Hvac Tenders
Hvac Tenders
Social security organizations Tender
Civil And Construction...+2Others, Civil Works Others
France
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: The purpose of this contract is the preventive, evolutionary and corrective maintenance of all the centralized technical management (gtc) of the technical equipment (HVAC equipment, lighting management, electrical fault management) of the real estate union of social security organizations of Haute-garonne (uioss 31), as well as the supply and delivery of equipment necessary for them.
Centre Hospitalier Universitaire Dinant Godinne Sainte Elisabeth UCL Namur Tender
Civil And Construction...+1Civil Works Others
Belgium
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Title: Reconditionnement Us 44/46 - Hématologie - Godinne
description: Le Présent Marché Porte Sur Des Travaux Relatifs À La Rénovation Des Unités 44 Et 46 Pour Un Nouveau Service D’hématologie Avec Une Partie En « Nouvelle Construction », Sur Le Site De Godinne. Il S'agit De Lourds Travaux De Rénovation Du Niveau 4 - Ailes 4 Et 6, Pour La Création De Chambres Neuves (avec Sas D'entrée Et Salle De Bain Individuelle) Pour Le Service D'hématologie Dont Les Chambres Actuelles Ne Sont Plus Conformes Et Ne Permettent Plus Un Service De Qualité : - Démolition Complète Des Cloisons Intérieures Et De L'aménagement Intérieur, - Construction De Nouvelles Cloisons Intérieures, Chapes, Sols, Murs Et Plafonds,... - Rénovation De La Façade (nouveaux Châssis), - Réalisation D'une Extension Suspendue "liaison Vers L'us46", - Travaux De Techniques Spéciales : Désaffectation Complète Des Installations Existantes Vétustes Et Devenues Non Conformes, - Nouvelles Installations Techniques (électricité, Hvac, Sanitaires Et Fluides Médicaux). Les Sas Demandent Une Technologie Poussée De Ventilation Et Vont Entrainer De Grosses Modifications De La Toiture Pour Gaines Techniques. Il Y A Un Phasage Des Travaux À Prévoir. Soit La Création De 19 Chambres Simples (pression Positive - Classées Iso7) Avec Sas (pression Positive - Classés Iso8) Et De 6 Chambres Doubles (non Classées), Soit 31 Lits. Les Locaux Classifiés Respecteront Les Prescriptions De La Norme Nf S 90-351. I.5.3 Visite Des Lieux Sous Peine De Nullité De Son Offre, Le Soumissionnaire Est Tenu D'effectuer Une Visite Des Lieux. Les Dates De Visite Ont Été Fixées Comme Suit : - Le Lundi 02 Décembre 2024 – De 9 À 10h30 – Rendez-vous Entrée A - Le Jeudi 05 Décembre 2024 – De 9 À 10h30 – Rendez-vous Entrée A Merci De Préciser La Date Choisie Par Retour De Mail À : O Ce.andre@chuuclnamur.uclouvain.be O Philippe.demazy@chuuclnamur.uclouvain.be O Gg_infrastructures@chuuclnamur.uclouvain.be L’attestation De Visite Jointe En Annexe B, Au Présent Cahier Spécial Des Charges, Devra Être Présentée Pour Signature Le Jour De La Visite Et Jointe Au Dossier De Soumission. Une Unique Visite Est Autorisée, L’attestation De Visite Sera Signée Avant La Visite. Iii.3 Durée - Délais D’exécution Delai Global = Debut Des Travaux + 640 Jours Ouvrables, Correspond À La Réalisation De La Totalité Des Ouvrages De L’unité D’hématologie, Toutes Phases Comprises, Réception Provisoire Et Levée Des Remarques Réalisées Le Délai De Commencement Des Travaux Sera Fixé Conformément À L’article 76, §2, Rge. Les Travaux S’exécutent En Phase, Conformément Aux Plans De Phasage Et Au Planning Cadre De Soumission. Le Maître De L’ouvrage Se Réserve Le Droit De Modifier Les Phases Du Chantier, En Fonction Des Impératifs De Fonctionnement Et D’organisation Des Services Médicaux De L’hôpital. Par Ailleurs, Il Est Possible Que Des Travaux Connexes Se Déroulent De Manière Concomitante À Ceux De L’unité, Dans Des Services Hospitaliers Proches. Les Entreprises Devront S’adapter À Ces Contraintes De Cohabitation Avec D’autres Acteurs. Les Travaux S’organisent Autour De Plusieurs Phases, Entre-coupées De Périodes D’emménagement, Mise En Service Et Déménagement. Pendant Ces Périodes, Les Entreprises Doivent Laisser Le Temps Aux Utilisateurs De Procéder À Leurs Emménagement/déménagement. Les Entreprises Devront Prendre En Compte Ces Contraintes D’organisation. Le Planning Impose : • Un Delai Partiel De Rigueur N°1, Le Dp1 = Debut Des Travaux + 392jours Ouvrables Dp1 : Correspond À La Fin Des Travaux, Y Compris Les États Des Lieux Et La Levée Des Remarques, Pour Permettre L’emménagement De La Phase 1a, Soit L’emménagement Opérationnel De 7 Chambres (côté Ne). • Un Delai Partiel De Rigueur N°2, Le Dp2 = Dp1 + 80jours Ouvrables Dp2 : Correspond À La Fin Des Travaux, Y Compris Les États Des Lieux Et La Levée Des Remarques, Pour Permettre L’emménagement De La Phase 1b, Soit L’emménagement Opérationnel De Toutes Les Chambres Situées Dans Le 44 (toutes Les Chambres Individuelles). Le Début Des Travaux Est Fixé Au 29/09/2025 Pour Se Terminés Au 24/04/2028. Ces Dates Peuvent Être Amenées À Être Adaptées En Cours De Procédure
