov a. Size Limitation Is 10mb; the Sf330s Are Due On February 24, 2025 At 4:30 Pm (cst). acceptable Electronic Formats (software) For Submission Of Sf330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf); (b) Files In Adobe Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. (c) Sf330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, And Numbered Pages. If More Than Seventy-five (75) Single-sided Pages Are Submitted, All Pages After Seventy-five (75) Pages May Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger. (d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The Find A Form Block And Click On Search. no Fax Responses Will Be Accepted: Personal Visits For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Ricky.bond@va.gov And Lynn.vandervelde@va.gov Va Primary Points Of Contact: Stacy Hoover, Nco 12 Contracting Officer, Lynn.vandervelde@va.gov. vaar 852.219-75 Requirement ****complete This Letter & Include With Sf330**** contractor Letterhead certification: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant Toâ 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (seeâ far 2.101â definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth Inâ far 19.102.] (i) [x ]â services.â in The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-73â orâ certifiedâ vosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-74. Any Work That A Similarly Situatedâ certified Sdvosb/vosbâ subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) []â general Construction.â in The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-73â orâ certifiedâ vosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-74. Any Work That A Similarly Situatedâ certified Sdbosb/vosbâ subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) [ ] Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-73â orâ certifiedâ vosbsâ listed In The Sba Certification Databaseâ as Set Forth Inâ 852.219-74. Any Work That A Similarly Situatedâ certified Sdbosb/vosbâ subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violatingâ 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, ____________________________________________ [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of _______________________________________________________________[insert Name Of Offeror]. printed Name Of Signee: __________________________________ printed Title Of Signee: __________________________________ signature: __________________________________ date: __________________________________ company Name: __________________________________ address: __________________________________ __________________________________
Closing Date24 Feb 2025
Tender AmountRefer Documents 
6881-6890 of 9261 active Tenders