Interior Tenders

Interior Tenders

Directorate Of Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Bulgaria
Closing Date14 Jan 2025
Tender AmountBGN 239.9 K (USD 126.4 K)
Purchaser Name: Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior | Preparation of an Investment Project, Exercise of Author's Supervision and Construction of an Object "External Electric Power Supply to Increase the Provided Power in the Existing City "Mvr Simeonovo Iii" From 400 Kw to 1000 Kw"

Directorate Of Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior Tender

Works
Electrical and Electronics...+1Electrical Works
Bulgaria
Closing Date13 Jan 2025
Tender AmountBGN 239.9 K (USD 126.4 K)
Purchaser Name: Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior | Bulgaria – Construction Work – Изготвяне На Инвестиционен Проект, Упражняване На Авторски Надзор И Изграждане На Обект "външно Ел. Захранване За Увеличаване Предоставената Мощност В Съществуващ Тп "мвр Симеоново Iii" От 400 Kw На 1000 Kw"

Directorate Of Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior Tender

Services
Civil And Construction...+1Civil Works Others
Bulgaria
Closing Date17 Jan 2025
Tender AmountBGN 12.6 Million (USD 6.6 Million)
Purchaser Name: Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior | Bulgaria – Insurance Services – Застраховки На Моторни Превозни Средства, Инженерна И Плавателна Техника, В Т.ч. Допълнително Монтирано Оборудване В Тях, Собственост На Министерство На Вътрешните Работи (мвр), И Такава Получена За Временно Ползване От Мвр“ По Обособени Позиции

Directorate Of Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior Tender

Services
Civil And Construction...+1Civil Works Others
Bulgaria
Closing Date17 Jan 2025
Tender AmountBGN 12.6 Million (USD 6.6 Million)
Purchaser Name: Property Management And Social Activities Dussd Of The Ministry Of Internal Affairs Ministry Of The Interior | Bulgaria – Insurance Services – Застраховки На Моторни Превозни Средства, Инженерна И Плавателна Техника, В Т.ч. Допълнително Монтирано Оборудване В Тях, Собственост На Министерство На Вътрешните Работи (мвр), И Такава Получена За Временно Ползване От Мвр“ По Обособени Позиции