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
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 The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. 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 Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. 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. 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.
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 Seven (7) 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, Dun & Bradstreet Number, 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 February 2, 2025 At 2:00 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:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
Ministry Of Culture Tender
Electrical and Electronics...+1Electrical Works
France
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: The purpose of the contract is to provide maintenance services for the National Archives of the World of Work (ANMT) building. These services include electrical maintenance, SSI, HVAC, climate engineering, structural work, finishing work, coordination, rodent control, pigeon control, automatic doors and gates. They include the presence of a technician on site 5 days a week, inspection rounds and a 24-hour on-call service.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
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 The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar. project Description: this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure. 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 Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). 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. 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. 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 Seven (7) 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 Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). 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, Dun & Bradstreet Number, 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 27 January, 2025 At 3:00 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 300
independence, Oh 44131 primary Point Of Contact:
mario Hairston
contract Specialist
mario.hairston@va.gov secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below) 1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects? yes/no comments: 2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla? yes/no comments: 3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease? comments: 4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition? yes/no comments: 5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation? yes/no comments: 6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project? comments: --- End Of Pla Questionnaire ---
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Introduction
network Contracting Office 1 (nco 1), Supporting Va New England Healthcare System (visn 1) And The Va Boston Healthcare System (hcs) Is Seeking Potential Sources For An Upcoming Requirement As Described In The Attached Statement Of Work For The Project; Upgrade Visn 1 Laundry Building 45. This Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement.
the Purpose Of This Notice Is To Determine If There Are Qualified Sdvosbs Or Vosbs, Wosbs, And Small Businesses That Have The Experience With This Type Of Work And If Such Firms Are Interested In This Procurement. Once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Bids Or Proposals Will Be Publicized On Sam.gov Contract Opportunities In Accordance With 40 U.s. Code § 1101 And Far 36.601. The Solicitation Is Estimated To Be Released In March 2025.
