Hvac Tenders
Hvac Tenders
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. this Solicitation Is Set-aside For 100% For Small Business Concerns Iaw Far 19.502-2, Total Small Business Set-asides. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541380, With A Small Business Size Standard Of $19.0 Million. The Fsc/psc Is Q301. va Loma Linda Healthcare System (vallhcs) Located At 11201 Benton St, Loma Linda, Ca 92357 Is Seeking A Potential Qualified Contractor That Can Provide Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators. all Interested Entities Shall Provide Quotations For The Following: title: va Loma Linda Healthcare System (vallhcs) Inspection & Certification Of Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators. background Information: vallhcs Provides High Quality Care While Ensuring The Safety Of Its Staff, Patients, And Visitors. A Critical Component Of This Commitment Involves Ensuring That All Fume Hoods, Ventilators, Biological Safety Cabinets, And Isolators Within The Va Facilities Are Functioning Optimally And Meet Applicable Regulatory Standards. Regular Inspection And Certification Of This Equipment Are Essential For Supporting Clinical, Research, And Pharmaceutical Operations While Protecting Personnel And The Environment From Hazardous Materials. objectives: the Objective Of This Contract Is To Engage A Certified Contractor With Proven Expertise To Provide Monthly, Bi-annual Inspections, Certification, Testing And Maintenance Services For All Fume Hoods, Ventilators, Biological Safety Cabinets, Viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities And Isolators Within The Vallhs Facilities. The Contractor Will Ensure All Equipment Meets Or Exceeds Current Regulatory And Safety Standards, Including But Not Limited To Those Set By The National Fire Protection Association (nfpa), Occupational Safety And Health Administration (osha), And U.s Pharmacopeia (usp) scope: the Contractor Shall Provide All Parts Labor, Transportation, Equipment, Supervision, And Certified Personnel To Perform On-site Bi-annual And Monthly Inspections And Certifications Of Government-owned Fume Hoods, Ventilation Devices, Biological Safety Cabinets (bsc), Laminar Flow Devices, Isolators, Biosafety Hazard Hoods, Sterile Workbenches, Radiation safety Hoods, Buffer, Ante Spaces, And Pharmacy Clean Rooms (see Section 6.1). The Contractors Shall Be Responsible For Removing Or Disposing Of Hazmat. the Contractor Shall Provide Bi-annual Or Monthly Inspections, Certifications And Testing On The Equipment Listed Below: manufacturer type s/n item Number location labonco 3620904 020119684e 26754 2c05 lab Equip Co h7-48 h7-48h 40092 2c05 lab Equip Co h7-48g h7-48g unk 2c07 labonco 36209-00 247536 40138 2c07 fisher fb-pcr2 1591080398158 41427 2c22 lab Equip Co h7-48d h7-48d 40096 2c24 lab Equip Co h7-48e h7-48e 40094 2c22 lab Equip Co h7-48c h7-48c 40095 2c25 lab Equip Co h7-48b h7-48b 40097 2c26 labonco premier 160729357b unk 2c27 labonco premier 160729358b unk 2c28 labonco 3440000 070976549 39977 2c29 labonco premier 160729356b unk 2c30 lab Equip Co h7-48s h7-48s 40112 3c28 lab Equip Co h7-48r h7-48r 40111 3c27 labonco h7-48cc h7-48cc 40122 4c22b forma Scientific 1284 18565-370 45031 4c22b labonco 36209-08 257688 16334 4c22b lab Equip Co h7-48aa h7-48aa 40124 4c25 lab Equip Co h7-48v h7-48v unk 4c02 labonco 36209-00 214517 9615 4c02 lab Equip Co h7-48u h7-48u 40118 4c03 lab Equip Co h7-48y h7-48y unk 4c04 labonco 3620904 010916879e 45029 4c04 lab Equip Co h7-48w h7-48w unk 4c05 usa Scientific ac648lfuvc 42337 44237 4c05 lab Equip Co h7-48x h7-48x 40121 4c06 fisher Scientific pcr - unk 4c06 mopec - me400l09002 45782 1b25 lab Equip Co h7-48z h7-48z 6946 4c07 labonco 3440000 070976500 39976 4c07 bmc 6315-08 1dla-26 45027 1b28 labonco 3440809 080891842b 45030 4c07 lab Equip Co h3-72 143-72 45022 1b49 labonco 36209-01 192918 8742 4c07 labgard nv-629-600 12697011108 43090 1b28c bmc 6315-08 1llb-38 45018 1b51a bmc 6315-08 1llb-28 45019 1b51a bmc 6315-08 1llc-2 45020 1b51h bmc 6315-08 1llb-15 45017 1b50a bmc 6315-08 1llb-9 45016 1b50 bmc 6315-08 1lla-21 45015 1b50 labgard nv-629-600 126966111008 43091 1b30 labgard nv-629-600 126965111008 43092 1b21 labgard nv-629-600 126971111008 43090 1b22 labgard nv-629-600 126967111008 43093 1b22 nuaire nv-612-spec 80565103002 45023 1b23 nuaire nv-602-400 11674091301 40299 1b22 labonco 36209-04 990906254 28319 1b25 germfree lfgi-6usp 65-15-lug-16441 pharmacy-67087 2c-125 Cancer Center germfree lfgi-6usp 65-15-lug-1644o pharmacy-67088 2c-125 Cancer Center baker Company egb-6252 67642 pharmacy-40255 1c-27 Main baker Company egb-6252 67643 pharmacy-40168 1c-27 Main germfree lfgi-6usp 6s-15-lgu-13405 pharmacy-41505 4c-31 Main germfree lfgi-4usp 4s-15-lgu-13340 pharmacy-41506 4c-31 Main hazardous- bbf-3ssrx 3s-15-br-16215 pharmacy-trailer iv-trailer hazardous- bbf-3ssrx 3s-15-br-16216 pharmacy-trailer iv-trailer non-hazardous bvbi-3ssrx 3s-15-bvbi-16217 pharmacy-trailer iv-trailer non-hazardous bvbi-3ssrx 3s-15-bvbi-16218 pharmacy-trailer iv-trailer contractor Shall Perform The Following Testing: bi-annual down Flow Velocity
inflow Velocity
airflow Smoke Pattern Test
hepa Filter Leakage
static Pressure Reading (unit & Duct)
site Assessment
environmental Conditions For Temperature, Humidity, And Pressure
smoke Test Pattern.
