Hvac Tenders
DEPT OF THE NAVY USA Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice For Naval Surface Warfare Center Philadelphia Division (nswcpd)
subject: Naval Surface Warfare Center, Philadelphia Division (nswcpd) Code 102 Multiple Award Construction Contract (macc).
this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Firms Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition.
sources Sought Date: 12 March 2025
contracting Office: N64498
naics Code: 236220 / $45m Size Standard
classification Code (psc/fsc): Y1jz
incubment: N/a, New Requirement
previous Strategy: N/a
technical Code: Code 1022
anticipated Award Date: Q3 Fy26
response Date: 26 March 2025
contact Points: David Rhoads
contract Type – An Indefinite-delivery Indefinite-quantity (idiq) Multiple Award Construction Contract(s) (macc(s)) Firm-fixed-price Contract Type Is Anticipated.
period Of Performance – The Base Contract Performance Period Will Span Five Years From The Date Of Award. Each Task Order Will Identify Specific Completion Date.
work Location Requirements – Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Philadelphia, Pa.
estimated Ceiling - The Cumulative Total Of All Task Orders Issued Under The Idiq Macc Among All Macc Holders Will Not Exceed The Total, Maximum Contract Ceiling Amount Of $50,000,000. Projects For The Macc Have An Estimated Total Cost Between $250,000 And $2,500,000; However, Smaller And Larger Dollar-value Projects May Be Considered By The Government.
scope – The Naval Surface Warfare Center, Philadelphia Division (nswc-pd) Division 102 Is Seeking Sources To Provide All Management, Labor, Material, Equipment, Transportation, Supervision, Environmental, Quality, And Security Controls To Accomplish Simultaneous Sustainment, Repair, Maintenance (srm) And Minor Construction Projects At Its Philadelphia Navy Yard Annex (pnya) And Naval Support Activity Philadelphia (nsa-p) Locations.
in General, Construction Projects Performed Under This Macc Will Require The Ability To Manage Multiple Task Orders Concurrently At Both Nswcpd Locations. This Macc Will Encompass A Range Of Design-build (db) And Design-bid-build (dbb) Projects That Include, But Are Not Limited To, New Minor Construction; Demolition, Repair, Alteration, And Renovation Of Existing Buildings, Systems And Infrastructure; And, May Include Civil, Structural, Mechanical, Electrical, Fire Protection, And Communication Systems. Types Of Facilities Include Administrative, Industrial, Maintenance, Warehouses, Light Laboratories, Full-scale Test Sites, Communications, Personnel Support, Recreation, Parking Lots, Roads, Etc. In Support Of Nswcpd.
more Specifically, Projects Carried Out Under The Nswcpd Macc May Include, But Are Not Limited To, The Following Facility Types, Equipment, And Systems:
a) Roofing
b) Interior/exterior Renovations
c) Heating, Ventilation, And Air Conditioning (hvac)
d) Painting
e) Paving
f) Low Impact Development (lid)
g) Environmental/hazardous Material Abatement
h) Concrete/foundation Work
i) Electrical Systems Maintenance / Renovations
j) Fire Protection And Life Safety
k) Telecommunication
l) Plumbing
m) Facility And Personnel Security Systems
n) Furniture, Fixtures, And Equipment
o) Elevators
p) Cooling Towers
work Performed Under This Contract Will Be Complex In Nature And Require Multiple Technical And Professional Disciplines Working Simultaneously To Include Coordination With Architect-engineer (a-e) Contractors As Necessary. All Such Work Shall Be Accomplished In Strict Accordance With Applicable Or Relevant And Appropriate Navy And Local Instructions, Processes, And Procedures And Applicable Building And Life Safety Code Requirements.
capability Statements:
interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following:
section 1: Introduction. Identify The Sources Sought Number And Title
section 2: Corporate Description.
name Of Company And Address
ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb)
points Of Contact, Including: Name, Title, Phone, And E-mail Address
cage Code And Unique Entity Identifier (uei)
(1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Safety, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Identified Scope Of Work.