general Project Description, Magnitude, And Naics
the Va Boston Hcs In Brockton, Ma, Requires A Contractor To All Labor, Equipment, Materials And Supervision For The Renovation And Improvements Of The Visn 1 Laundry, Building 45 For Veterans Affairs Medical Center, Brockton, Massachusetts In Accordance With Contract Documents. the Renovation Includes Selective Demolition Of All Existing Mechanical, Electrical And Plumbing (mep) Systems, Selective Demolition Of Existing Finishes, Doors, Structural Slab, And Other Existing Items. The Renovation Also Includes The Construction Of Structural Improvements, Doors, Electrical Systems, Hvac Systems, Plumbing Systems, Start-up Of Previously Installed Elevator By Renovating Associated Electrical And Mechanical Components, And Interior And Exterior Finishes. In Addition To The Renovation, The Improvements To Building 45 Include Ensuring Exterior Envelop Around Doors, Windows, And Stair Towers Along With Any Penetrations Are Sealed Properly. Moreover, Renovation Includes Construction Of A Service Platform And Stairs For Dedicated Emergency Generator System. The Focus Of The Project Is To Provide Structural Slab Repairs And Replacement To Sustain Required Laundry Equipment Loads And Vibrations.
this Project Also Requires Specialized Personnel, With Specified Experience, To Assist In The Cqc System Manager For The Following Areas, As Applicable: Electrical, Mechanical, Civil, Structural, Environmental, Architectural, Materials Technician Submittals Clerk, Commissioning Agent/leed Specialist, And Low Voltage Systems. These Individuals Or Specified Technical Companies Are Directly Employed By The General Contractor And Cannot Be Employed By A Supplier Or Subcontractor On This Project; Be Responsible To The Cqc System Manager; Be Physically Present At The Construction Site During Work On The Specialized Personnel S Areas Of Responsibility; Have The Necessary Education Or Experience In Accordance With The Experience Matrix Listed Herein. These Individuals Can Perform Other Duties But Need To Be Allowed Sufficient Time To Perform The Specialized Personnel S Assigned Quality Controls Duties As Described In The Cqc Plan. A Single Person Can Cover More Than One Area Provided That The Single Person Is Qualified To Perform Qc Activities In Each Designated And That Workload Allows. experience Matrix
area qualifications
civil
graduate Civil Engineer Or Construction Manager With 2 Years Experience In The Type Of Work Being Performed On This Project Or Technician With 5 Years Related Experience.
mechanical
graduate Mechanical Engineer With 2 Years Experience Or Construction Professional With 5 Years Of Experience Supervising Mechanical Features Of Work In The Field With A Construction Company.
electrical
graduate Electrical Engineer With 2 Years Related Experience Or Construction Professional With 5 Years Of Experience Supervising Electrical Features Of Work In The Field With A Construction Company.
structural
graduate Civil Engineer (with Structural Track Or Focus), Structural Engineer, Or Construction Manager With 2 Years Experience Or Construction Professional With 5 Years Experience Supervising Structural Features Of Work In The Field With A Construction Company.
architectural
graduate Architect With 2 Years Experience Or Construction Professional With 5 Years Of Related Experience.
environmental
graduate Environmental Engineer With 3 Years Experience.
submittals
submittal Clerk With 1 Year Experience.
concrete, Pavement, And Soils
materials Technician With 2 Years Experience For The Appropriate Area.
testing, Adjusting, And Balancing (tab)
specialist Must Be A Member Of Aabc Or An Experienced Technician Of The Firm Certified By The Nebb.
design Quality Control Manager
registered Architect Or Professional Engineer the Estimated Magnitude Of This Construction Project Is Between $5,000,000.00 And $10,000,000.00. This Information Is Provided Per Vaar 836.204. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. Interested Parties Should Indicate Their Interest To Kyle Kiepke No Later Than 4:00 Pm Est Friday, January 17, 2025, Via Email At Kyle.kiepke@va.gov.