airborne Non-viable Particle Counting Monthly viable Particle Surface And Air Sampling And Analysis For Medium Risk Facilities
contractor Shall Provide A Field Service Report (fsr) Via Email To The Contracting Officer Representative (cor Within Ten (10) Days Of Completed Service. Contractor Shall Provide The Fallowing Information:
type Of Equipment (i.e. Fume Hood)
manufacture
model Number
class (i.e. Aii)
serial Number
va Equipment Entry (ee) Number
building And Room The Equipment Is Located In.
test Date.
pass Or Fail
date Of Next Inspection the Contractor Shall Revalidate The Data If Any Equipment Is Added Or Removed.
the Contractor Shall Affix Label To Each Unit That Passes Certification. The Contractor Shall Affix Labels On The Day The Inspection Was Passed Or The Certification Date. The Contractor Shall Provide Label That Includes: company Name
mailing Address
telephone Number.
certificate Name ( Certificate Of Environmental Compliance To Cal Or Osha And Nfs Standard No.49 )
equipment Manufacture equipment Name
inspection Date
date Of Next Inspection
signature Of Inspector
full Printed Name Of Inspector
status: Certified unit Id Number From Contract the Contractor Shall Affix Label To Each Unit That Fails Certification. The Contractor Shall Affix Labels On The Day Od The Failed Inspection Or Certification. The Contractor Shall Provide Label That Includes: company Name
mailing Address
telephone Number.
equipment Manufacture
equipment Name
inspection Date
signature Of Inspector
full Printed Name Of Inspector
status: Failed unit Id Number From Contract contractor Shall Submit A Written Statement Of Repairs Needed (to Be Referred To As Failed Inspection Report), Including An Itemized Listing Of Parts Deemed Necessary To Certify The Unit. This Must Be Submitted To The Cor Prior To Leaving The Facility On The Day Of Attempted Certification. This Information Must Be Written In Detail So That The Cor May Pass It To A Repair Contractor (if Selected To Be Different From The Certification Contractor) Thus Enabling This Other Contractor To Bring All Materials And Parts Needed At The Time Of Service To Effect Repairs Rendering The Unit Certifiable. if A Hood Is Deemed Non-repairable, Not Meeting Industry Standards, And Failing The Test Requirements, The Contractor Shall Provide The Cor With The Failed Inspection Report Outlining Specific Non-repairable/replaceable Parts That Prevents Certification On The Same Day Of The Inspection. The Contractor Shall Notify The Cor Verbally And Through A Written Report Of Any Equipment Not Being Repaired To The Cor Prior To Leaving The Government Premises. emergency Line Item - Over And Above Repairs. over And Above Repairs - For The Emergency Services, Repairs And Maintenance That Are Over And Above The Sow, If Quote Pricing Is Within The Cor S Government Purchase Card (gpc) Threshold, The Cor Will Authorize Payment. For Emergencies Over The Cor S Gpc Threshold, Only The Contracting Officer (co) Is Authorized To Approve Contract Modifications. Additional Services Shall Be Approved By The Contracting Officer Prior To The Contractor Initiating Any Work. The Contractor Shall Provide An On Schedule- Quote To Both The Co And Cor For Review And Consideration. Additional Funding Will Be Provided By The Facility As Needed For Payment. training the Contractor Personnel Performing Inspection And Certification Services Shall Be Fully Accredited And Certified To Conduct Test, Evaluations And Certification Of The Equipment Assigned.
the Contractor Personnel Shall Have Validated Certification Of Accreditation From National Sanitation Foundation (nsf) International: Biohazard Cabinet Field Certifier Accreditation Program. The Certificate Of Accreditation Shall Specify The Initial And Expiration Dates And This Certification Shall Be Verifiable On The Nsf Website And Shall Be Provided To The Cor Ten (10) Days Fallowing Award.