(2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort.
section 2. Past/current Performance. Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Five Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Above Identified Scope Of Work.
section 3. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Above Scope. Information Should Include:
the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Identified Scope.
the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Above Identified Scope. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified.
contractor’s Ability To Begin Performance Upon Contract Award.
note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence.
note: No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Responses Must Be Received No Later Than 12:00pm Est On 26 March 2025 By E-mail To David.a.rhoads8.civ@us.navy.mil.
milestones – It Is Anticipated That Procurement Milestones Will Occur On Or Around The Following Dates:
set Aside Determination/synopsis Issued: June 2025
solicitation Issued: September 2025
solicitation Closed: November 2025
award Date: June 2026
performance Start: July 2026
Closing Date26 Mar 2025
Tender AmountRefer Documents
Igretec Tender
Works
Electrical Goods and Equipments...+1Electrical and Electronics
Belgium
Details: Title: Lot 5a – (lot Piloté) - Marché De Travaux Ayant Pour Objet Les Parachèvements Intérieurs Du Bâtiment E6k Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numérique Et Technologique À Charleroi ».
description: Preambule Le Présent Marché S’inscrit Dans Un Projet Global Concernant La Construction D’un Nouveau Bâtiment (e6k) Et La Réhabilitation Du « Tri Postal » Existant (a6k) Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numérique Et Technologique À Charleroi » Sis Quai De La Gare Du Sud, 1 À 6000 Charleroi. Afin D’assurer Une Certaine Continuité Temporelle Et En Raison De L’ampleur Et De La Complexité Du Site Et Des Travaux, Le Projet Est Subdivisé En Plusieurs Lots. • Lot 1 : E6k – Gros-œuvre Fermé – Construction (lot Pilote Pour Les Travaux Touchant Uni-quement À La Construction Du Nouveau Bâtiment E6k) • Lot 2 : A6k – Gros-œuvre Fermé – Réhabilitation (lot Pilote Pour Les Travaux Touchant Uni-quement À La Réhabilitation Du Bâtiment « Tri Postal » Existant A6k) • Lot 3 : E6k/a6k – Hvac Et Sanitaires (lot Piloté) • Lot 4 : E6k/a6k – Electricité (lot Piloté) • Lot 5a : E6k – Parachèvements Intérieurs (lot Piloté) • Lot 5b : A6k – Parachèvements Intérieurs (lot Piloté) • Lot 6 : E6k/a6k – Abords (lot Piloté) • Lot 7 : Travaux D’aménagement Préparatoires En Vue De La Mise À Disposition D’espaces De Bureaux Destinés À Garantir L’opération « Tiroir » Lors Des Travaux De Réhabilitation Du « Tri Postal » (lot Non Piloté) • Lot 8 : Equipements De Levage (lot Non Piloté) • Lot 9 : Mise En Valeur Des Bâtiments (lot Non Piloté) Le Présent Guide De Sélection Ne Concerne Que Le Lot 5a Relatif Aux Travaux De Parachèvements Intérieurs Du Bâtiment E6k Uniquement (lot Piloté Par Le Lot 1). Les Lots 1, 2, 3, 4 Et 7 Ont Été Attribués. Les Autres Lots Sont Actuellement À L’étude Et Feront Donc L’objet D’autres Procédures De Passation Pouvant Porter Sur Un Seul Lot Ou Un Groupe De Lots. En Raison Du Montant Estimé Des Travaux, Toutes Les Procédures Seront Soumises À La Publicité Européenne. L’attention Du Candidat Est Attirée Sur Le Fait Que Le Présent Marché Est Subsidié Dans Le Cadre Du Plan National Pour La Reprise Et La Résilience. Des Obligations En Matière De Respect Des Délais Seront À Prendre En Compte Lors De L’exécution De Ce Chantier. Objet Du Marche Marché De Travaux Ayant Pour Objet Les Parachèvements Intérieurs Du Bâtiment E6k (la Construction Dudit Bâtiment À L’état De Gros-œuvre Fermé Faisant L’objet Du Lot 1) Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numérique Et Technologique À Charleroi » (lot 5a – Lot Piloté). Lorsqu’il Est Fait Référence Au « Marché » Dans Le Cadre Des Dispositions Qui Suivent, Il Y A Lieu De Comprendre Qu’il S’agit Uniquement Du Lot 5a Relatif Aux Parachèvements Intérieurs Du Bâtiment E6k. Dans Le Cadre Du Présent Marché, L’adjudicateur Souhaite Favoriser L'insertion Professionnelle En Réalisant Un Effort De Formation, D’insertion Ou D’intégration Socioprofessionnelle (clauses Sociales). Le Lot Concerné Par Le Présent Marché Sera Piloté Par Le Lot 1 Relatif À La Construction Du Nouveau Bâtiment E6k. Le Pilotage Sera Plus Explicité Dans Le Cahier Spécial Des Charges. Le Marché Repris Dans Le Présent Guide De Sélection Est Financé Par Le Fonds Européens De La Facilité. L’exécution Du Marché Respectera Toutes Les Conditions De Mise En Œuvre Et D’éligibilité Des Dépenses Telles Que Définies Par Le Règlement Européen 2021/241, Dont Notamment Celles Décrites À L’article 5.2 Et Relatives Au Principe Do No Significant Harm (‘principe Dnsh’) Qui Prévoit Qu'aucune Mesure Incluse Dans Un Plan Pour La Reprise Et La Résilience (prr) Ne Doit Causer De Préjudice Important Pour Les Objectifs Environnementaux Énumérés À L'article 17 Du Règlement 2020/852 Sur L’établissement D’un Cadre Visant À Favoriser Les Investissements Durables (taxomanie). A Cette Fin, Le Cahier Des Charges Comprendra Des Exigences Techniques Permettant De Garantir L’absence De Préjudices Importants À Ces Objectifs, Exigences Qui Seront À Respecter Tout Le Long Du Projet. L’adjudicataire Prendra Ce Principe En Considération Dans Toutes Ses Activités Liées Au Marché, Même En L'absence De Clauses Spécifiques. Dans Le Cadre Du Présent Marché, L’adjudicateur Entend Également Lutter Contre Le Dumping Social Et La Fraude Sociale.
