Hvac Tenders
Hvac Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice
sources Sought Notice
page 6 Of 6
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 6
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 339113 - Surgical Appliance And Supplies Manufacturing Psc 6530 Hospital Furniture, Equipment, Utensils, And Supplies Naic Size Standard Of 800 Employees For The Beckley Vamc.
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Fedbizopps (fbo) Or Gsa Ebuy.
requested Information
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size. If Vendor Is Interested And Capable, And Can Provide The Required Product/service, Please Provide The Requested Information For Questions 1-15 As Indicated Below:
is This Service/product Priced On Vendor S Gsa/sewp/fss/nac/sac Contract? Yes/no
if Yes, Provide Vendor Government Contract Number Or Leave Blank?
is This Service/product Open Market Pricing? Yes/no
is Open Market Priced Online? Yes/no
provide Vendor S Business Size Status And Representations Naic And Psc Code?
does Vendor Have Capability, Product, And Interest For Brand Name Patient Lift System End Item Product Requirement? Yes/no
does Vendor Have Capability, Product, And Interest Of An Equal Patient Lift System End Item Product? Yes/ No
if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information.
where Is Brand Name End Item Patient Lift System Product Place Of Manufacturer,- Complete Table Below?
where Is Equal End Item Patient Lift System Product Place Of Manufacturer- Complete Table Below?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Brand Name End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Equal End Item Product?
provide 2024 Signed Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer.
sow
general Information
brand Name Sow Patient Lift System Install/deinstall Or Equal Purchase And Authorized Installer Requirement
minium Technical Requirement
2.7.1. Fixed Ceiling Lift
2.7.1.1. Manual Traverse
2.7.1.2. Lift Motor: 24 Volt
2.7.1.3. Lift Capacity At Least 600 Lbs
2.7.1.4. Unit Weight Max 45 Pounds
2.7.1.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.1.5.1. Lift Life Total Count
2.7.1.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.1.5.3. Number Of Lifts In The Last 7 (seven) Days
2.7.1.5.4. Average Number Of Lifts Per Week
2.7.1.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.1.6.1. Lifting Strap Life Total Count
2.7.1.6.2. Critically Low Battery Life Count
2.7.1.6.3. The Total Number Of Weightings
2.7.1.6.4. Total Lifting Time
2.7.1.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet Usb/cord Connection Solution).
2.7.1.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.1.9. Requires Emergency Stop Function
2.7.1.10. Requires Emergency Lowering Capability
2.7.1.11. Requires Manual Lowering Capability
2.7.1.12. Rails Must Provide Continuous In-rail Charging
2.7.1.13. Lifts Must Be Safe For Bathroom Use
2.7.1.14. Requires Integrated Compatible Scale Module
2.7.1.15. Requires Lowest Position To Reach The Floor
minimum Technical Requirement
2.7.2. Bariatric Ceiling Lift
2.7.2.1. Manual Traverse
2.7.2.2. Lift Motor: 24 Volt
2.7.2.3. Lift Capacity At Least 1000 Lbs
2.7.2.4. Unit Weight Max 45 Pounds
2.7.2.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.2.5.1. Lifts Total Count
2.7.2.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.2.5.3. Total Count Of Lifts In The Last Seven Days
2.7.2.5.4. Average Count Of Lifts Per Week
2.7.2.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.2.6.1. Lifting Strap Life
2.7.2.6.2. Critically Low Battery Life Count
2.7.2.6.3. The Total Weightings Count
2.7.2.6.4. Total Lifting Time/hours
2.7.2.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet/cord/ Usb Connection Solution).
2.7.2.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.2.9. Requires Emergency Stop Function
2.7.2.10. Requires Emergency Lowering Capability
2.7.2.11. Requires Manual Lowering Capability
2.7.2.12. Rails Must Provide Continuous In-rail Charging
2.7.2.13. Lifts Must Be Safe For Bathroom Use
2.7.2.14. Must Include Integrated Scale
2.7.2.15. Must Be Able To Reach The Floor In Its Lowest Position
2.7.3. Accessories / Supplies
2.7.3.1. Disposable Slings One Of Each Size (m, L, Xl, Bariatric, Repositioning, Limb) For Each Installed Lift.
2.7.3.2. Reusable Slings (m-8 Qty, L-8 Qty, Repositioning-22 Qty)
2.7.3.3. Tracks/rails For Each Lift
2.8.1.1.1. Phased Installation/destination Delivery Throughout The Hospital To Minimize Patient Impact. Vendor To Coordinate With Cor For Room Downtimes And Access.