information Sought
a) Sam Unique Entity Id (uei) b) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e., Amount Not Committed). c) Experience. Submission Of A Maximum Of Three (3) Recent And Relevant Examples Of Completed Or Substantially Completed (eighty Percent (80%)) Projects Between $5,000,000.00 And $10,000,000.00, Of Similar Scope To The Upgrade Visn 1 Laundry Building 45 Project. relevant Experience Shall Include Repair And Strengthening Of Existing Heavy Load-bearing Reinforced Concrete Structural Elements (such As Beams, Columns, Slabs, And Foundations) And Structural Framing In Already Completed Building, Cast In Place Concrete (to Include Footing, Pier And Foundation Installation), Reinforced Cmu Wall Installation, Concrete Beam Enlargement, Epoxy Injection Crack Repair, Slab Repair, Underside Slab Repair, And All Other Work Similar In Scope. Recent Is Defined As Completed Within The Last Five (5) Years. submission Instructions interested Firms Shall Hold Active Sam Registration. Visit Www.sam.gov To Register In This Database. sdvosb Or Vosb Firms Shall Be Certified By Veterans Small Business Certification (vetcert) (veterans Small Business Certification (sba.gov).
all Information Must Be Submitted In Sufficient Detail For A Decision To Be Made. Failure To Submit All Information Requested In Addition To The Below Form May Result In A Contractor Not Being Considered As An Interested Concern. If Adequate Interest Is Not Received By 4:00 Pm Est On December 1, 2024, This Action May Not Be Set-aside For Sdvosbs, Vosbs, Wosbs, Or Small Business Firms. Interested Firms Must Reply Via E-mail To Kyle.kiepke@va.gov With The Subject Attention: 36c24125r0008 - Upgrade Visn 1 Laundry Building 45 . disclaimer this Sources Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Request That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: The 764 Ess Contracting Squadron At Ramstein Afb, Germany Is Issuing This Sources Sought To Conduct Initial Market Research Efforts In Support Of The Reprocurement Of Bos Services. Information Submitted Will Be Used To Identify Capable, Experienced And Resourced Service Providers Experienced In Delivering The Services Discussed In Detail Below. Additionally, The Information Collected Will Guide The Development Of New Contract Language, Work Statements, Required Reporting, Performance Standards And Product Segmentation Strategies disclaimer: In Accordance With Far 15.201(e) And Far 52.215-3, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service And Your Response To This Opportunity Will Not Be Used As A Proposal. No Entitlement To Payment Of Direct Or Indirect Costs, Or Charges To The Government Will Arise Because Of A Contractor's Response. naics Code: 561210 – Facilities Support Services the Government Anticipates That North American Industry Classification System (naics) Code 561210, With A Small Business Size Standard Of $41.5m Will Apply; However, No Set-aside Determination Has Been Made By The Government At This Time. The Government Is Interested In Responses From All Businesses To Include Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-disabled Veteran-owned Small Businesses, Hub Zone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice And Identify Their Business Size Status Under The Identified Naics Code. customer/mission: Hq Usafe-afafrica, Headquartered At Ramstein Air Base, Germany, Is A Major Command (majcom) Of The United States Air Force (usaf). It Is Also The Air Component For Two Department Of Defense (dod) Unified Combatant Commands -- Useucom, Which Serves The U.s. Component Of The North Atlantic Treaty Organization (nato), And Usafricom, Which Oversees Security Cooperation Programs That Assist African Nations In Building Their Own Security Capacity. The Commander Of Usafe-afafrica Is Responsible For Delivering Full-spectrum Options To Each Of The Combatant Commanders; Leading And Supporting Joint, Coalition, Nato, And Warfighting Headquarters Operations; And Promoting Regional Stability Through Focused Theater Engagement. As Part Of This Mission, Usafe-afafrica Trains And Equips Usaf Units And Maintains Combat-ready Wings Based From Great Britain To Turkyie In Support Of Useucom. Usafe-afafrica Plans, Conducts, Controls, Coordinates And Supports Air And Space Operations In Europe And Parts Of Asia And Africa To Achieve U.s. National And Nato Objectives. The Command's Inventory Of Aircraft Is Ready To Perform Close Air Support, Air Interdiction, Air Defense, In-flight Refueling, Long-range Transport And Support Of Maritime Operations. As The Air Component Of Usafricom, Usafe-afafrica Protects And Defends The National Security Interests Of The United States By Strengthening The Defense Capabilities Of African States And Regional Organizations And, When Directed, Conducts Military Operations, To Deter And Defeat Transnational Threats And To Provide A Security Environment Conducive To Good Governance And Development. background: For Over 25 Years, The Usaf Has Relied On A Single-service Provider To Perform Critical Facilities/installation Maintenance And Mission Support Functions For Dod And Usaf Installations In Turkiye And