Closing Date22 Apr 2025
Tender AmountRefer Documents
Igretec Tender
Works
Electrical Goods and Equipments...+1Electrical and Electronics
Belgium
Details: Title: Lot 5b – (lot Piloté) - Marché De Travaux Ayant Pour Objet Les Parachèvements Intérieurs Du Bâtiment « Tri Postal » A6k Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numérique Et Technologique À Charleroi ».
description: Preambule Le Présent Marché S’inscrit Dans Un Projet Global Concernant La Construction D’un Nouveau Bâtiment (e6k) Et La Réhabilitation Du « Tri Postal » Existant (a6k) Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numérique Et Technologique À Charleroi » Sis Quai De La Gare Du Sud, 1 À 6000 Charleroi. Afin D’assurer Une Certaine Continuité Temporelle Et En Raison De L’ampleur Et De La Complexité Du Site Et Des Travaux, Le Projet Est Subdivisé En Plusieurs Lots. • Lot 1 : E6k – Gros-œuvre Fermé – Construction (lot Pilote Pour Les Travaux Touchant Uniquement À La Construction Du Nouveau Bâtiment E6k) • Lot 2 : A6k – Gros-œuvre Fermé – Réhabilitation (lot Pilote Pour Les Travaux Touchant Uniquement À La Réhabilitation Du Bâtiment « Tri Postal » Existant A6k) • Lot 3 : E6k/a6k – Hvac Et Sanitaires (lot Piloté) • Lot 4 : E6k/a6k – Electricité (lot Piloté) • Lot 5a : E6k – Parachèvements Intérieurs (lot Piloté) • Lot 5b : A6k – Parachèvements Intérieurs (lot Piloté) • Lot 6 : E6k/a6k – Abords (lot Piloté) • Lot 7 : Travaux D’aménagement Préparatoires En Vue De La Mise À Disposition D’espaces De Bureaux Destinés À Garantir L’opération « Tiroir » Lors Des Travaux De Réhabilitation Du « Tri Postal » (lot Non Piloté) • Lot 8 : Equipements De Levage (lot Non Piloté) • Lot 9 : Mise En Valeur Des Bâtiments (lot Non Piloté) Le Présent Guide De Sélection Ne Concerne Que Le Lot 5b Relatif Aux Travaux De Parachèvements Intérieurs Du Bâtiment A6k Uniquement (lot Piloté Par Le Lot 2). Les Lots 1, 2, 3, 4 Et 7 Ont Été Attribués. Les Autres Lots Sont Actuellement À L’étude Et Feront Donc L’objet D’autres Procédures De Passation Pouvant Porter Sur Un Seul Lot Ou Un Groupe De Lots. En Raison Du Montant Estimé Des Travaux, Toutes Les Procédures Seront Soumises À La Publicité Européenne. L’attention Du Candidat Est Attirée Sur Le Fait Que Le Présent Marché Est Subsidié Dans Le Cadre Du Plan National Pour La Reprise Et La Résilience. Des Obligations En Matière De Respect Des Délais Seront À Prendre En Compte Lors De L’exécution De Ce Chantier. Objet Du Marche Marché De Travaux Ayant Pour Objet Les Parachèvements Intérieurs Du Bâtiment « Tri Postal » A6k (la Rénovation Dudit Bâtiment À L’état De Gros-œuvre Fermé Faisant L’objet Du Lot 2) Dans Le Cadre Du Projet « A6k – E6k : Développement Du Hub D’innovation Et De Formation Numé-rique Et Technologique À Charleroi » (lot 5b – Lot Piloté). Lorsqu’il Est Fait Référence Au « Marché » Dans Le Cadre Des Dispositions Qui Suivent, Il Y A Lieu De Comprendre Qu’il S’agit Uniquement Du Lot 5b Relatif Aux Travaux De Parachèvements Intérieurs Du Bâtiment A6k. Dans Le Cadre Du Présent Marché, L’adjudicateur Souhaite Favoriser L'insertion Professionnelle En Réalisant Un Effort De Formation, D’insertion Ou D’intégration Socioprofessionnelle (clauses Sociales). Le Lot Concerné Par Le Présent Marché Sera Piloté Par Le Lot 2 Relatif À La Réhabilitation Du Bâtiment « Tri Postal » A6k. Le Pilotage Sera Plus Explicité Dans Le Cahier Spécial Des Charges. Le Marché Repris Dans Le Présent Guide De Sélection Est Financé Par Le Fonds