Hvac Tenders
Hvac Tenders
Ministry Of Culture Tender
Electrical and Electronics...+1Electrical Works
France
Details: The purpose of the contract is to provide maintenance services for the National Archives of the World of Work (ANMT) building. These services include electrical maintenance, SSI, HVAC, climate engineering, structural work, finishing work, coordination, rodent control, pigeon control, automatic doors and gates. They include the presence of a technician on site 5 days a week, inspection rounds and a 24-hour on-call service.
Closing Date7 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: The 764 Ess Contracting Squadron At Ramstein Afb, Germany Is Issuing This Sources Sought To Conduct Initial Market Research Efforts In Support Of The Reprocurement Of Bos Services. Information Submitted Will Be Used To Identify Capable, Experienced And Resourced Service Providers Experienced In Delivering The Services Discussed In Detail Below. Additionally, The Information Collected Will Guide The Development Of New Contract Language, Work Statements, Required Reporting, Performance Standards And Product Segmentation Strategies
disclaimer: In Accordance With Far 15.201(e) And Far 52.215-3, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service And Your Response To This Opportunity Will Not Be Used As A Proposal. No Entitlement To Payment Of Direct Or Indirect Costs, Or Charges To The Government Will Arise Because Of A Contractor's Response.
naics Code: 561210 – Facilities Support Services
the Government Anticipates That North American Industry Classification System (naics) Code 561210, With A Small Business Size Standard Of $41.5m Will Apply; However, No Set-aside Determination Has Been Made By The Government At This Time. The Government Is Interested In Responses From All Businesses To Include Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-disabled Veteran-owned Small Businesses, Hub Zone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice And Identify Their Business Size Status Under The Identified Naics Code.
customer/mission: Hq Usafe-afafrica, Headquartered At Ramstein Air Base, Germany, Is A Major Command (majcom) Of The United States Air Force (usaf). It Is Also The Air Component For Two Department Of Defense (dod) Unified Combatant Commands -- Useucom, Which Serves The U.s. Component Of The North Atlantic Treaty Organization (nato), And Usafricom, Which Oversees Security Cooperation Programs That Assist African Nations In Building Their Own Security Capacity. The Commander Of Usafe-afafrica Is Responsible For Delivering Full-spectrum Options To Each Of The Combatant Commanders; Leading And Supporting Joint, Coalition, Nato, And Warfighting Headquarters Operations; And Promoting Regional Stability Through Focused Theater Engagement. As Part Of This Mission, Usafe-afafrica Trains And Equips Usaf Units And Maintains Combat-ready Wings Based From Great Britain To Turkyie In Support Of Useucom. Usafe-afafrica Plans, Conducts, Controls, Coordinates And Supports Air And Space Operations In Europe And Parts Of Asia And Africa To Achieve U.s. National And Nato Objectives. The Command's Inventory Of Aircraft Is Ready To Perform Close Air Support, Air Interdiction, Air Defense, In-flight Refueling, Long-range Transport And Support Of Maritime Operations. As The Air Component Of Usafricom, Usafe-afafrica Protects And Defends The National Security Interests Of The United States By Strengthening The Defense Capabilities Of African States And Regional Organizations And, When Directed, Conducts Military Operations, To Deter And Defeat Transnational Threats And To Provide A Security Environment Conducive To Good Governance And Development.
background: For Over 25 Years, The Usaf Has Relied On A Single-service Provider To Perform Critical Facilities/installation Maintenance And Mission Support Functions For Dod And Usaf Installations In Turkiye And Spain. Base Operating Support (bos) Services For Installations In Turkyie And In Spain Are And Have Historically Been Under A Single Contract And Pws. This Acquisition Strategy Is Administratively Burdensome And Overly Complex. For The Uabos Follow On Reprocurement, The Government Will Re-examine This Acquisition Strategy And The Contract Structures Historically Used. The Government Seeks Responses From Industry Partners That Can Fullfill The Requirements In Total, And Also Seek Responses From Industry Partners, Including Local Vendors In Turkyie And Spain, That Can Support Portions Of The Requirement.