Spain. Base Operating Support (bos) Services For Installations In Turkyie And In Spain Are And Have Historically Been Under A Single Contract And Pws. This Acquisition Strategy Is Administratively Burdensome And Overly Complex. For The Uabos Follow On Reprocurement, The Government Will Re-examine This Acquisition Strategy And The Contract Structures Historically Used. The Government Seeks Responses From Industry Partners That Can Fullfill The Requirements In Total, And Also Seek Responses From Industry Partners, Including Local Vendors In Turkyie And Spain, That Can Support Portions Of The Requirement. currently, Services Under The Uabos Contract Include Requirements That Fall Into The Following Categories: usaf Civil Engineer Related Services program Management/strategic Planning/resource & Optimization/maintenance Of Real Property Records engineering Design operations And Maintenance Of Facilities, Airfields, Utility And Sanitation Systems, Fresh-water Systems, Electrical Distribution And Hvac Systems, Equipment And Electronics Maintenance airfield Lighting And Maintenance Of Fuel Distribution And Grounding Systems custodial Services refuse Collection And Disposal pest/vector Control grounds Maintenance/ Street And Airfield Sweeping fire And Emergency Services Including Structural And Aviation Crash Rescue force Support Services full Food Service/dining Hall Operations maintenance And Operation (m&o) Of Recreational Facilities Including Gyms, Libraries, Gold Courses, Bowling Centers, Lodging Services, Managing Intramural And Sports Programs us Postal Service Operations usaf Logistics Support Services distribution Of Goods And Personnel transportation Services, Shuttle Bus And Taxi Services, Fleet Transportation vehicle Maintenance, Maintenance, Vehicle And Special Equipment Operations And Maintenance, Us Air Aircraft Supply Chain Services, Warehouse And Storage Operations, Base Supply Accountability Functions, Management, Storage And Distribution Of Ppe operations, Management And Maintenance Of War Reserve Material transient Alert Services tool Control, Fod Management And Airfield Operations management, Maintenance And Operations Of Aerospace Ground Equipment cryogenics, Non-destructive Inspection, Acft Crash Recovery communications/it Support operate, Maintain, Manage Computer Informational Systems safety, Occupational Health, Industrial Hygiene & Ambulance Services medical Maintenance Operations Maintenance Services purpose/response Format: The Government Is Currently Reviewing Various Aspects Of Prior Acquisition Strategies. We Are Seeking Submissions From Vendors That Can Provide All The Services Outlined Above And From Vendors Capable Of Providing Discreet Areas Of The Current Requirement. Local Vendors In Both Spain And Türkiye Are Encouraged To Respond And Identify Which Discreet Services They Are Capable And Experienced In Providing. for Firms Capable Of Providing All Services, We Are Seeking Input From Service Providers Experienced In Performing Contracts In An Overseas/oconus Environment And Capable Of Managing A Functionally Diverse, Predominately Local National Workforce Providing The Services Described Above. interested Sources Should Complete The Information Shown Below *there Are No Page Limits* And Email The Responses To Ms. Shannon Kennedy-butler, Contracting Officer And Mr. John Mclaurin Contracting Officer. The Contracting Officers Are The Only Government Authorized Points Of Contact For This Sources Sought; All Correspondence Must Be Directed Only To Them 1. Company Information a. Name, Cage Code And Duns Code For The Company Business Size. Please Identify Any Applicable Socio-economic Status. b. Are You A Subsidiary Of A Larger/parent Business? (name If Applicable) c. How Many Employees Do You Have, Including Any Subsidiaries? d. Capability Information/history In The Industry/market To Which You Are Responding e. Point Of Contact, Phone, And E-mail For Individual Responsible For Finalizing Time, Duration And Digital Forum Requirements. 2. Matrix Document: The Government Has Attached A Sources Sought Matrix Spreadsheet With A Series Of Questions The Government Seeks Industry Input To. Industry’s Responses To This Sources Sought Shall Include Responses To The Attached Matrix.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Description: Sources Sought Notice sources Sought Notice page 6 Of 6
sources Sought Notice
*= Required Field
sources Sought Notice page 1 Of 6
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 339113 - Surgical Appliance And Supplies Manufacturing Psc 6530 Hospital Furniture, Equipment, Utensils, And Supplies Naic Size Standard Of 800 Employees For The Beckley Vamc. responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Fedbizopps (fbo) Or Gsa Ebuy. requested Information responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size. If Vendor Is Interested And Capable, And Can Provide The Required Product/service, Please Provide The Requested Information For Questions 1-15 As Indicated Below: is This Service/product Priced On Vendor S Gsa/sewp/fss/nac/sac Contract? Yes/no
if Yes, Provide Vendor Government Contract Number Or Leave Blank?