Européens De La Facilité. L’exécution Du Marché Respectera Toutes Les Conditions De Mise En Œuvre Et D’éligibilité Des Dépenses Telles Que Définies Par Le Règlement Européen 2021/241, Dont Notamment Celles Décrites À L’article 5.2 Et Relatives Au Principe Do No Significant Harm (‘principe Dnsh’) Qui Prévoit Qu'aucune Mesure Incluse Dans Un Plan Pour La Reprise Et La Résilience (prr) Ne Doit Causer De Préjudice Important Pour Les Objectifs Environnementaux Énumérés À L'article 17 Du Règlement 2020/852 Sur L’établissement D’un Cadre Visant À Favoriser Les Investissements Durables (taxomanie). A Cette Fin, Le Cahier Des Charges Comprendra Des Exigences Techniques Permettant De Garantir L’absence De Préjudices Importants À Ces Objectifs, Exigences Qui Seront À Respecter Tout Le Long Du Projet. L’adjudicataire Prendra Ce Principe En Considération Dans Toutes Ses Activités Liées Au Marché, Même En L'absence De Clauses Spécifiques. Dans Le Cadre Du Présent Marché, L’adjudicateur Entend Également Lutter Contre Le Dumping Social Et La Fraude Sociale.
Closing Date22 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Corrigendum : Closing Date Modified
United States
Details: The United States Army Corps Of Engineers (usace), Transatlantic Middle East District (tam), Is Releasing The Following Presolicitation Notice For The Purpose Of Making Notification To The Public And To Solicit Responses For The Prequalification Of Sources. While All Attempts Have Been Made To Ensure The Accuracy Of The Information Presented Below, The Government Does Not Guarantee Its Accuracy, And Prior To Award, Reserves The Right To Make Any Changes To The Project As Deemed Necessary.
this Notice Is For Construction Of The Fleet Maintenance Facility & Tactical Operations Center (p992) Project At Shaikh Isa Air Base In The Kingdom Of Bahrain. The P992 Project Is A Programmed Military Construction (milcon) Project.
project Scope: The P992 Project Will Construct A Two-story, Steel-frame Fleet Maintenance Facility (fmf) Using Pre-engineered Metal Building (pemb) On A Concrete Slab Foundation And Structural Floor, Insulated Metal Roof Panels On Steel Purlins, Interior Prefabricated Metal Module Units, And Exterior Rf Shielding Membrane. The Facility Will Include Maintenance And Repair Areas, Personnel Support Areas And Storage. Its Function Is To Support Associated Asset Of P-8a Aircraft Housed In The Adjacent P-8a Hangar. Project Also Constructs A Single-story Tactical Operations Center (toc); The Facility Will Be Composed Of Pemb On A Concrete Slab Foundation. The Facility Will Include Administrative And Operational Areas. The Facility Will Consolidate Requirements Currently Housed In Multiple Relocatable Facilities As Well As Provide Operational Support To The P-8a Aircraft.
this Project Alters Building #5070 (133.78 M2). Alterations Will Involve Minor Repair To No More Than 30% Of The Existing Gypsum Board Walls/ceilings And Painting Of All The Existing Gypsum Board Wall/ceiling Surfaces.
information Systems Include Basic Telephone And Secure Telephone, Secure Computer Network, Fiber Optics, Cable Television, Security (ids/ess) And Fire Alarm Systems And Infrastructure.
this Project Will Provide Anti-terrorism/force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Dod Minimum Anti- Terrorism Standards For Buildings. User Generated Unit Costs Were Used Were Used For This Project And Include The Cost Of Features To Meet The Minimum Dod At/fp Standards.