the Contractor Shall Be Required To Update Accredited Contractor Personnel Certifications Throughout The Life Of The Contract As Changes Occur To Staff. New Employee Credentials Of Accreditation For Equipment On Contract And Training Certificates Must Be Submitted And Approved By The Cor Prior To The Employee Commencing Any Work On This Contract. inspections the Contractor Shall Perform Inspections Bi-annually. Inspections, Certifications, And Testing Are To Be Completed Within The First Fifteen (15) Working Days Of Each Scheduled Service.
inspections Shall Be Mutually Agreed Upon By The Cor And Contractor Thirty (30) Days Prior To The Inspection. the Contractor Is Responsible For Complying With The Inspection Schedules. period Of Performance: 30 Days From Performance Start Date. Work May Be Scheduled During The Day Or Night (depending On Load Demand), Monday Thru Friday And/or Saturday Thru Sunday.
daytime Hours: 6 Am To 4 Pm evening Hours: 4 Pm To 4 Am contractor Shall Initiate Work Within 2 Weeks Of Being Contacted By The Designated Contracting Officer S Point Of Contact (poc) Or Designee. Work Shall Be Scheduled Through The Poc Or Designee, Who Will Coordinate With Vallhcs Staff. Timelines Are Subject To Change Due To Vallhcs Operational Requirements. place Of Performance: Main Hospital Va Loma Linda 11201 Benton St. Loma Linda, Ca 92357 licensing Requirements: offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card.
ansi Certification Of Accreditation
iso/iec 17025:2017 Calibration And Testing specific Requirements: contractor Shall Schedule Start Date With Poc Or Designee Five (5) Business Days In Advance.
the Contractor Shall Provide Bi-annual Or Monthly Inspection, Certifications, And Testing On The Equipment Listed.
contactor Personnel Shall Have Valid Loma Linda Piv Badges Before Starting Work.
contractor Shall Coordinate Energy Source Lock Out /tag Out Procedures With Vallhcs Hvac Supervisor Before Starting Work. When Work Is Complete, Contractor Shall Notify The Vallhcs Hvac Supervisor That Energy Sources Will Be Restored And Require Verification.
contractor S Supervisor Or Lead Technician Are To Check In With Vallhcs Hvac Supervisor, Or In Their Absence, With Graphics Control Prior To Work Each Day.
contractor Shall Conform To The Following Standards, Policies, Regulations, Governing Agency, And Any Other Local, State, Or Federal Guidelines That Are Not Listed Here. osha 29cfr Regulations, Www.osha.gov nfpa 99, Www.nfpa.org
california Administration Code. Title 8
nsf/ansi 49
cdc/nih Biosafety In Microbiological And Biomedical Laboratories,4th Ed, May 1999
nih Guidelines For Research Involving Recombinant Dna Molecules, January 2001
american Society Of Hospital Pharmacists Technical Bulletin On Handling Cytotoxic Drug In Hospital
food And Drug Administration
joint Commission
cal/osha 5154
international Organization For Standardization (iso0 Class5,7, And 8 Criteria)
iso 17025 And 14644
cag-003 And Cag-009
iest-rp-cc002
united States Pharmacopeias (usp) 797, (usp) 800 And 116 authorized Services: only Those Services Specified Herein Are Authorized Under This Contract. Before Permitting And/or Performing Any Service Of A Non-contract Nature, The Contractor Shall Advise The Co Of The Reason (s) For The Additional Work And/or Service. The Contractor Is Cautioned That Only The Co Or His/her Designee May Authorize Additional Service That Are Within The Scope Of This Contract And That Reimbursement Shall Not Be Made Unless Prior Authorization Is Obtained From The Co. All Changes To The Contract Shall Be Issued Through A Contract Modification In Writing From The Co To The Contractor. delegation Of Authority: no Additional Service Shall Be Provided Without The Approval From The Contracting Officer (co) Or His/her Designee Of This Contract. The Contractor Shall Not Accept Any Instructions Issued By Any Other Person(s) Other Than The Co Or His/her Delegated Representative Acting Within The Limits Of His/her Authority. government-furnished Equipment (gfe) Government Furnished Information (gfi): No Government Equipment Will Be Used By The Vendor. recognized Holidays: the Following Is A List Of All Government Recognized Holidays: in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays : new Year S Day: January 1
martin Luther King S Birthday: Third Monday In January
president S Day: Third Monday In February
memorial Day: Last Monday In May
juneteenth Independence Day: June 19
independence Day: July 4
labor Day: First Monday In September
columbus Day: Second Monday In October
veterans Day: November 11
thanksgiving Day: Fourth Thursday In November
christmas Day: December 25 If A Holiday Falls On Sunday, The Following Monday Shall Be Observed As The Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A Legal Holiday By U.s. Government Agencies. Also Included, Would Be Any Other Day Specifically Declared By The President Of The United States Of America To Be A National Holiday. contractor Employees And Badges: Contractor Personnel Shall Present A Neat Appearance And Be Easily Recognized As Contractor Employees. Examples: Wearing Of Distinctive Clothing Such As Uniform, Badges, Patches, Etc.