is This Service/product Open Market Pricing? Yes/no
is Open Market Priced Online? Yes/no
provide Vendor S Business Size Status And Representations Naic And Psc Code?
does Vendor Have Capability, Product, And Interest For Brand Name Patient Lift System End Item Product Requirement? Yes/no
does Vendor Have Capability, Product, And Interest Of An Equal Patient Lift System End Item Product? Yes/ No
if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information. where Is Brand Name End Item Patient Lift System Product Place Of Manufacturer,- Complete Table Below?
where Is Equal End Item Patient Lift System Product Place Of Manufacturer- Complete Table Below?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Brand Name End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Equal End Item Product?
provide 2024 Signed Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer. sow
general Information
brand Name Sow Patient Lift System Install/deinstall Or Equal Purchase And Authorized Installer Requirement minium Technical Requirement 2.7.1. Fixed Ceiling Lift
2.7.1.1. Manual Traverse 2.7.1.2. Lift Motor: 24 Volt
2.7.1.3. Lift Capacity At Least 600 Lbs
2.7.1.4. Unit Weight Max 45 Pounds 2.7.1.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.1.5.1. Lift Life Total Count
2.7.1.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.1.5.3. Number Of Lifts In The Last 7 (seven) Days
2.7.1.5.4. Average Number Of Lifts Per Week
2.7.1.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.1.6.1. Lifting Strap Life Total Count
2.7.1.6.2. Critically Low Battery Life Count 2.7.1.6.3. The Total Number Of Weightings
2.7.1.6.4. Total Lifting Time
2.7.1.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet Usb/cord Connection Solution). 2.7.1.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.1.9. Requires Emergency Stop Function
2.7.1.10. Requires Emergency Lowering Capability
2.7.1.11. Requires Manual Lowering Capability
2.7.1.12. Rails Must Provide Continuous In-rail Charging
2.7.1.13. Lifts Must Be Safe For Bathroom Use
2.7.1.14. Requires Integrated Compatible Scale Module
2.7.1.15. Requires Lowest Position To Reach The Floor
minimum Technical Requirement 2.7.2. Bariatric Ceiling Lift 2.7.2.1. Manual Traverse 2.7.2.2. Lift Motor: 24 Volt
2.7.2.3. Lift Capacity At Least 1000 Lbs
2.7.2.4. Unit Weight Max 45 Pounds 2.7.2.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.2.5.1. Lifts Total Count
2.7.2.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.2.5.3. Total Count Of Lifts In The Last Seven Days
2.7.2.5.4. Average Count Of Lifts Per Week
2.7.2.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.2.6.1. Lifting Strap Life
2.7.2.6.2. Critically Low Battery Life Count 2.7.2.6.3. The Total Weightings Count
2.7.2.6.4. Total Lifting Time/hours
2.7.2.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet/cord/ Usb Connection Solution). 2.7.2.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.2.9. Requires Emergency Stop Function