2.8.1.2. Travel Cost And Time
2.8.1.3. Inspection Of Existing Rails And Correction Of Any Deficiencies
2.8.1.4. Provide Structural Support Calculations For Each Room/lift System
2.8.1.5. Ceiling Lift Installation And Certification
2.8.1.5.1. To Be Completed In Accordance With Va Installation Or Relocation Checklist For Ceiling Mounted Patient Lifts (attached)
2.8.1.6. Vendor Must Follow All Vha Infection Control Risk Assessment (icra) And Vha Pre-construction Risk Assessment (pcra) Protocols.
2.8.1.6.1. This Will Include But Will Not Be Limited To:
2.8.1.6.1.1. Hepa Filters, Hvac Isolation, Block Off/seal Air Vents, And Sticky Mats At The Entrance Of Work Site
2.8.1.6.1.2. Specific Requirements To Be Determined Post-award On A Room By Room Basis.
2.8.1.7. Vendor Is Responsible For All Incidental Drywall Repairs, Repainting Of Walls That Is Required To Install Structural Supports
2.8.1.8. Vendor Is Responsible For Running Additional Electrical Lines As Necessary.
2.8.1.9. Va Electricians Will Handle Lock Out Tag Out Procedures For Any Existing Lines.
2.8.1.10. Vendor Is Responsible For Deinstall For Existing Equipment Removal Of Existing Lift Systems, Tracks, And Etcc That Is Being Replaced On 6 Floors.
2.8.1.11. Vendor Shall Destination Deliver All Equipment And Track Equipment To The Beckley Vamc When The (1st-6th Floors) Sites Are Ready For Installation.
2.8.1.12. Vendor Is Responsible To Track And Manage Equipment Until It Is Fully Operational And Installed.
2.8.1.16. The Vendor Shall Remove All Related Shipping Debris And Packing From The Va Facility.
2.8.1.17. Vendor Delivery Shall Be Completed With Cor Approval Between 8:00 A.m. And 3:30 P.m. Monday Friday. All Federal Holidays Are Excluded.
2.8.1.18. Vendor Delivered Materials To Job In Manufacturer's Must Be In Original Sealed Containers With Po Number On The Outside Of Box.
2.8.1.19. Vendor Is Responsible For Package Damage Or Deterioration During Shipment, Handling, Storage, And Until Fully Operational Installation.
2.8.1.20. Vendor Is Responsible To Store Products In Dry Condition Inside Enclosed Facilities Until Ready For Delivery And Install.
line Itemâ no.
country Of Origin
â
â
â
â
â
â
notes
all Capability Statements And Responses Rfi Questions In This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 1/28/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Date28 Jan 2025
Tender AmountRefer Documents
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Others
France
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.
Closing Date5 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Details: The Nevada Air National Guard, 152nd Mission Support Group Contracting Office 1776 National Guard Way Reno Nv 89502 Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest And Industry Technologies Available To Support/provide Professional Artchitect-engineering Services (title I) Necessary To Develop A New Design For The Construction Of The Fuel Cell Hangar At The Nevada Air National Guard Base, Reno, Nv.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement, If A Requirement Materializes. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
objectives Of The Sources Sought
understand The Level Of Interest And Availability Of Potential Vendors That Could Provide The Requested Design Solution.
identify Issues, Roadblocks, And Barriers To Successful Solution Implementations.
obtain Vendor Feedback On If The Vendor Will Utilize Any Subcontractors Or Teaming Arrangements.
identify If A Total Solution Can Be Provided Via Open Market Contractors.
provision Of Other Benefits Of Leveraging A Turnkey Solution.
comments Regarding Any Ambiguities Or Needed Clarifications Of The Draft Technical Specifications.
obtain Vendor Feedback On Any Other Pre-existing Contracts That Might Meet This Need.