all Contractor Personnel Shall Be Required To Wear Va Always Provided Identification (i.d.) Badges Above The Waist While On The Va Grounds. Contractor Shall Be Required To Coordinate With The Cor To Obtain The Va Provided I.d. Badges For All Staff. All Va Provided I.d. Badges Shall Be Returned At The End Of The Contract Or Upon Completion Of Service. Failure To Wear Id Badges May Result In Removal From Any Of The Va Facilities And/or Otherwise Referred To Government Property. safety And Ppe Equipment: Personal Protective Equipment Shall Be Provided For Each Contractor Employee By The Contractor. Possession Of Weapons Are Prohibited. smoking And Vaping Policies: Smoking And Vaping Are Prohibited On Government Property. parking: it Is The Responsibility Of Contractor Personnel To Park Only In Designated Parking Areas. Parking Information Is Available From The Va Security Service. The Va Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor's Personnel Under Any Circumstances. complaints: contractor Shall Promptly And Courteously Respond To Complaints Within Three (3) Working Days To The Cor. Including Complaints Brought To The Contractor S Attention By The Co. Contractor Shall Maintain A Written Record Of All Complaints, Both Written And Oral Showing The Identity Of The Individual, The Nature Of The Complaint, And Contractor S Response. Contractor Shall Permit The Government To Inspect The Written Records Of Complaints Upon Reasonable Notice From The Co. required Submittals With Quotes Shall Include Following: proof Of:
offeror Must Possess A 30-hour Occupational Safety And Health Administration (osha) Safety Card.
ansi Certification Of Accreditation
iso/iec 17025:2017 Calibration And Testing the Contract Period Of Performance Is 2-5-2025 1-31-2030, With An Fop Of Destination. place Of Performance/place Of Delivery:
va Loma Linda Healthcare System 11201 Benton St
loma Linda, Ca 92357 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022). addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (sep 2023). the Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(4), (5), (9), (11), (12), (18), (26), (31), (33), (34), (35), (36), (37), (39), (40), (55), (63), (c)(1), (2), (7), (8). all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices. all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers. all Quotes Shall Be Sent To The Network Contracting Office (nco): Koby.thiel@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, And Past Performance, With Price More Important. past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating. the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. questions Shall Be Received Not Later Than 01-29-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366. final Submission Of Your Response Shall Be Received Not Later Than 02-03-2025, 8:00 Am Mst At Koby.thiel@va.gov Only. Subject Line Should Include Response To Rfq 36c26225q0366. submissions Shall Include Your Quote As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). all Quotes Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. koby.thiel@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Introduction
(previously Posted Under Sources Sought Notices 36c24125r0008 And 36c24125r0051)
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.
nco 1 Looks Forward To Interest Of Well-qualified New Entrants To Contracting With The Veterans Health Administration Including The Interest Of Sb And Wosb Contractors And Especially Responses From Verified Sdvosb/vosb Firms. This Notice Is Published To Conduct Market Research To Determine If There Is A Sufficient Number Of Verified Sdvosb S, Vosb S, Wosb S And Sb S Capable Of Performing The Requirements. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Appropriate Set-aside. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. 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 Provide 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. 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 An Active Sam Registration. Visit Https://sam.gov/ To Register In This Database. Sdvosb Or Vosb Firms Shall Be Certified By The Veterans Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/. all Information Must Be Submitted In Sufficient Detail For A Decision To Be Made. Failure To Submit All Information Requested May Result In A Contractor Not Being Considered As An Interested Concern. If Adequate Interest Is Not Received By 4:00 Pm Est On January 31, 2025, This Action May Not Be Set-aside For Sdvosbs, Vosbs, Wosbs, Or Small Business Firms. Interested Firms Must Reply Via E-mail To Alexis.duda@va.gov, Kyle.kiepke@va.gov, And Heather.libiszewski-gallien@va.gov With The Subject Attention: 36c24125q0207 - 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.
PUBLIC BUILDINGS SERVICE USA Tender
Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: 47pb0024r0049amendment 007 amendment 7 Will Attach Three Documents. Attachment 127 Is The Updated Rfi Spreadsheet. Look Specifically At The Last Tab Dated 12/17/2024 For Responses To Various Offeror's Questions.attachment 128 Will Replace Attachment 26 A.0 Sow Cmc Houlton Lpoe Final 2024 08 02 And Is Titled As "128. A.0 Sow Cmc Houlton Lpoe Final Revised 2024 12 17." Note That The Cover Page Incorrectly Still Shows The Previous Date Of August 2, 2024. Attachment 129 Will Replace Attachment 77. Exhibit D 2325-gsa-houlton Me Lpoe_design Options By Specifically Updating Page 2 And Page 3 In Item 77. It Will Be Added As Attachment 129. Exhibit D 2325-gsa-houlton Me Lpoe_design Options. As A Reminder, Amendment 6 Stated Which Attachments Were Deleted (78 Through 94) As Those Are The Updated Files That May Have Been Duplicated. We Are Not Be Reloading Any Of Those Files That Replaced The Deleted Files. 47pb0024r0049amendment 006 the Contracting Officer Has Approved An Extension To January 16, 2025, 2:00 Pm Est For Receipt Of Proposals. The Following Changes Have Been Made: Attachments 78 Through 94 Have Been Deleted In Their Entirety And Replaced With Updated Attachments From The Final Concept Development Documents. The Following Attachments Were Updated And Numbered 99 Through 102; 104 Through 108a; 110 Through 123; And 125 Through 129.specifically, Attachment 126. Houlton Lpoe Cmc Rfi Tracker Sheet Is Updated Through December 6, 2024 Only As Shown Under The Last Tab Of That Document.access To These Documents Will Be Contained Through The Google Drive: Houlton Cmc Secure Documents That May Have Been Granted To Offerors If Already Requested. If You Have Not Completed A Form B And Cbp Nda Form, Please Do So Access Can Be Provided To These Documents.