currently, Services Under The Uabos Contract Include Requirements That Fall Into The Following Categories:
usaf Civil Engineer Related Services
program Management/strategic Planning/resource & Optimization/maintenance Of Real Property Records
engineering Design
operations And Maintenance Of Facilities, Airfields, Utility And Sanitation Systems, Fresh-water Systems, Electrical Distribution And Hvac Systems, Equipment And Electronics Maintenance
airfield Lighting And Maintenance Of Fuel Distribution And Grounding Systems
custodial Services
refuse Collection And Disposal
pest/vector Control
grounds Maintenance/ Street And Airfield Sweeping
fire And Emergency Services Including Structural And Aviation Crash Rescue
force Support Services
full Food Service/dining Hall Operations
maintenance And Operation (m&o) Of Recreational Facilities Including Gyms, Libraries, Gold Courses, Bowling Centers, Lodging Services, Managing Intramural And Sports Programs
us Postal Service Operations
usaf Logistics Support Services
distribution Of Goods And Personnel
transportation Services, Shuttle Bus And Taxi Services, Fleet Transportation
vehicle Maintenance, Maintenance, Vehicle And Special Equipment Operations And Maintenance, Us Air Aircraft Supply Chain Services, Warehouse And Storage Operations, Base Supply Accountability Functions, Management, Storage And Distribution Of Ppe
operations, Management And Maintenance Of War Reserve Material
transient Alert Services
tool Control, Fod Management And Airfield Operations
management, Maintenance And Operations Of Aerospace Ground Equipment
cryogenics, Non-destructive Inspection, Acft Crash Recovery
communications/it Support
operate, Maintain, Manage Computer Informational Systems
safety, Occupational Health, Industrial Hygiene & Ambulance Services
medical Maintenance Operations Maintenance Services
purpose/response Format: The Government Is Currently Reviewing Various Aspects Of Prior Acquisition Strategies. We Are Seeking Submissions From Vendors That Can Provide All The Services Outlined Above And From Vendors Capable Of Providing Discreet Areas Of The Current Requirement. Local Vendors In Both Spain And Türkiye Are Encouraged To Respond And Identify Which Discreet Services They Are Capable And Experienced In Providing.
for Firms Capable Of Providing All Services, We Are Seeking Input From Service Providers Experienced In Performing Contracts In An Overseas/oconus Environment And Capable Of Managing A Functionally Diverse, Predominately Local National Workforce Providing The Services Described Above.
interested Sources Should Complete The Information Shown Below *there Are No Page Limits* And Email The Responses To Ms. Shannon Kennedy-butler, Contracting Officer And Mr. John Mclaurin Contracting Officer. The Contracting Officers Are The Only Government Authorized Points Of Contact For This Sources Sought; All Correspondence Must Be Directed Only To Them
1. Company Information
a. Name, Cage Code And Duns Code For The Company Business Size. Please Identify Any Applicable Socio-economic Status.
b. Are You A Subsidiary Of A Larger/parent Business? (name If Applicable)
c. How Many Employees Do You Have, Including Any Subsidiaries?
d. Capability Information/history In The Industry/market To Which You Are Responding
e. Point Of Contact, Phone, And E-mail For Individual Responsible For Finalizing Time, Duration And Digital Forum Requirements.
2. Matrix Document: The Government Has Attached A Sources Sought Matrix Spreadsheet With A Series Of Questions The Government Seeks Industry Input To. Industry’s Responses To This Sources Sought Shall Include Responses To The Attached Matrix.
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania.
project Description:
the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
see Attached Document: P01 - Sow.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Introduction
network Contracting Office 1 (nco 1), Supporting Va New England Healthcare System (visn 1) And The Va Boston Healthcare System (hcs) Is Seeking Potential Sources For An Upcoming Requirement As Described In The Attached Statement Of Work For The Project; Upgrade Visn 1 Laundry Building 45. This Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement.
the Purpose Of This Notice Is To Determine If There Are Qualified Sdvosbs Or Vosbs, Wosbs, And Small Businesses That Have The Experience With This Type Of Work And If Such Firms Are Interested In This Procurement. Once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Bids Or Proposals Will Be Publicized On Sam.gov Contract Opportunities In Accordance With 40 U.s. Code § 1101 And Far 36.601. The Solicitation Is Estimated To Be Released In March 2025.
general Project Description, Magnitude, And Naics
the Va Boston Hcs In Brockton, Ma, Requires A Contractor To All Labor, Equipment, Materials And Supervision For The Renovation And Improvements Of The Visn 1 Laundry, Building 45 For Veterans Affairs Medical Center, Brockton, Massachusetts In Accordance With Contract Documents.
the Renovation Includes Selective Demolition Of All Existing Mechanical, Electrical And Plumbing (mep) Systems, Selective Demolition Of Existing Finishes, Doors, Structural Slab, And Other Existing Items. The Renovation Also Includes The Construction Of Structural Improvements, Doors, Electrical Systems, Hvac Systems, Plumbing Systems, Start-up Of Previously Installed Elevator By Renovating Associated Electrical And Mechanical Components, And Interior And Exterior Finishes. In Addition To The Renovation, The Improvements To Building 45 Include Ensuring Exterior Envelop Around Doors, Windows, And Stair Towers Along With Any Penetrations Are Sealed Properly. Moreover, Renovation Includes Construction Of A Service Platform And Stairs For Dedicated Emergency Generator System. The Focus Of The Project Is To Provide Structural Slab Repairs And Replacement To Sustain Required Laundry Equipment Loads And Vibrations.