program Background
the Fuel Cell Hangar Was Designed In 1997 And Was Constructed In 1999 To Support C-130 Aircraft Maintenance Operations. Since 1997, The Authorized Square Footage (sf) For A C-130 Fuel Cell Hangar Has Increased Due To Safety Requirements, Maintenance Procedures, And Airframe Size. Per Current Ufc, The Buffer Zone Around The Aircraft Nose And Wingtip Is 15 Feet. Currently, The Clearanace At The Nose Is 9 Feet While The Clearance In Front Of The Engines Are 10 Feet To The Nearest Structure. The Fuel Cell Hangar Primarily Supports Two Aircraft Maintenance Functions, Maintenance Dock, And Corrosion Control. The Fuel Cell Maintenance Dock Currently Operates At 83% Of The Authorized Sf. To 1-1-691, Requires Aircraft Be Washed Every 180 Days And At Completion Of An Isochronal Inspection (iso). Aircraft Washing Is Crucial For Nevada’s Aircraft Due To The Fire-retardant Chemical That Is Utilized As Part Of The Modular Airborne Fire Fighting System (maffs). Insufficient Sf In The Maintenance Dock Doesn’t Allow For Ground Cleaning Equipment To Transition Around The Aircraft Without Placing The Main Hangar Door In The Open Position. During The Winter Months, The Open Hangar Door Allows For Freezing Rain And Snow To Deposit On The Maintenance Dock Floor Creating A Safety Hazard And An Extremely Cold Work Environment. Corrosion Control Operates At 55% Of The Authorized Sf. This Sf Shortfall Forces Equipment And Aircraft Parts Be Stored In The Paint And Media Blasting Preparation Area. Equipment And Parts Are Constantly Relocated Outside Of The Facility, Or Placed On The Maintenance Dock Floor To Allow Access To The Preparation Area. Additionally, The Primary Media Blasting Room Is Currently Inoperable Due To A Risk Assessment Code (rac) For Improper “dirty/clean” Transition Zones Per Ufc 4-211-02. All Media Blasting Is Currently Performed In Smaller Self-contained Blasting Cabinets. The Blasting Cabinets Only Accommodate Smaller Parts And Require Additional Operating Space For Parts Handling And Circulation.
required Capabilities
the Government Requires Designs For The Construction Of A New Fuel Cell/corrosion Control Facility Utilizing Conventional Design And Construction Methods To Accommodate The Mission Of The 152nd Aircraft Maintenance Group. Facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Provide Reinforced Concrete Foundation And Floor Slab With Steel Framed Walls And Roof Structure. Include Fire Suppression, Hvac And Electrical Distribution. Exterior Work Includes Pavements, Utilities, Drainage, And Communication Support. Air Conditioning 12 Tons.the A-e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. The A-e Will Need To Work Extensively To Ensure Understanding And Compliance With All Federal, State, And Local Codes, Criteria, And Permitting Requirements. The A-e Must Accomplish The Required Services And Furnish To The Government Reports And Other Data Together With Supporting Material Developed During The Period Of Performance As Set Forth Herein. The A-e Must Provide Services To The Government During Solicitation And Construction Of The Project As They Pertain To Correcting Ambiguities, Errors, Deficiencies, And Omissions In The Design.
special Requirements
any Resulting Contract Shall Be Compliant With The Specialty Metals Restriction Of The Berry Amendment (10 U.s.c. 2533a And 2533b) In Accordance With Dfars Clauses 252.225-7008 And 252.225-7009.
eligibility
the Applicable Naics Code For This Requirement Is 541330 With A Small Business Size Standard Of $25.5m. Large And Small Businesses Interest Is Being Requested. The Product Service Code (psc) Is C211.
submission Details
interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten 8.5 X 11 Inch Pages, Font No Smaller Than 10 Point) Demonstrating Ability To Provide The Products/systems Listed In This Technical Description. Documentation Should Be In Bullet Format. No Phone Or Email Solicitations With Regards To The Status Of The Rfp Will Be Accepted Prior To Its Release.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contracting Officer, Alex Norris, In Either Microsoft Word Or Portable Document Format (pdf), Via Email Alex.norris@us.af.mil No Later Than 1:00 P.m. Pdt On 14 January 2025 And Reference This Synopsis Number In Subject Line Of E-mail And On All Enclosed Documents. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: 1) Organization Name, Address, Primary Points Of Contact (pocs) And Their Email Address, Fax, Web Site Address, Telephone Number, And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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
Closing Date3 Feb 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Details: This Advertisement Is Hereby Incorporated Into The Rlp 25-reg04 By Way Of Reference As An Rlp Attachment.