if You Have Any Problems With Access, Please Contact Paul Murphy At Paul.murphy@gsa.gov. 47pb0024r0049amendment 005 the Contracting Officer Has Approved An Extension To December 12, 2024, 2:00 Pm Est For Receipt Of Proposals.additionally, Attachment 99. Houlton Lpoe Cmc Rfi Tracker Sheet 2024 11 22 Is Provided As The Government Response To Additional Comments/question By An Offeror And Hereby Shared With All Offeror's. 47pb0024r0049amendment 004 the Contracting Officer Has Approved An Extension To December 5, 2024, 2:00 Pm Est For Receipt Of Proposals. 47pb0024r0049amendment 003 added Attachments 33. A.7 Gsa P-100 2021 With 2022 Addendum Final (326), 35. D.4 P100 Submittal Matrix V10
cmc 2021, 58. Gsa Program Development Study 100% Pds Report 2021 02 08 (559), And 69. Roof Moisture Analysis Report
houlton 2020 06 23 (22) Did Not Get Posted On 10/04/2024. They Are Added Under Amendment 0003. additionally, Attachment 98. Rfi Site Visit Tracker Is Provided As The Government Response To Rfi By Offerors. 47pb0024r0049amendment 002 added Attachment 72 Final Houlton Pre-proposal Meeting Presentation 2024 10 10. A Courtesy Copy Was Sent Via Email To People That Were On The Invitation List Even If They Did Not Attend The Individual Meetings. It It Attached Here So All Contractors, Whether They Requested Attendance Or Not, Will Know Of The Discussions. added Clarifying Price Proposal Language Below: under Volume Ii - Price Proposal - Part 3 - Price Proposal "other Than Certified Cost And Pricing Data" Documentation. Uniformate Ii Classification Framework. under Volume Ii - Price Proposal
(1) Contents
· Price Proposal On Sf-1442 (signed) â Solicitation, Offor, And Award. The Price Proposal Shall Consist Of The Sf-1442 And The Agreement. Indicate The Total Contract Price From The Completed Contract Price Form In Block 17 Of The Sf 1442, Which Must Be Fully Executed By The Offeror.
· A Completed Contract Price Form Included As Part Of The Sf-1442 And In Section Ii Of The Agreement.
· Other Than Certified Cost And Pricing Dataâ Documentation. Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). note: The Price Proposal Must Be Separately Bound From The Phase Ii Technical Proposal. iv.l. Requiring Certified Cost Or Pricing Data [15.403-4] iv.l.a. Far 52.215-20 Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021), Alternate Iv (oct 2010)
(a) Submission Of Certified Cost Or Pricing Data Is Not Required.
(b) Provide Data Described Below: Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). added Attachment 75 Presolicitation In Sam 2024 08 27. added Attachment 76 Pre-proposal Site Visit Attendance Sheet 2024 10 17 added Attachments 77 - 94 Provide Additional Design Information As Requested.
77 Exhibit D_2325-gsa-houlton Me Lpoe_design Options; 78 Exhibit D.1_lpoe Houlton Concept Development Design Package; 79 Exhibit E_ Lpoe Houlton Concept Development Calculation Package; 80 Exhibit E.1_mpbroof Structure; 81 Exhibit F_mep Basis Of Design Narrative; 82 Exhibit G_mep Concept Development Design Alternates; 83 Exhibit G.1 Mepfp Equipment; 84 Exhibit H_houlton Lpoe_facade Options & Ira Lec Materials_concept Development Memo; 85 Exhibit J Houlton Leed Nc Scorecard; 86 Exhibit J.1_gsa Sustainable Buildings_checklist; 87 Exhibit J.2_conceptdevelopmentenergyanalysisnarrative; 88 Exhibit U_(cui) Houlton Me Dbt_msr_fsl; 89 Exhibit V_houlton Lpoe Pre-renovation Rbm Survey Report 2024-06-25; 90
exhibit X_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 91 Exhibit Y_flood Level Diagram From 2024-07-02_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 92 Exhibit Z_(cui) Passwords; 93 Exhibit Aa_national Operational Excellence Checklists_concept Development; And 94 Exhibit Bb_houlton Me Lpope_concept Development Specifications Table Of Contents. several Required A Completed Form B Under Attachment 5 And A Completed Cbp Nda Authorization Letter Signed For Access. If You Have Alreadysubmitted These To The Contracting Officer Prior To October 24, 2024, Just Email Again For Access. note: The Facade - Precast Panels And Terracotta Rainscreen - Colors Will Be Selected In The Next Phase By The Architecture Engineering (ae) Design Firm Marvel Architectures. Additionally, Hvac - Vrf, The A/e Will Select The Vendor That Meets Most Of The Gsa Requirements (hvac And Controls). added Attachment 95 Ira Program Construction Solicitation Desk Guide - Dated October 1, 2024. This Is A Revision
of Any Previous Construction Solicitation Desk Guide That Provides Guidance For Ira-funded Construction Projects
that Contain Low Embodied Carbon (lec) Materials, Including Pre-solicitation, Solicitation, And Agreement Guidance,
evaluation Factor Requirements, Review And Approval Requirements, And Post-award Requirements. It Also Includes
standard Scope Of Work Language For Actions Related To The Construction Project (design Services, Cma, And Cxp
services) For Lec Materials, High Performance Green Buildings, And Emerging And Sustainable Technology Projects. added Attachment 96 Houlton Lpoe Cmc Rfi Tracker Sheet 2024 10 23 - Conference Rfis Containing Questions
asked By Offeror's And Official Government Responses For The Pre-proposal Conference Only. added Attachment 97 Solicitation Document L - Uniformat Ii - Level 3 Detail Reference Guide Reference Above In
pricing Information Area. 47pb0024r0049amendment 001 the Following Changes Were Made Effective On 10/08/2024: a. Replaced 5. Form B - Request For Construction Documents 2024 10 04 With 5. Form B - Request For Construction Documents 2024 10 08 And Unlocked It. b. Replaced6. Cbp Non-disclosure Agreement Form 2024 10 04 With6. Cbp Non-disclosure Agreement Form 2024 10 08 And Unlocked It. c. Replaced 7. Pre-proposal Conference R1 2024 10 04 With 7. Pre-proposal Conference R1 2024 10 08 Which Provides The Following Clarification: 1. Thepre-proposal Conferencewill Be Held Virtually Onoctober 10, 2024 At 10:00 Am. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 18, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About October 25, 2024. d. Replaced 8. Pre-proposal Site Visit R1 2024 10 04 With Attachment - 8. Pre-proposal Site Visit R1 2024 10 08 Which Provides The Following Clarification: 1. The Site Visitwill Be Held Onoctober 17, 2024 At 1:00 Pm. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 25, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About November 1, 2024. e. Added New Attachment - 73. Contract Price Form Spreadsheet 2024 08 28. f. Added New Attachment - 74. Cost Accounting Standards Board Disclosure Statement Casb Ds-1 Omb Form Number 0348-0051 a. The Corrected Proposal Due Date Is Thursday, November 21, 2024. this Is A Construction Manager As Constructor (cmc) / Construction Manager As Risk (cmar) Services For U.s. Customs And Border Protection (cbp) Land Port Of Entry (lpoe) At Houlton, Maine. The Cmc/cmar Services Is For The Facilities Repair And Alterations Project And Includes Requirements For Design Phase Services And Construction Phase Services. design Phase Services Will Be Awarded On A Firm-fixed Price Basis. Construction Phase Services Will Be Awarded With A Guaranteed Maximum Price (gmp). This Project Is Part Of The Bipartisan Infrastructure Law (bil) And Is Also Targeted For Inflation Reduction Act (ira) Funding. this Solicitation Sets Forth Requirements For Proposals For A Contract To Construct The Project Described In The Solicitation Documents. Proposals Conforming To The Solicitation Requirements Will Be Evaluated In Accordance With The Method Of Award Set Forth Herein. the Government Will Award The Contract To The Selected Offeror, Subject To The Conditions Set Forth Herein. the Offeror's Proposal Submitted In Response To This Solicitation Shall Constitute A Firm Offer. No Contract Shall Be Formed Unless And Until The Contracting Officer Has Countersigned The Sf 1442 Submitted By An Offeror And Delivered Back To The Contractor, A Copy Of The Sf 1442 With Original Signatures Together With The Agreement Reflecting The Offeror's Proposed Prices. offers Providing Less Than One Hundred And Twenty (120) Calendar Days For Government Acceptance After The Date Offers Are Due Will Not Be Considered And Will Be Rejected. the Magnitude Of Construction Is Estimated Within The Range Of $22,000,000 And $32,000,000. Offeror's Are Cautioned That Price Proposals Exceeding This Range May Be Determined Ineligible For Award Based On Budgetary Limitations. This Range Does Include Potential Inflation Reduction Act (ira Funding). price Proposal Exceeding This Range May Be Eligible To Have Their Technical And Price Proposal Evaluated Unless The Contracting Officerdetermines That The Number Of Proposals That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted. The Contracting Officer May Limit The Number Of Proposals In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Proposals. technical And Price Proposals Must Be Clearly Labeled And Must Be Sent As Separate Attachments So They Can Be Evaluated Separately. Failure To Do So Will Determine The Offeror's Submission As Non-responsive And Will Be Eliminated. The Contracting Officer And/or Contracts Specialist Will Not Be Responsible To Separate Any Technical Document That Contains Pricing Information. this Solicitation Is Not Set Aside For Small Business, However, Both Small And Large Businesses Are Encouraged To Participate. Offeror's Must Ensure That Sam.gov Shows That The Offeror Has North American Industry Classification System (naics) Code 236220 (commercial And Institutional Building Construction) And Meets The Small Business Size Standard Is $39.5 Million Average Annual Receipts. It Is The Responsibility Of The Offeror To Ensure This Information Is Updated At The Time Of Submission Of Their Proposal. see The "a. Presolicitation In Sam 2024 08 27" For Additional Details. Changes To The Presolicitation Include:the Solicitation Posting Date Has Changed From September 26, 2024 To October 3, 2024.the Proposal Submission Date Has Changed From November 26, 2024, 2:00 Pm Est To November 11, 2024, 2:00 Pm Est. for Access To Public Building Services (pbs) General Services Administration (gsa) Documents, See "b. Form B - Request For Construction Documents 2024 08 07" That Must Be Completed In Its Entirety And Signed.failure To Complete This Document In A Timely Manner Does Not Warrant Any Request For An Extension To The Proposal Due Date. The Document Must Be Sent To Paul.murphy@gsa.govbefore Access To These Pbs/gsa Documents Are Provided. additionally, The Department Of Homeland Security, U.s. Customs And Border Protection, Facilities Management And Engineering Field Operations, Facilities Program Management Office, Non-disclosure Agreement. See "6. Cbp Non-disclosure Agreement Form 2024 10 04" That Must Be Completed In Its Entirety And Signed. This Document Must Be Sent To Lawrence.a.comiskey@cbp.dhs.gov And A Copy Sent To Paul.murphy@gsa.gov Before Access To Cbp Documents Are Provided. a Pre-proposal Conference Is Scheduled For Thursday, October 10, 2024, At 10:00 Pm Est. A Letter Is Attached To This Solicitation "7. Pre-proposal Conference 2024 10 04". a Pre-proposal Site Visit Is Scheduled Forthursday, October 17, 2024, At 01:00 Pm Est.a Letter Is Attached To This Solicitation "8. Pre-proposal Site Visit 2024 10 04". there Are 71 Attachments To This Solicitation.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package this Is A Sources Sought Notice For Market Research Only. no Award Will Be Made From This Sources Sought Notice. this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice. jefferson Barracks National Cemetery,
sylvan Springs, Phase 1a Expansion project Scope the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation. project Description:
the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri. the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827. this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds. this Project Will Provide For The Following Elements And Features: base Bid General Construction: the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed. work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished. replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003. interment Areas: casketed Remains: a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites
b) Approximately 2,100 Traditional Casket Gravesites cremated Remains: a) Approximately 10,900 In-ground Cremation