this Project Also Requires Specialized Personnel, With Specified Experience, To Assist In The Cqc System Manager For The Following Areas, As Applicable: Electrical, Mechanical, Civil, Structural, Environmental, Architectural, Materials Technician Submittals Clerk, Commissioning Agent/leed Specialist, And Low Voltage Systems. These Individuals Or Specified Technical Companies Are Directly Employed By The General Contractor And Cannot Be Employed By A Supplier Or Subcontractor On This Project; Be Responsible To The Cqc System Manager; Be Physically Present At The Construction Site During Work On The Specialized Personnel S Areas Of Responsibility; Have The Necessary Education Or Experience In Accordance With The Experience Matrix Listed Herein. These Individuals Can Perform Other Duties But Need To Be Allowed Sufficient Time To Perform The Specialized Personnel S Assigned Quality Controls Duties As Described In The Cqc Plan. A Single Person Can Cover More Than One Area Provided That The Single Person Is Qualified To Perform Qc Activities In Each Designated And That Workload Allows.
experience Matrix
area
qualifications
civil
graduate Civil Engineer Or Construction Manager With 2 Years Experience In The Type Of Work Being Performed On This Project Or Technician With 5 Years Related Experience.
mechanical
graduate Mechanical Engineer With 2 Years Experience Or Construction Professional With 5 Years Of Experience Supervising Mechanical Features Of Work In The Field With A Construction Company.
electrical
graduate Electrical Engineer With 2 Years Related Experience Or Construction Professional With 5 Years Of Experience Supervising Electrical Features Of Work In The Field With A Construction Company.
structural
graduate Civil Engineer (with Structural Track Or Focus), Structural Engineer, Or Construction Manager With 2 Years Experience Or Construction Professional With 5 Years Experience Supervising Structural Features Of Work In The Field With A Construction Company.
architectural
graduate Architect With 2 Years Experience Or Construction Professional With 5 Years Of Related Experience.
environmental
graduate Environmental Engineer With 3 Years Experience.
submittals
submittal Clerk With 1 Year Experience.
concrete, Pavement, And Soils
materials Technician With 2 Years Experience For The Appropriate Area.
testing, Adjusting, And Balancing (tab)
specialist Must Be A Member Of Aabc Or An Experienced Technician Of The Firm Certified By The Nebb.
design Quality Control Manager
registered Architect Or Professional Engineer
the Estimated Magnitude Of This Construction Project Is Between $5,000,000.00 And $10,000,000.00. This Information Is Provided Per Vaar 836.204. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. Interested Parties Should Indicate Their Interest To Kyle Kiepke No Later Than 4:00 Pm Est Friday, January 17, 2025, Via Email At Kyle.kiepke@va.gov.
information Sought
a) Sam Unique Entity Id (uei)
b) Bonding Capability; Per Contract And Aggregate. Provide Amount Of Aggregate Bonding Currently Available (i.e., Amount Not Committed).
c) Experience. Submission Of A Maximum Of Three (3) Recent And Relevant Examples Of Completed Or Substantially Completed (eighty Percent (80%)) Projects Between $5,000,000.00 And $10,000,000.00, Of Similar Scope To The Upgrade Visn 1 Laundry Building 45 Project.
relevant Experience Shall Include Repair And Strengthening Of Existing Heavy Load-bearing Reinforced Concrete Structural Elements (such As Beams, Columns, Slabs, And Foundations) And Structural Framing In Already Completed Building, Cast In Place Concrete (to Include Footing, Pier And Foundation Installation), Reinforced Cmu Wall Installation, Concrete Beam Enlargement, Epoxy Injection Crack Repair, Slab Repair, Underside Slab Repair, And All Other Work Similar In Scope. Recent Is Defined As Completed Within The Last Five (5) Years.
submission Instructions
interested Firms Shall Hold Active Sam Registration. Visit Www.sam.gov To Register In This Database.
sdvosb Or Vosb Firms Shall Be Certified By Veterans Small Business Certification (vetcert) (veterans Small Business Certification (sba.gov).
all Information Must Be Submitted In Sufficient Detail For A Decision To Be Made. Failure To Submit All Information Requested In Addition To The Below Form May Result In A Contractor Not Being Considered As An Interested Concern. If Adequate Interest Is Not Received By 4:00 Pm Est On December 1, 2024, This Action May Not Be Set-aside For Sdvosbs, Vosbs, Wosbs, Or Small Business Firms. Interested Firms Must Reply Via E-mail To Kyle.kiepke@va.gov With The Subject Attention: 36c24125r0008 - Upgrade Visn 1 Laundry Building 45 .
disclaimer
this Sources Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Request That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
Closing Date17 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades At The Fayetteville Va Medical Center Located In Fayetteville, Ar.
project Description:
this Project Will Replace The Entire Information Technology (it) Infrastructure On Campus, Including But Not Limited To, New Telecommunication Rooms, Fiber Optics (interior And Exterior), Building A New Stand-alone Data Center, Re-cabling All Telecommunications Cabling With Cat6a, And Supporting Electrical And Hvac Infrastructure.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-march 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 27 January, 2025 At 3:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
mario Hairston
contract Specialist
mario.hairston@va.gov
secondary Point Of Contact:
scott Elias
contracting Officer
scott.elias@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date27 Jan 2025
Tender AmountRefer Documents
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
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
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
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
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
851-860 of 888 archived Tenders