u.s. Government Seeks To Lease The Following Office Space Through The Automated Advanced Acquisition Program (aaap):
city: Saint Petersburg
state: Florida
delineated Area:
north: Ulmerton Rd (hwy 688)
west: Roosevelt Blvd N (hwy 686), 28th St N.
south: Gandy Blvd N (hwy 694) (hwy 92) (st Rd 600)
east: Tampa Bay Shoreline (eastern City Limits Of St. Petersburg)
minimum Aboa Square Feet:
3,200
maximum Aboa Square Feet:
3,520
space Type: Office And Related Space
lease Term: 10 Years, 8 Years Firm
offerors Are Encouraged To Submit Rates For All Terms Available In The Aaap For Consideration Against Future Gsa Requirements.
amortization Term: 8 Years For Both Tenant Improvementsand Building Specific Amortized Capital. Type 5 Years For A 10/5 Lease. Type 8 Years For A 17/15, 15/13, Or 10/8 Lease Term.
agency Unique Requirements
twenty-one (21) Non Reserved Surface Or Structure Parking Spaces Within ¼ Mile Of The Building.
the Space Shall Be Of Contiguous Office Space In A Professional And Aesthetically Pleasing Building.
space Shall Be Located 1) In An Office, Research, Technology, Or Business Park That Is Modern In Design With A Campus-like Atmosphere; Or 2) Space Offered Shall Be In A Quality Building Of Sound And Substantial Construction, Either A New, Modernized Building, Or One That Has Undergone Restoration Or Rehabilitation For The Intended Use.
agency Employees Regularly Work Beyond Normal Business Including Weeknights And Weekends, Therefore Access To The Agency’s Space And The Building Systems That Service It, Must Be Accessible 24 Hours/7 Days A Week.
daytime Janitorial (cleaning) Required.
secure Server Room With 24/7 Hvac
location Should Not Be Adjacent To Overpasses, Bridges, Elevated Ramps Or Railroad Tracks.
adequate Eating Facilities Shall Be Located Within ¼ Mile Walkable Distance Of The Building. Other Employee Services, Such As Retail Shops, Cleaners, And Banks, And Childcare Facilities Shall Be Located Within ¼ Mile Walkable Distance Of The Building. Amenities Must Be Existing, Or Offeror Must Demonstrate To The Government’s Reasonable Satisfaction That Such Amenities Will Exist By The Government’s Required Occupancy Date.
space Shall Not Be Co-located With Offices With The Federal Bureau Of Investigation (fbi), Bureau Of Alcohol, Tobacco And Firearms (atf), Immigration And Customs Enforcement (ice), Drug Enforcement Agency (dea) Or Customs And Border Protection (cbp). Streets And Public Walkways Shall Be Well Maintained.
proximity To Gun Stores, Pawn Shops, Adult Entertainment Clubs, Liquor Stores, Medical (or Otherwise) Marijuana Distributors Or Methadone Clinics Are Precluded Within A Walkable ¼ Mile Of The Proposed Location.
spaces Shall Not Be Located In An Industrial Zoned Area.
spaces Shall Not Be Co‐located With A Fitness Gym Where Sounds From The Facility Cause Disturbance Of Offered Space.
natural Daylight Shall Be Accessible Within The Building Space Design.
space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
offered Space Shall Not Be Located In The 1-percent-annual Chance (formally 100-year) Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
agency Tenant Improvement Allowance:
total Allowance For Alternate Location $53.65
total Allowance For Incumbent Location $18.29
important Notes
check The Attachments And Links Section Of This Notice For Possible, Additional Project-specific Requirements Or Modifications To The Rlp.
offerors Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b
offerors Are Advised That All Shell Work Associated With Delivering The Tenant Improvements Are At The Lessor’s Cost. Please Refer To Section 3(construction Standards And Shell Components)and Specifically To Paragraph 3.07(building Shell Requirements)of Theaaap Rlp Attachment #2 Titled "lease Contract" (gsaform L100_aaap ) For More Detail. Tenant Improvement Components Are Detailed Under Section 5 Of The Aaap Rlp Attachment#2 Titled "lease Contract" (gsaform L100_aaap) .
it Is Highly Recommended That Offerors Start The Sam Registration Process Directly Following The Offer Submission. Refer To Rlp Clause 3.06.