b) Approximately 5,000 Columbarium Niches base Bid Furnish Pre-placed Crypts: procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts. additive Items Subject To Budget Adequacy: additive #1 Maintenance Yard: install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation. additive #2 Storage Building: install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing. additive #3 Satellite Maintenance Building: install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building. additive #4 Demolish/replace Committal Shelter #4: demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage. --- End Of Project Scope --- project Labor Agreement (pla): a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). federal Acquisition Regulation (far) 22.503 Policy: (a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. (b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will- (1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law. (c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details. 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?
yes/no comments:
--- End Of Pla Questionnaire --- contractor Capability Statement Package:
firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package: cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address. business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.). if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification. bonding Capacity: provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between $50 - $100 Million. contractor Capability Statement Shall Include, But Not Be Limited, To The Following: corporate Experience: provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And
demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics: a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres). b. State/local/private Cemetery Projects.
c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration. d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres. describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can:
i. Mass/fine Grading & Excavation Site Utilities
prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres. ii. Site Utilities
demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites.
demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source.
demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal.
iii. Paving
paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres. experience In Missouri Or Similar Climates Is Preferred, But Not Required.
iv. Landscaping
landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri. v. Irrigation
irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It.
vi. Precast Concrete Burial Components
demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It. vii. Phasing And Continuity Of Operations
demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations. current Project List: provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include: project Type
award Amount
award Date estimated Completion Date
---- End Of Contractor Capability Statement Package --- please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov). --- End Of Sources Sought Notice ---
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii. general Statement Of Work Summary: the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300
ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown
central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass
curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The
illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton
construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia
award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent
entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public
and Created A Strong Sense Of Entry For Pjkk. on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January
24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is
probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel
installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over
a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see
volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire
damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion
includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United
states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point
locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere
to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While
also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And
smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also
include Solutions For The Following Known Building Maintenance Issues: 1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created
issues For Regular Maintenance And Care. 2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult
to Replace. in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The
entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard
are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental
appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response
to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol.
the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden
courthouses. initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s.
courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To
analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The
countermeasures For The Pjkk Courthouse In Honolulu, Hi: 1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And
ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala
moana Boulevard, Excluding Ground Level Windows Along The United States
marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard:
● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced
entry Resistance Per Astm F3038 Or Dept Of State (dos)
sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The
standard That Shall Apply.
● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing
system
● Contractor Is Responsible To Field Verify And Measure Each Opening.
2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design
drawings For Specific Locations):
● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule
doors Shall Be Equipped With Hardware And Controls To Engage
electro-magnetic And/or Electro-mechanical Remote Locks.
● Remote Locks Shall Give The Ability For The Court Security Officers And The
usms To Lock All Doors Immediately In Case Of An Emergency.