built-in Equipment Includes 60 Hz And 400 Hz Power Converters And Systems, Power Filters, Emergency Back-up Power Generator At The Toc, Three Oversize Access Doors, Acu-902 Pod Cooler, Storage Rack Shelving And Raised Access Flooring.
pavement Facilities Include Pads For Generators, Hvac Equipment And A Concrete Airfield Access Ramp Extension. Paving And Site Improvements Include Grading, Asphalt Road Repair, Security Fencing, Entry Control Points, And Concrete Paver Installation.
site Preparation Includes Site Clearing Of Existing Structures, Underground Utility Relocations And Preparation For Construction.
electric Utilities Include Site Lighting, Prime-rated Generators, Underground Electric Distribution Systems, Antenna Infrastructure, Telecommunications Infrastructure, Antenna Cable, And Relocation Of Existing Underground Electrical And Telecommunications Systems. Mechanical Utilities Include Storm Water Lines And Fire Water Supply Lines. The Project Includes Force Protection Barriers.
this Project Contains A Secure Hotel Component And Will Require A U.s. Contractor With A Defense Counterintelligence And Security Agency Issued Active Facilities Clearance Listing (fcl) At The Secret Level Or Higher.
magnitude Of Construction: The Magnitude Of Construction For This Project Is Estimated To Be Between $10,000,000.00 And $25,000,000.00.
period Of Performance: The Estimated Overall Period Of Performance (pop) Is Five Hundred Ninety-nine (599) Calendar Days From Notice To Proceed (ntp) For The Entire Scope Of Work.
location Of The Work: The Location Of The Project Is Shaikh Isa Air Base In The Kingdom Of Bahrain.
tentative Milestone Dates: The Design-bid-build (d-b-b) Solicitation Is Scheduled For Release In May Of 2022. Offeror’s Proposals May Be Due 30 Days Following Release Of The Solicitation And Contract Award Is Estimated To Be In August Of 2022.
project Classification: The Project Is Classified Through The North American Industry Classification System (naics) Under Code 236220 Commercial And Institutional Building Construction With A Small Business Size Of $39.5 Million. However, As This Requirement Will Be Performed Oconus, Small Business Set Asides Will Not Be Used. This Solicitation Will Be Advertised As A Full And Open Requirement Using Prequalification Of Sources.
solicitation Documents: Solicitation Documents Will Only Be Provided To Offerors Who Have Responded To This Notice And Have Been Determined To Be Qualified In Accordance With This Notice. To Be Qualified, Interested Firms Must Have An Active Registration In Sam.gov And Possess A Facility Clearance Level (fcl) Of Secret Or Higher, Issued In Accordance With The National Industrial Security Program Operating Manual (nispom), Dod 5220.22-m By The Closing Of This Posting. If The Interested Firm Is A Joint Venture (jv), All Members Of The Jv And The Jv Itself Must Possess A Secret Fcl Or Higher At The Date And Time Of The Close Of This Posting. Any Interested Firm Must Provide A Response To This Pre-solicitation Notice Identifying Its Name, Physical Address, Email Address, And Commercial And Government Entity (cage) Code. A Copy Of The Offerors Fcl Must Be Provided.
interested Offerors Are Required To Sign And Return The Attached Controlled Unclassified Non-disclosure Agreement (nda). Upon Government Receipt Of A Signed Nda And Verification Of A Firm's Sam Registration, Cage Code And Fcl, Specifications/drawings And Other Related Project Documents Will Be Released To Eligible Offerors By Secure Document Transfer Method, Such As Dod Safe Site. Paper Copies Of The Solicitation Will Not Be Issued, And Solicitation Documents Will Not Be Posted Publicly. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader.
the Request For Proposal Will Only Be Released To Offerors Who Have Met The Prequalification Of Sources Requirment.
interested Offerors Are Required To Respond To This Notice By Submitting A Copy Of Their Active Fcl And Nda Documents And Emailing Them To Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil No Later Than 13 May, 2022 By 4:00 Pm Eastern Daylight Time.
be Advised That This Is A Presolicitation Notice Only And Is Not A Solicitation. This Notice Does Not Restrict The Government From Utilizing A Different Acquisition Approach Or Making Any Changes To The Project Scope Or Terms, Or To Award Some, All, Or No Resultant Contracts. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. If You Have Any Questions, Please Email Both Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil.