(if Applicable) The Government Intends To Award A Lease To An Offeror Of A Building That Is In Compliance With Seismic Standards. Section 2.03 Of The Request For Lease Proposals (rlp) Outlines Compliance Activities Required For All Leases In Moderate Or High Seismic Zones. To Determine If Your Property Lies In A Moderate Or High Zone, Please Reference The Map And Documents On Our Website.
how To Offer
the Automated Advanced Acquisition Program (aaap), Located At Https://leasing.gsa.gov/, Will Enable Interested Parties To Offer Space For Lease To The Federal Government In Response To The Fy25 Aaap Rlp. In Addition, The Government Will Use Its Aaap To Satisfy The Above Space Requirement.
offerors Must Go To The Aaap Website, Select The “register To Offer Space” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Aaap Homepage And In The “help” Tab On The Aaap Website. Once Registered, Interested Parties May Enter Offers During Any “open Period”. For Technical Assistance With Aaap, Email Leasing@gsa.gov.
the Open Period Is The 1st Through The 7th Of Each Month, Ending At 7:30 P.m. (et) Unless Otherwise Stated By The Government And Unless The 7th Falls On A Weekend Or Federal Holiday. If The 7th Falls On A Weekend Or Federal Holiday, The Open Period Will End At 7:30 Pm (et) On The Next Business Day. Refer To Aaap Rlp Paragraph 3.02 For More Details On The Offer Submission Process. The Government Reserves The Right To Allow For Multiple Open Periods Prior To Selecting An Offer For Award To Meet This Specific Space Requirement. Offers Cannot Be Submitted During The Closed Period And Will Not Be Considered For Projects Executed During That Time Period.
lease Award Will Be Made To The Lowest Price, Technically Acceptable Offer, Without Negotiations, Based Upon The Requirements In This Advertisement And In The Rlp Requirements Package Found On The Aaap Website. During An Open Period, Offerors Will Be Permitted To Submit New Offers Or Modify Existing Offers. Offerors Can Draft An Offer At Any Time; However, You Can Only Submit An Offer During The Open Period.
the Offered Space Must Comply With The Requirements In This Advertisement And The Rlp And Must Meet Federal Government, State, And Local Jurisdiction Requirements, Including Requirements For Fire And Life Safety, Security, Accessibility, Seismic, Energy, And Sustainability Standards In Accordance With The Terms Of The Lease. The Lease And All Documents That Constitute The Lease Package Can Be Found At Https://leasing.gsa.gov/leasing/s/aaap-portalhome.
if You Have Previously Submitted An Offer In Fy 2024, The Aaap Application Has A Copy Feature Which Will Allow Existing Offers To Be Copied Over To The Fy 2025 Rlp In Order To Avoid Having To Re-enter All Of The Data Manually. Please Be Sure To Review Fy25 Aaap Rlp Package And Each Page Within The Aaap Application Prior To Submitting Your Offer As Some Of The Questions Have Changed. You Must Re-enter Your Space And Rates On The ‘space And Rates’ Tab In The Aaap. Your Previous Offered Space Will Not Be Copied.
Closing Date8 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
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.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
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 ---
Closing Date6 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
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.