● Remote Lock Override Control Shall Run To The Main Usms / Cso Control
room the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And
doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler
designed Pjkk Entry Pavilion. the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry
resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm
standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration,
however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension)
of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And
the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered
acceptable. Support Documentation Shall Be Provided Prior To Installation. the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure,
build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points,
the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door
upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical,
electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure. the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And
construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00
am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To
maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m.
weekdays. the Project Delivery Method Is Design-build (db).
the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required
to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening
project. design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii
licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design
development, Construction Documents, Basis Of Design Documents, Site Investigation, Site
measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination,
contract Administration, Contract Close-out, Record Drawings And As-builts.
construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of
security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project
schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall,
mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples,
submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure,
protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary
barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes,
file And Record Management, And All Other Work To Meet The Contract Requirements.
Bgis Pwgsc Rp1 Tender
Civil And Construction...+2Others, Building Construction
Canada
Closing Date5 Feb 2025
Tender AmountNA
Details: The feasibility study must evaluate the implementation of universally accessible toilets that comply with the Cnb, the Csa-b651 standard and the Real Estate Management Directive. It includes the evaluation of the capacity of the toilets, the number required for each gender, as well as new accessible toilets. The report will propose options for each floor, with plans, cost estimates, and an analysis of the advantages and disadvantages. The study will also examine the capacity of the plumbing, HVAC and electrical networks, as well as the compliance of low-consumption water (watersense) equipment. If a shower is added, it must be accessible. The option of adapting drinking fountains to accessibility standards will also be considered.
National Institutes Of Health Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
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.
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment). as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required. 1. Contract Information: these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310. the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc. work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract. three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract. the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7 in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees. “any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”. if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer: required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions. approximate Award Date: June 2025 the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414. 2. Project Information: a-e Services May Include But Not Be Limited To The Following: general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries. architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following: construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings antarctic/cold Region Construction. whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems. architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops. new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp. mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems. topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services. asbestos And Lead Abatement Services Related To Building Renovation Or Demolition. perform/conduct Design Charrettes Including Eco-charrettes prepare Studies (to Include Building, Energy, Life-cycle Studies) prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation. site & Infrastructure/seismic Design In Accordance With The Ufc’s development Of Design Criteria And Basis Of Design design Work Analysis And Technical Specifications nepa Documentation And Coordination historic Architecture And Section 106 Consultation preparation Of Permit Applications. preparation Of Design/build Documents preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions. preparation Of Designs Including Hemp And Scif Areas. preparation Final Design Construction Documents antiterrorism/force Protection Design In Accordance With Applicable Ufc’s sustainable Design/gbi/net Zero Strategy Development cost Estimating Using The Latest Version Mii [m2] Software. value Engineering Studies And Cost Schedule Risk Analysis (csra). preparation Of Deliverables In Building Information Modeling (bim) Format. drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd) demonstrated Construction Phase Services: design During Construction preparation Of Operation And Maintenance Manuals providing Technical Assistance – Responding To Requests For Information (rfis) design Build Conformance Reviews shop Drawing Review – Review Of Shop Drawings And Submittals conduct Site Visits commissioning/enhanced Commissioning; Fit-up Design Support project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project. projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract. 3. Selection Criteria: primary Selection Criteria: the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion). criteria A Through E Are Primary Selection Criteria. criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms. the Firm Is Required To Have The Following Specific Design Capabilities: a. Specialized Experience And Technical Competence In: submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered. the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following: - Planning And Scheduling Management Of Fast Track Designs, - Working On Military Installation Projects, - Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey), - Preparing Drawings In Autocad And Autocad Revit, - Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures. on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: projects Demonstrating Experience Working At Military Installations Within Nan Boundaries. projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits. projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better. projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391. projects Demonstrating Experience With Fast-tracked Designs. projects Demonstrating Experience Utilizing A Design Quality Control Plan projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks. b. Qualified Registered Professional Personnel In The Following Key Disciplines: project Manager (p.e. Or R.a. Required) quality Assurance Manager (p.e. Or R.a. Required) architecture (r.a. Required) structural Engineering (p.e. Required) civil Engineering (p.e. Required) mechanical Engineering (p.e. Required) electrical Engineering (p.e. Required) fire Protection Engineering (p.e. Required) landscape Architect (r.la. Required) cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength) geotechnical Engineering (p.e. Required) certified Industrial Hygienist (cih Required) licensed Interior Designer (ncid Required) land Surveyor (p.l.s. Required) anti-terrorism/force Protection Specialist (p.e. Required) blast/explosives Safety Engineering (p.e. Required) industrial Engineering (p.e. Required) industrial/process Engineer (p.e. Required) lean-six Sigma Professional historic Preservationist environmental Engineering (p.e. Required) lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp)) certified Value Specialist (cvs Required) telecommunications Engineering (rccd Required) master Planner (p.e. Or R.a. Required) the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330. senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered. additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above. fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions: i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering. ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written examination. iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation. the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract. c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered. d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team. e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference. secondary Selection Criteria: f. Geographic Proximity In Relation To Ny District Boundaries. g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts. 4. Submission Requirements: interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files. no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process. the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board. supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/ submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day. for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions). interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project. firms Must Be Registered In The Following: Https://www.sam.gov/ naics Code’s Are 541330 And 541310. interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
621-630 of 643 archived Tenders