Closing Date13 May 2025
Tender AmountRefer Documents
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Others
France
Details: The purpose of this contract is the supply and installation of a secure bicycle shelter at Matmeca – Bordeaux Inp. The contract includes 3 lots: Lot 1: Street furniture, Lot 2: Structural work, Lot 3: HVAC electricity. The contract includes the following services: - The construction of the reinforced concrete slab to install the metal structure of the bicycle shelter; - The supply and installation of the bicycle shelter; - The supply and installation of bicycle security systems; - The supply and installation of lighting and secure access devices; - The construction of trenches and the supply and installation of electrical ducts. The bicycle shelter will be installed in the student parking lot of the Enseirb Matmeca school – Bordeaux Inp (see Annex 1 and 2) The duration of execution of the contract (preparation and works) is 2 months, namely from June 2025 to August 2025. Place of execution: Enseirb Matmeca 1 Avenue Du Dr Albert Schweitzer 33400 Talence
Closing Date30 Apr 2025
Tender AmountRefer Documents
Gemeinde Heideblick Tender
Civil And Construction...+1Civil Works Others
Germany
Details: The municipality of Heideblick intends to use subsidies to energy-efficiently renovate the existing village community center in the Beesdau district and expand it with an extension. This extension is to be connected to the building and provide space for 68 people. To acquire subsidies and estimate the necessary funds, the municipality of Heideblick commissioned and implemented a plan for service phases 1-4. The building permit is available to the administration. The cost estimate for cost groups 200-700 according to DIN 276 is also available. These documents form the basis for the planned award of planning services. The services to be requested are general planning for the property planning, structural design, outdoor facilities, technical building equipment (electrical and HVAC) in service phases 5-8 according to the Hoai 2021. Building physics services are also required. The plans must be adapted to the existing building permit. Suggestions for changes will not be accepted.
Closing Date28 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania.
project Description:
the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
see Attached Document: P01 - Sow.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 623-21-700 Construct Ehrm Infrastructure Upgrades Muskogee Located At The Jack C. Montgomery Va Medical Center In Muskogee, Ok.
project Description:
the Jack C. Montgomery Va Medical Center (vamc) Muskogee, Oklahoma Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Provide The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes), Renovation Of Existing Data Center (piping, Exterior Wall, Interior Wall For Water Proofing), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Install Diversified Path To Datacenter For Wan, Hazardous Material Abatement. Project Building Locations Include: Buildings 1, 11, 18, 22, 24, 52, 53, 56, 60 And Site.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Early May 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $10,000,000.00 And $20,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factors (far Part 15).
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size (minimum Dollar Value Of $10,000,000), Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By March 5, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date5 Mar 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Details: 75h70125q00025 Sources Sought:
mclaughlin Health Center Improvements Design Build In Mclaughlin, Sd
the Indian Health Service (ihs) Is Conducting A Sources Sought/request For Information As Outlined In Far 15.201(c)(3) To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Firms Especially Small Businesses Including: Native American/indian-owned Businesses (indian Economic Enterprise (iee)), 8(a) Certified Small Businesses, Historically Underutilized Business Zones (hub-zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-owned Small Businesses (sdvosb), Small Disadvantaged Businesses (sdb), And Veteran Owned Small Businesses.
no Proposals Are Being Requested Or Accepted With This Rfi. This Is Not A Solicitation For Proposals. Respondents Will Not Be Notified Of The Results Of This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow-up Information Requested.
market Research Is Being Performed Pursuant To Federal Acquisition Regulation (far) Part 10 To Identify Businesses Capable Of Performing The Functions Described Herein.
summary Of Scope
the Project Is For A Design-build To Replace The Exterior Signage And Hvac Equipment.
currently The Exterior Signage For The Mclaughlin Clinic Is Made Of Wood And Deteriorating. A New Digital Sign Would Replace It Giving The Clinic A More Modern Look And The Ability For Staff To Post Public Health Messages.
the Existing Mechanical Equipment (air Handlers And Exhaust Fans) Are Approximately 30 To 35 Years Old; Which Is Beyond Their Useful Life According To 2018 Depreciable Hospital Assets Manual And Facility Condition Assessment (fca) Done By K.f. Davis Engineering In 2023. The New Mechanical Equipment Would Be Tied Into Metasys And Be Ashrae 170 Compliant.
in Accordance With Far 36.204, Disclosure Of The Magnitude Of Construction Projects, The Anticipated Project Magnitude Is Between $100,000 And $250,000.
the Type Of Work To Be Performed Will Be Categorized Under Psc Code Y1da, Construction Of Hospitals And Infirmaries And Naics Code 236220, Commercial And Institutional Building Construction With A Size Standard Of $45m.