Closing Date16 Jan 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Building Construction
United States
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.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Energy, Oil and Gas
Corrigendum : Closing Date Modified
United States
Details: Defense Logistics Agency - Energy Anticipates Issuing A Request For Proposal (rfp) Within The Next 60 To 90 Days For Goco And Related Alongside Aircraft Refueling Services At Naval Air Station (nas) Whiting Field.
the Contractor Must Execute The Management, Operation, Maintenance, Repair, Product Quality Surveillance, Inventory/accounting Controls, Security, Safety, And Environmental Protection Of The Assets, Properties And Performance Duties As Identified In The Performance Work Statement (pws). The Contractor Must Utilize Best Industry Directives, Regulations, And Instructions, In Accordance With Dod, Federal, Navy, State, And Local References And Laws Identified In Appendix C Of The Pws, Along With The References Listed Within Each Individual Subject Reference.
the Contractor Must Receive, Maintain, Store, Sample, Test, Internally Transfer, And Issue Petroleum Products Throughout Nas Whiting Field, By Utilizing Infrastructure Property, Incidental Equipment, And Contractor-furnished Equipment. The Contractor Must Be Responsible For All Fuel-servicing Operations And Safeguarding Facilities, Equipment, And Fuel Products Under Its Control During Normal And Adverse Conditions.
the Contractor Supports Various Locations Within Nas Whiting Field, Which Includes Two Active Outlying Fields (olf Site X About 18 Miles Northwest) And (olf Spencer Field About 14 Miles Southwest), To Support The Pilot Training Program With Cold And Hot Aircraft Refueling Operations, Along With An Automated Ground Fuel Service Station. Other Locations Include Air Installations Compatible Use Zones (aicuz) Bases Or Naval Out Lying Fields Choctaw, Holly, Santa Rosa, Pace, Brewton, Harold, Wolf, And Evergreen. The Pws Establishes The Contractor’s Responsibility To Manage, Maintain, And Operate Incidental Fuel Facilities, And Mobile Servicing Equipment Required And Necessary To Support The Facilities, Equipment, Vehicles, And Assigned Aircraft.
the Contractor Must Issue, Defuel, And Provide Off-station Fuel Services To Aircraft And Support Equipment By Mobile Fuel Servicing Vehicles And Fixed Direct Refueling Systems. Aircraft Fuel Services Must Comply With Naval Air (navair) 00-80t-109, Aircraft Refueling Naval Air Training And Operating Procedures Standardization (natops) Manual, Navair 00-80t-124, Airfield Operations Manual, And All Other Applicable Military, Federal, And Commercial Policies Regarding The Performance Of Aircraft Fuel Servicing Operations. The Contractor Shall Provide And Management And Supervisory Staff And Labor To Accomplish All Services As Identified In The Pws And All Related Contract Clauses.
the Contractor's Staffing Shall Be Flexible And Fully Capable Of Meeting The Demands Of Aircraft Fuel Services, Ground Fuel Services, Bulk Storage Operations, And General Management And Administrative Functions.
the Contractor Shall Ensure That Personnel Assigned To All Tasks Have The Requisite Knowledge And Skills To Meet The Performance Standards For Those Tasks And Comply With All Applicable Federal And State Laws, Regulations And Code.
dla Energy Will Follow Source Selection Procedures Utilizing Lowest Price Technically Acceptable (lpta) Process In Accordance With Far 15.101-1 For This Acquisition.
the Expected Performance Period Is December 1, 2025 - November 30, 2029 (four Years) With A Five-year Option Period From December 1, 2029 - November 30, 2034.
a Pre-proposal Conference Will Be Conducted After The Solicitation Is Issued. Date And Time Of The Conference Will Be Provided At A Later Time.
this Acquisition Will Be Set-aside For 100% Small Business Participation. The Naics Code Is 493190 And The Threshold For Small Businesses Is $36.5 Million In Annual Receipts. All Responsible Offerors May Submit An Offer For Consideration.
the Contractor Shall Ensure That All Buildings, Structures, And Facilities Are Kept Clean And Sanitary. The Contractor Shall Sweep, Mop, And Wax Floors, Wash Windows, And Walls Of Occupied Buildings Or Office Spaces So As To Present A Clean, Sanitary, And Orderly Appearance. Food Storage And Preparation Areas Shall Be Maintained In An Orderly And Sanitary Condition. Clothing Locker And Change Areas Shall Be Kept Orderly And Clothing Hung Or Kept In Lockers. Areas Immediately Around Buildings For Which The Contractor Is Responsible Shall Be Kept Free Of Debris.