Stadt Schwedt Oder, FB 3 4, Abt Baucontrolling Und Vergabestelle Tender

Others...+2Civil And Construction, Civil Works Others
Germany
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: Heinrichslust sports complex in 16303 Schwedt/oder, Am Sportplatz 12 A 3. Ba, To 2 - new social and sports building 3. Ba, To 3 - renovation of existing building Lot 34 - locking systems The city of Schwedt/oder is planning to build a new social and sports building and renovate the two existing buildings in the "Heinrichslust" sports complex. The new building is planned to be 3-storey and of solid construction. Load-bearing interior and exterior walls are to be made of sand-lime brickwork and reinforced concrete respectively. The exterior walls will be constructed and designed with WDVs. The ceilings and the structure of the stands are to be made of reinforced concrete. The cantilevered roof construction will be a flat-pitched pent roof made of steel with trapezoidal sheeting. The two existing 1-storey existing buildings will be repaired and modernized inside and outside as required. Software and management tools - 1 person. Be - 1 person. Projecting/planning - 1 person. Management software Salto Proacces Space - 1 pc. Salto Ncoder, model Ecx0 - 1 pc. Salto portable programming device - 1 pc. Salto emergency power supply Access points - 50 pcs. Identification media Rfid key fobs - 3 pcs. Wall reader elevator outside - 1 pc. Wall reader elevator cabin - 4 pcs. Extension control Cu4200 Door control Fittings - 11 pcs. Electronic fitting, sheet steel doors, Din 179, outside - 9 pcs. Electronic fitting, aluminum frame elements, Din 179, outside - 6 pcs. Electronic fitting, wooden interior doors - 1 pc. Electronic fitting, sheet steel inside, Din 179 - 9 pcs. Mechanical complementary fitting, handle on both sides - 7 pcs. Mechanical complementary fitting, handle on both sides, coin opening outside Cylinder - 6 pcs. Electronic Euro profile standard cylinder, reading head outside - 1 pc. Dismantling of existing sets/cylinders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: Request For Architectural And Engineer Sf330 Submission. solicitation: 36c2552r00031 Renovate Restrooms And Lactation Spaces sf330 Request Information For Project 589a7-25-501: this Ae Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law 0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work Per The Evaluation Factors Listed Below. this Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaam 836.6 Implemented In Far Subpart 36.6. this Is Not A Request For Proposal (rfp) And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf330 S From Qualified Contractors Who Meet The Professional Requirements Listed Herein. the Selection Criteria For This Acquisition Will Be In Accordance With Far 36 And Are Listed Below In Descending Order Of Importance. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. The Contract Is Anticipated To Be Awarded By March 31, 2025. award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds. no Solicitation Document Is Available And No Other Information Pertaining To Project Scope Is Available. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Kevin.mahoney3@va.gov Personal Visits To Discuss This Announcement Will Not Be Allowed. the Naics Code For This Procurement Is 541310 Architect Services With A Small Business Size Standard Of $12.5 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 180 Calendar Days After The Notice To Proceed Has Been Issued Including Time For Va Reviews. The Ae Firm Shall Also Be Required To Perform Construction Period Services If Award Of A Construction Project Contract Is Made. database Registration Information: verification Of Status Of The Offeror Shall Be Accomplished Before Review Of Sf 330. This Acquisition Is 100% Set-aside For Qualified Service Disabled Veteran Owned Small Business. Only Architect-engineer Businesses Inc Compliance With Vaar 852.219-10 Are Eligible. Only A/e Firms Verified And Listed In The Sba Vendor Information Pages Database, (veteran Small Business Certification (sba.gov), Shall Be Considered. Firms Not Verified At The Time Of Receipt Of The Sf 330 In The Sba Veteran Small Business Certification Program Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration. system For Award Management (sam): federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Https://sam.gov/content/ And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Shall Be Actively Registered In Sam Prior To Submitting Their Qualifications Package. Any Firm Not Actively Registered In Sam By The Date Of Receipt Of The Sf 330 Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration. the Excluded Parties List System (epls): to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Https://sam.gov/content/ For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. e-verify System: companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54) a-e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Http://www.gsa.gov/portal/forms/download/116486. Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants), And Information Pertaining To A Design Quality Management Plan. Submission Information Incorporated By Reference Shall Not Be Considered. All Submissions Shall Be Made Electronically. Packages Which Are Hand Delivered Or Delivered Via Surface Mail Or Any Other Method Other Than Electronically Shall Not Be Reviewed. completed Package Shall Be Delivered Electronically On Or Before January 31, 2025 At 2:00pm Central Time To: Kevin.mahoney3@va.gov Hard Copies Shall Not Be Accepted. The Email Subject Line Shall Clearly Identify The Sf330 Request Number: 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501: the Size Of The Pdf Document Must Be Below 10 Mg Or The Va Email Will Error Out And Reject The Application. It Is The Contractor S Responsibility To Ensure That The Application Is Received. Only One Email Will Be Accepted From Each Firm (contractor). evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count. sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501: prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein. qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below: evaluation Factors For Sf330 Review Submitted For project 589a7-25-501 Renovate Restrooms And Lactation Spaces Selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count. sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501: prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein. qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below: evaluation Factors For Sf330 Review Submitted For project 589a7-25-501 Renovate Restrooms And Lactation Spaces professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project. key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To: architect/designer interior Design electrical Engineer project Manager plumbing Engineer mechanical Engineer fire Protection Engineer quality Assurance industrial Hygienist cost Estimator a/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List. specialized Experience And Technical Competence: A/e Firms Must Have Specific Design Experience And Technical Skill In The Type And Scope Of Work Required For Renovations And New Construction At Existing Medical Facilities, Including, Where Appropriate, Renovating Space For Patient Privacy And Rehabilitation Services, Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Ae Firms With Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects Will Receive A Higher Score Than Those That Do Not Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects. submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above That Were Completed By The Ae Firm Submitting The 330 S. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following: project Title, Contract Number, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor. project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract/task Order. period Of Performance, Including Start And Completion Dates. total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost. federal, State, Or Private Enterprise Contract? the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. the Management Approaches. the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Federal, State, And Local Standards. capacity: The Prime Contractor Will Be Evaluated To Determine If It Has The General Workload And Staffing Capacity Within Its Design Office Which Will Be Responsible For The Design To Accomplish The Work In The Required Time.â  In Accordance With Vaar 852.219-75:  in The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73.  any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded.   Prime Contractor Must Include Its Certification Of Compliance With The Limitations On Subcontracting Specified In 852.219-75 With Its 330 Submissions. past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) May Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 500-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 500-mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e., Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Higher Score On Evaluations. architectural Prime Contractors Whose Primary Physical Business Address Is Outside A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations. architectural Prime Contractors Are Required To Verify The Primary Physical Business Address (described Above) As Part Of The Sf330 Response. If The Information Cannot Be Verified As Required, The Sf330 Will Be Found To Be Nonresponsive And Will Not Receive Further Consideration. sf 330 Submissions From Companies Located Outside The Borders Of The United States Of America Shall Not Be Considered. claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.06|s8x|215-697-0275|patrick.j.horan23.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . manufacturing This Item Requires Two Individual Piece Be Made. One Being The outer Shell Or The Container That Houses The T-56 Qeca. The Second Being The inner Frame Adapter Assembly (ifaa). They Are A Set Item Under This Tdp. 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page One; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;706e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=std-225 |05259| | |c| | | | drawing Data=std-228 |05259| | |c| | | | drawing Data=std-295 |05259| | |c| | | | drawing Data=std-360 |05259| | |c| | | | drawing Data=13c099 |05259| | |c| | | | drawing Data=13c102 |05259| | |c| | | | drawing Data=15930 |80132| | |d| | | | drawing Data=17e070 |05259| | |c| | | | drawing Data=706b009 |05259| | |c| | | | drawing Data=706d010 |05259| | |c| | | | drawing Data=706d012 |05259| | |c| | | | drawing Data=706d013 |05259| | |c| | | | drawing Data=706d014 |05259| | |c| | | | drawing Data=706d020 |05259| | |c| | | | drawing Data=706e001 |05259| | |c| | | | drawing Data=706e002 |05259| | |c| | | | drawing Data=706e003 |05259| | |c| | | | drawing Data=706e004 |05259| | |c| | | | drawing Data=706e005 |05259| | |c| | | | drawing Data=706e006 |05259| | |c| | | | drawing Data=706e007 |05259| | |c| | | | drawing Data=706e008 |05259| | |c| | | | drawing Data=706e011 |05259| | |c| | | | drawing Data=706e015 |05259| | |c| | | | drawing Data=706e016 |05259| | |c| | | | drawing Data=706e017 |05259| | |c| | | | drawing Data=706e018 |05259| | |c| | | | drawing Data=706e019 |05259| | |c| | | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. acceptance Criteria For Aluminum Fabrication //all Welds Shall Be Visually Inspected. Visual Inspection Shall Include 5 Power Magnifications When Suspect Condition Is To Be Examined Beyond The Capability Of Normal Vision. A Weld Shall Be Acceptable By Visual inspection If It Shows The Following:(1) The Weld Shall Have No Cracks (2) Through Fusion Shall Exist Between Adjacent Layers Of Weld Metal, And Between Weld Metal And Base Metal. (3) Weld Profiles Shall Be In Conformance With Aws D1.2 D1.2m:2003. (4) porosity Is Not Permitted. Critical And Major Welds On The Ifaa Shall Be Subjected To Further Non-destructive Testing Using Dye Penetrant Inspection To Determine The Presence Of Surface Cracks. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirement Section Of the Contract. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17 (0771.17); Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. contact Code N241.17 Or N241.10 To Arrange For First Article Test Facility Location. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers And Modifications In The Records Receptacle Of The First Article Container. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Welds On The Ifaa Will Be Visually Inspected In Accordance With Aws B1.11:2000 And Then Dye Penetrant Inspected In Accordance With Aws B1.10:1999. The Weld Inspection Criteria Is Listed In The Requirments Section Note. Additional Acceptance Criteria Is Also in Mil-w-22248 Or Awsd1.2:2003 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 706e001-1 And Sub-drawings Isapplicable.; 4.2.2 Requirements Of: ;to Drawing (05259) 706e001-1 And Sub-drawings Is Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies, Use Actual Item; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;706e001-1; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;20,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;706e001-1; ; , Revision ;latest; ; Within ;160; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;120; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Niin And Tdp Are Setup For The Procurement Of Both, An Inner-frame And Anouter-shell Container For The T56 Qeca Engine. I. Stanke, 0771.13, X2458, 03/25/05. this Buy Has The Updated Drawings For The Extrusion Which Are No Longer Source Controlled. additionally, On Drawing Number 706e005 The Roller Assembly, (part Number 17c069-1) Listed As Item Number 26, Has An Alternate Source Of Supply. This Alternate Source Of Supply Is Hilman Inc., Cage (28013), And The Part Number Is From Drawing Number 5-ot-03119, rev. "9". I. Stanke, 0771.13, X2458, 09/27/05.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: ****amendment 1/15/25: See Attached Responses To Rfi's, Updated Sow, And Past Performance Questionnaire. There Are No Other Changes****** ****amended To Say: Responses Due By 28 January 2025, See Revised 36c25725r0010****** presolicitation Notice Presolicitation Notice Request For Sf330 - Project 549a4-23-600, Design Project To Construct A New Central Plant To Replace The Original Building #11 Boiler Plant (1978) And Joined Chiller Plant (1987) Located At The Sam Rayburn Memorial Veterans Center (srmvc), Va North Texas Health Care System, 1201 E. 9th St., Bonham, Texas 75418. this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information: The Veterans Health Administration (vha) Network Contract Office 17 (nco17) Is Seeking Sources And Intends To Award A Firm-fixed Price Design Contract For Architect-engineering (a-e) Services For Project 549a4-23-600, Design Project To Construct A New Central Plant To Replace The Original Building #11 Boiler Plant (1978) And Joined Chiller Plant (1987) Located At The Sam Rayburn Memorial Veterans Center (srmvc), Va North Texas Health Care System, 1201 E. 9th St., Bonham, Texas 75418. The A/e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate The Construction Of The Central Plant At The Srmvc. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural And Engineering Services, Va Acquisition Regulation 836.6, And Va Acquisition Manual M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541310 Architect Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Projected Award Date For The Anticipated A-e Contract Is On Or Before Early June 2025. 3. Scope Of Design See Attached Statement Of Work 4. A-e Selection Process: Firms Submitting Sf330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. Sf330s Will Be Evaluated In Accordance With The Selection Criteria Listed Below To Determine The Most Highly Qualified Firms For This Requirement. The Government Will Notify And Conduct Discussions With A Minimum Of Three Of The Most Highly Qualified Firms. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. Discussions May Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. The Form Of Discussions Will Be The Same For All Firms. For This Procurement, The Discussions Will Be Conducted Via Written Response. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, To Include Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated, Rated, And Ranked Based On The Selection Criteria For The Written Response. The Highest Rated Firm Will Be Selected, And The Solicitation Will Subsequently Be Issued. The Final Evaluation And Ranking Will Consider The Information Obtained Via Discussions For Each Firm. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). A Site Visit Will Be Authorized For The Highest Rated Firm During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Determination Of A Fair And Reasonable Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 5. Sf330 Selection Criteria: The Following Are Listed In Descending Order Of Importance: Primary Selection Criteria: Professional Qualifications (sections C Through E): Necessary For Satisfactory Performance Of Required Service. The Design Firm And A-e On Staff Representing The Project Or Signing Drawings In Each Discipline Must Be Licensed To Practice In Any One Of The United States Of America. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided Identifying Their Specific Role, Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited, To: Principal-in-charge Overall Project Manager. Architect Design Civil Design Structural Design Mechanical Design Electrical Design Plumbing Design Fire Protection Engineer (texas Licensed) Physical Security Specialist. Quality Assurance/quality (qa/qc) Control Manager Estimating Specifications Interior Design Other Offer Must Include The Following Statement Of Service-disabled Veteran-owned Small Business Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority]______________________, [company] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. The Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence (sections F, G, And H): A/e Must Use Engineering Professionals With Proven Experience With Energy Center Designs Greater Than $20,000,000 Dollars On Va Facilities. Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Standards. Capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Re-quired Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous Twelve (12) Months And The Full Potential Value Of Any Current Indefinite Delivery Con-tracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percent-ages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. Past Performance (section H): Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies, Outside Of The Va. For Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality (section H): To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located And How They Would Travel To The Site. Information Related To The Firm S Location, Shall Be Provided In Section H, Under Secondary Selection Criteria Factor 1. Experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings Between The Ae, Va, And Contractors, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Coordination With Commissioning Requirements And Production Of As-built Documentation. In Addition, The Firm Must Include Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Ten (10) Years. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Secondary Selection Criteria: Geographic Location - Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And: Sam Rayburn Memorial Veteran Center 1201 E. 9th Street Bonham, Texas 75418. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of The Sf330 Evaluations. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission Excellent, Good, Acceptable, Marginal, Or Unacceptable. The Information For This Factor Shall Be Provided In Section H Of The Sf330. 6. Discussions/written Response Selection Criteria: In Accordance With Far 36.602-3(c), Discussions Will Be Conducted In The Form Of A Written Response To Questions Developed By The Teb. The Selected Firms Will Be Invited To Respond To Written Questions Related To Criteria In The Sf330s. The Instructions For The Written Responses Will Be Provided To The Selected Firms Only. Each Selected Firm Will Be Evaluated Based On Their Responses To The Questions Asked. The Highest-ranked Firm Will Be Selected Based On Their Written Response. The Previous Sf330 Evaluations Are Not Applicable During The Written Response Phase Of The Selection Process. 7. Submission Criteria/requirements: The Below Information Contains The Instructions And Format That Shall Be Followed For The Submission Of The Sf 330, Statement Of Qualifications: Submission Contents Firms Are Required To Submit Two Documents: One Sf330, Architect/engineer Qualifications, And Any Attachments As A Pdf On The Sf330 Form (form Is Available On-line At Http://www.cfm.va.gov/contract/ae.asp). One Separate Document Containing The Following Information: Cage Code; Unique Entity Identifier (uei); Tax Id Number; E-mail Address(es) And Phone Number(s) Of The Primary Point(s) Of Contact; Address Of Firm For Correspondence; A Copy Of The Firm S Vetcert/vendor Information Pages Registration And Verification Format Of Submissions The Page Limitation Of The Sf330 Pdf Submission Shall Not Exceed A Total Of 35 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Every Page In The Pdf Will Count Toward This Page Limit Except The Cpars Reports/ppqs And Part Ii Of The Sf330. Each Page Shall Be In In Times New Roman Font, Size 12, Single Spaced, On 8.5 X11 Paper With 1 Margins On All Sides. Any Pages In Excess Of The 35 Pages That Are Not Exempt Will Be Removed And Will Not Be Evaluated. Submit One (1) Sf 330, Statement Of Qualifications And Any Attachments, And One (1) Accompanying Document Containing The Above Sdvosb Information, Via Email To The Contracting Officer Rhonda.richardson5@va.gov. The Subject Line Of The Email Shall Read: Sf330 Submission; 36c77625r0010 Construct Bonham Energy Center, Design Project No: 549a4-23-600, Bonham, Tx The Sf 330 Pdf Shall Be Submitted In One Email And Have A File Size Shall Be No Larger Than 5 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. Technical Questions: All Questions Shall Be Submitted To Rhonda.richardson5@va.gov With The Subject Line Sf330 Question - 36c77625r0010 Construct Bonham Energy Center, Design Project No: 549a4-23-600, Bonham, Tx the Cutoff For Question Submission Is 2:00 Pm Ct On January 7, 2025. Questions Will Be Answered Through Amendment To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. Submission Due Dates All Responses Are Due Via Email On Or Before January 28, 2025, At 10:00 Am Cst. Note: Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 10:00 Am Cst. The Time Will Not Be Based On When Firms Hit Send . Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. Other Information All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf330 Submission. Reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Verified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Verified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf330 S, Written Responses, And Time Of Award. Failure To Be Both Visible And Verified At The Time Of Sf330s, Written Responses, And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. Note: As Of January 1, 2023, All Sdvosbs That Were Previously Verified By The Va Center For Verification And Evaluation (cve) Were Automatically Granted Certification By The Sba For The Remainder Of The Firm S Eligibility Period. The Sba Granted A One-time, One-year Extension Of Certification To Current Sdvosbs Verified By The Va As Of The Transfer Date On January 1, 2023. The Additional Year Was Added To The Existing Eligibility Period Of A Current Participant. New Applicants Certified By Sba After January 1, 2023, Received The Standard Three-year Certification Period. The Ndaa 2021 Granted A One-year Grace Period For Self-certified Sdvosbs That Ended January 1, 2024.â During The Grace Period, Self-certified Businesses Had One Year To File An Application For Sdvosb Certification And Could Continue To Rely On Their Self-certification To Compete For Non-va Sdvosb Set-aside Contracts. Self-certified Sdvosbs That Applied Before January 1, 2024, Will Maintain Their Eligibility Through The Expiration Of The Grace Period Until Sba Issues A Final Eligibility Decision. All Joint Ventures Must Be Sba Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s. See Attached Document: Sow Construct Bonham Energy Center - Final 11-14-24. End Of Document

General Secretariat for Administration of the Ministry of the Interior South Directorate of General Administration and Finance Office of Public Orders and Purchasing Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
France
Closing Date30 Jan 2025
Tender AmountNA 
Purchaser Name: General Secretariat for Administration of the Ministry of the Interior South Directorate of General Administration | Multi-technical Market and Energy Management of the Ddpn Site of Aude (11)

Independent Public Health Care Center Of The Ministry Of The Interior And Administration In Bia Ystok Named After Marian Zyndram Ko Cia Kowski Tender

Services
Others
Poland
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Independent Public Health Care Center Of The Ministry Of The Interior And Administration In Bia Ystok | Poland – Insurance Services – Usługa Ubezpieczenia Samodzielnego Publicznego Zakładu Opieki Zdrowotnej Ministerstwa Spraw Wewnętrznych I Administracji W Białymstoku Im. Mariana Zyndrama-kościałkowskiego (3 Części)
2341-2350 of 2389 archived Tenders