responses - Submittal
responses To This Notice Must Be Emailed To The Contract Specialist, Jong Kim At Jong.kim@ihs.gov And Must Be Received No Later Than 12:00 Pm Pacific Time, May 1, 2025. In The Absence Of The Contract Specialist, Responses May Be Submitted To The Contracting Officer, Andrew Hart, At Andrew.hart@ihs.gov.
responses Must Include:
company Information: Company Name, Website, Physical Address, Sam Uei Code
point Of Contact: Contact Name, Phone Number, And E-mail Address
if A Solicitation Is Issued, Will Your Firm/company Be Submitting A Proposal? Indicate Yes Or No
type Of Business: Native American-owned (iee/isbee), Sba Certified 8(a), Sba Certified Hub Zone, Service Disabled Veteran-owned Small Businesses (sdvosb), Women Owned Small Business (wosb), And/or Small Businesses (sb). For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov.
native American-owned (iee/isbee) Firms - Submit Completed Attachment 1: Ihs Iee Representation Form (jan 2022) Along With The Controlling Enterprise’s Department Of The Interior, Bureau Of Indian Affairs Certificate Of Degree Of Indian Blood Documentation. Please Note That There Shall Be No Personally Identifiable Information (pii), Such As Social Security Numbers, Included In The Documentation Submitted. Any Pii Shall Be Redacted Prior To Submission.
bond Capacity: Information On The Firm's Bonding Capability - Specifically Identify Single And Aggregate Bonding Capacities.
experience Submission Requirements: Submit At Least Two (2) But No More Than Five (5) Projects Completed By Your Firm Within The Last Six (6) Years That Are Similar To The Work That Will Be Required Under This Project. Firms Shall Include The Following Information For Each Project:
indicate Whether Prime Contractor Or Subcontractor For Each Project Submitted;
dates Of Construction For Each Project Submitted;
contract Value, Location, Completion Date, And Complexity Of Job For Each Project Submitted;
indicate Whether The Project Is A Federal, State, Tribal Or Other For Each Project Submitted; And
project References/agency Point Of Contact (telephone Number And Email Address) For Each Project Submitted.
if The Entity Responding To This Sources Sought Is Submitting Experience Information From Any Entity That Does Not Match The Name, Cage Code, And/or Uei Exactly As Stated On The Submitting Entity’s Sam Record (e.g. Affiliates, Subsidiaries, Parent Companies, Sister Companies, Etc.) The Submission Shall Clearly Demonstrate How That Entity Will Have Meaningful Involvement In The Performance Of The Contract And Specifically Address Which Resources Would Be Committed To The Contract. Failure To Comply With This Requirement Or Failure To Adequately Demonstrate Meaningful Involvement And Commitment Of Resources On Behalf Of That Entity May Result In That Experience Information To Be Considered Not Relevant.
along With The Project Experience Submission, The Following Questions Shall Be Answered In Your Firms’ Submission:
how Is Your Company Structured To Handle Quality Control Of The Various Disciplines Of A Construction Project? (i.e., What Position(s) (full-time/part-time) Are Employed Under Your Company To Perform Qc?)
does Your Company Primarily Handle The Construction Activities Related To Construction Management By The Prime Contractor And If So, What Are Those Activities?
does Your Company Self-perform Any Of The Construction Disciplines, If So, What Are Those Disciplines? What Disciplines Does Your Company Anticipate Self-performing For This Specific Project?
additional Information:
pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee) Whenever The Use Of That Authority Is Authorized And Practicable. The Government Is Seeking To Identify Indian Small Business Economic Enterprises (isbees) Capable Of Performing The Below Indian Health Services (ihs) Requirement. Any Firm Responding To This Notice Should Submit Their Capability Statement As Well As The Buy Indian Act Indian Economic Enterprise Representation Form (attached).
indian Small Business Economic Enterprises (isbees) As Well As Other Small Business Are Highly Encouraged To Respond To This Notice. However, Firms Should Understand That Generic Capability Statements Are Not Sufficient For Effective Evaluation Of Their Capacity And Capability To Perform The Work Required. Please Note That A Decision Not To Submit A Response To This Request For Information Will Not Preclude A Firm From Participating In Any Future Solicitation.
all Information Received In Response To This Source Sought That Is Marked Proprietary Will Be Handled Accordingly. Documents And/or Information Other Than What Is Requested Will Not Be Reviewed. Information Submitted Beyond What Is Requested Will Not Be Considered.
questions:
questions Regarding This Sources Sought May Be Emailed To Jong Kim At Jong.kim@ihs.gov.