the Contractor Shall Not Allow Fire Hazards, Such As Oily Rags, Loose Paper, And Trash To Accumulate In Or Around Buildings Or Within The Facilities. Requests For Pest And Rodent Control Shall Be Forwarded To The Cor. The Requirement For Building/structure Maintenance Shall Be Documented And Forwarded To The Cor. The Contractor Shall Not Alter Any Structure Or Allow It To Be Altered Without Explicit Written Approval By Dla Energy. Maintenance Of Fire Alarm Systems Is Provided By Base Public Works. Maintenance Of Eye Wash Stations If Plumbed Are The Responsibility Of The Base And If Portable The Responsibility Of The Contractor. The Contractor Is Responsible For The Monthly Testing Of The Eye Wash Stations And Emergency Showers. The Maintenance Of All Hvac Systems Is The Responsibility Of The Base.
the Contractor Shall Establish A Smoking Policy That Prohibits Smoking In Other Than Government Designated Areas. The Contractor Shall Provide Signs To Be Posted At The Entrance To Work Areas That Read, "no Smoking Except In Designated Areas." The Contractor Shall Also Designate A Smoking Area And Provide Signs That Read, "designated Smoking Area."
the Contractor Shall Be Responsible For The Pick-up Of All Trash And Debris Within And Around Fuel Areas Under Its Controlled, And Shall Dispose Of All Such Trash And Debris In Navy-furnished Containers/dumpsters. The Navy Will Dispose Of The Trash And Debris Placed Within Navy Provided Dumpsters.
grounds Maintenance, Grass Cutting And Vegetation Control Is Provided By Federal Prisoners But Contractor Is Ultimately Response For Satisfactory Upkeep. Grass, Weeds, And Brush, Except Ornamental Trees And Shrubs, Within The Areas Defined Herein Shall Be Maintained So As To Maintain A Neat Appearance. At No Time Should Vegetation Present A Fire Or Safety Hazard. All Vegetation Within Contractor Controlled Areas, On/under Fence Lines, And In The Security Zone Outside The Fence Line Of The Bulk Storage Refueler Parking Area, Shall Be Maintained With The Prescribed Limits. Bulk Vegetation And Waste Accumulated During Mowing, Removal, And Control Operations Shall Be Disposed Of By The Contractor. Grass Cutting Includes A 5 Foot Clearance Area Outside Of The Fence Line. Pesticide And Weed Control Is Provided By A Base Contractor.
all Roads, Paved Surfaces, Curbing, And Sidewalks Within Contracted Fuel Management Areas Shall Be Monitored Continuously. The Contractor Shall Inspect All Fences, To Include Signs And Markings, Gates And Automatic Gate Openers, Of Fuel Management Compounds.
exterior Lighting, Security Lighting, And Exterior Building Lights Will Be Monitored On A Continuous Basis. The Contractor Shall Continuously Monitor Other Facilities, Equipment, And Utilities, I.e., Fire Hydrants, Afff Systems, Storm Drains, Exterior Water Systems, Power Poles, Lines And Transformers, And Exterior Telephones Within Fuel Management Areas.
the Contractor Shall Visually Inspect And Measure The Contents Of The Oil/water Separators Iaw Installation, State And Federal Regulations. Gauge Readings And Noted Discrepancies Shall Be Reported To The Cor. Oil/water Separator Systems Are Managed And Maintained By The Installation Public Works Department.
interested Parties Should Submit Information To The Following Areas In Their Capability Statements:
1. Company Profile.
2. Capability Of Providing Qualified And Experienced Personnel, With Appropriate Clearances, If Required.
3. Past Performance.
4. Do You Anticipate Any Type Of Teaming Arrangement For This Requirement? If Yes, Please Address What Kind Of Arrangement And What Percentage Of Work, Types(s) Of Service Would You Perform.
5. Does Your Company Have Experience With Service Contract Act Of 1965 Covered Contracts? Does Your Company Have Experience With Collective Bargaining Agreements (cbas)? Please Explain Any Experience Your Company Has Had With Labor Unions.
6. What Realistic Phase-in Period Would You Require To Commence Performance With Personnel, Equipment, And Materials?
capability Statements Can Be Submitted To Sean.turner@dla.mil. Ensure Sources Sought #spe60325rxxxx Is In The Subject Line.
Closing Date10 Feb 2025
Tender AmountRefer Documents
681-690 of 708 archived Tenders