2.7.2.10. Requires Emergency Lowering Capability
2.7.2.11. Requires Manual Lowering Capability
2.7.2.12. Rails Must Provide Continuous In-rail Charging
2.7.2.13. Lifts Must Be Safe For Bathroom Use
2.7.2.14. Must Include Integrated Scale 2.7.2.15. Must Be Able To Reach The Floor In Its Lowest Position
2.7.3. Accessories / Supplies
2.7.3.1. Disposable Slings One Of Each Size (m, L, Xl, Bariatric, Repositioning, Limb) For Each Installed Lift.
2.7.3.2. Reusable Slings (m-8 Qty, L-8 Qty, Repositioning-22 Qty)
2.7.3.3. Tracks/rails For Each Lift
2.8.1.1.1. Phased Installation/destination Delivery Throughout The Hospital To Minimize Patient Impact. Vendor To Coordinate With Cor For Room Downtimes And Access. 2.8.1.2. Travel Cost And Time
2.8.1.3. Inspection Of Existing Rails And Correction Of Any Deficiencies 2.8.1.4. Provide Structural Support Calculations For Each Room/lift System
2.8.1.5. Ceiling Lift Installation And Certification
2.8.1.5.1. To Be Completed In Accordance With Va Installation Or Relocation Checklist For Ceiling Mounted Patient Lifts (attached)
2.8.1.6. Vendor Must Follow All Vha Infection Control Risk Assessment (icra) And Vha Pre-construction Risk Assessment (pcra) Protocols. 2.8.1.6.1. This Will Include But Will Not Be Limited To: 2.8.1.6.1.1. Hepa Filters, Hvac Isolation, Block Off/seal Air Vents, And Sticky Mats At The Entrance Of Work Site
2.8.1.6.1.2. Specific Requirements To Be Determined Post-award On A Room By Room Basis. 2.8.1.7. Vendor Is Responsible For All Incidental Drywall Repairs, Repainting Of Walls That Is Required To Install Structural Supports
2.8.1.8. Vendor Is Responsible For Running Additional Electrical Lines As Necessary. 2.8.1.9. Va Electricians Will Handle Lock Out Tag Out Procedures For Any Existing Lines. 2.8.1.10. Vendor Is Responsible For Deinstall For Existing Equipment Removal Of Existing Lift Systems, Tracks, And Etcc That Is Being Replaced On 6 Floors.
2.8.1.11. Vendor Shall Destination Deliver All Equipment And Track Equipment To The Beckley Vamc When The (1st-6th Floors) Sites Are Ready For Installation.
2.8.1.12. Vendor Is Responsible To Track And Manage Equipment Until It Is Fully Operational And Installed.
2.8.1.16. The Vendor Shall Remove All Related Shipping Debris And Packing From The Va Facility. 2.8.1.17. Vendor Delivery Shall Be Completed With Cor Approval Between 8:00 A.m. And 3:30 P.m. Monday Friday. All Federal Holidays Are Excluded. 2.8.1.18. Vendor Delivered Materials To Job In Manufacturer's Must Be In Original Sealed Containers With Po Number On The Outside Of Box.
2.8.1.19. Vendor Is Responsible For Package Damage Or Deterioration During Shipment, Handling, Storage, And Until Fully Operational Installation. 2.8.1.20. Vendor Is Responsible To Store Products In Dry Condition Inside Enclosed Facilities Until Ready For Delivery And Install. line Itemâ no.
country Of Origin
â
â
â
â
â
â notes all Capability Statements And Responses Rfi Questions In This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 1/28/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice. disclaimer this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi. end Of Notice
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Others
France
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: The purpose of this consultation is a project management contract for the renovation of part of the heating, ventilation and air conditioning (HVAC) systems, the ventilation/smoke extraction systems of the open and closed kitchens, and the partial waterproofing of the roof terrace. The project covered by the project management contract is described in the technical and functional programme. The description of the tasks is indicated in the special administrative clauses (ccap). The estimated financial envelope allocated to the work amounts to €485,000 excluding tax.
611-620 of 643 archived Tenders