Closing Date1 May 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa).
the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes:
1) Nih Main Campus, Bethesda, Maryland
2) Nih Animal Center, Poolesville, Maryland
3) Fort Detrick Campus, Frederick, Maryland
4) Research Triangle Park, North Carolina
5) Rocky Mountain Laboratories (rml), Hamilton, Montana
6) Epidemiology & Clinical Research Branch, Phoenix, Arizona
7) Bayview Campus, Baltimore, Maryland
8) Rental Facilities Maintained By Nih
description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m.
the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m.
the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction.
contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission.
projects May Include, But Are Not Limited To The Following Areas:
animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals.
biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4.
health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services.
office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping.
interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following:
mechanical, Electrical, And Plumbing Systems.
high Voltage Electrical
central Utility Plant (cup)
hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls.
steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems.
compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems.
central Co2 Systems.
central Liquid Nitrogen Systems.
fuel Oil Systems.
storm Water And Sanitary Sewer Distribution Systems.
wastewater Treatment Systems.
electrical Substations.
landscaping Irrigation Systems.
commissioning
commissioning, Qualification, And Validation (cqv)
historical
geotechnical
elevator
physical Security
interior / Exterior Lighting
telecommunications
building Envelope
roofing
building Model Information (bim)
net Zero Emissions
this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations.
maryland Facilities Include:
nih Main Campus, Bethesda, Md
nih Animal Center, Poolesville, Md
fort Detrick Campus, Frederick, Md
bayview Campus, Baltimore, Maryland
rental / Leased Facilities Maintained By Nih
it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract.
research Triangle Park, North Carolina
for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project.
rocky Mountain Laboratories (rml), Hamilton, Montana
for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project.
architect / Engineer Services
the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly.
in General, Pre-design And Design Phase Services Will Include, But Not Limited To:
field / Site Investigations, Inclusive Of Pre-tab Investigations
planning And Coordination Drawings
building Information Modeling (bim) (only If Applicable To The Task Order)
sustainable Design
program Of Requirements (pors)
special Studies
schematic Design
design Development
construction Documents (65%)
construction Documents (95%)
construction Documents (100%)
rendered Perspectives Of Proposed Building Construction And Substantial Site Development
construction Cost Estimate(s)
construction Baseline Schedule
geotechnical Investigations
preparation Of Reports
the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To:
construction Bidding And Negotiation Support
construction Inspections / Site Representation
construction Progress Meetings
requests For Information (rfis)
construction Submittal Reviews
change Order Reviews / Support
punch Lists
inspection Of Stored Items
construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training.
a/e Record Documents
commissioning Support Services
commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks:
review Specifications And Drawings
review Submittals
develop Commissioning Scripts
review O & M Manuals
witness Testing Of Electrical And Mechanical Systems
construction Quality Management (cqm)
general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project.
project Governance
preparation And Maintenance Of A Project Management Plan (pmp)
assist In The Implementation Of The Project Governance Structure
reviews And Document Management
monthly Reports
requests For Information (rfi)
submittals
financial Management
budget/cost Control Monitoring And Management
invoices / Application For Payment Review
change Order Control Process And Management
estimating Services
scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required.
quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program.
potential Sources Shall Complete And Submit The Attached Forms:
sources Sought - Contractor Information Form
1.1 Complete The Sources Sought – Contractor Information Form
if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration
if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status.
certificate Of Insurance
1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement:
naics Code(s)
evidence Of The Ability To Work In Occupied Space.
evidence Of The Ability To Work On Multiple Projects Simultaneously.
evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below.
self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order).
building Information Modeling (bim) Capability.
leed Capabilities.
2. Sources Sought – Project Data Form
2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience:
one (1) Utility Infrastructure / Utility Generation /distribution System Projects
one (1) Biomedical Research Lab; And
one (1) Healthcare / Hospital Project.
[note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.]
2.2 Project Experience Requirements:
type - Specialization Category/facility Types Such As:
interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems
biomedical Research Laboratory Facilities
health Care Facilities
office/public Space Facilities
animal Care Facilities
2. Complexity - Special Design/construction Considerations Such As:
physical Security Requirements
adjacencies To Occupied Space(s) Restrictions/ Limitations
limited Access Restrictions
vibration / Noise Limitations
joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments)
implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria
special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space.
historic Preservation Requirements
storm Water Management And Erosion & Sedimentation Control
use Of Building Information Modeling (bim)
net Zero Emission Requirements
for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco).
nih Design Requirements Manual (drm)
3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above.
all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents
3331-3340 of 3428 archived Tenders