Interior Tenders

Interior Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All information Needed To Submit Sf330 Documents Are Contained herein. No Additional Solicitation Package Or Technical information Will Be Issued. project: 544-25-125 Replace Dental Vacuum System work Location: Wm. Jennings Bryan Dorn Va Medical Center, Columbia, Sc 29209 estimated/target Completion Period: 145 Calendar Days After Award. construction Magnitude: Between $100,000 And $250,000. naics: 541330 - Engineering Services small Business Standard: $25.5 Million set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) site Visits Will Not Be Arranged During This Phase. the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30, 2025. sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than (nlt) 12:00 Pm (est) January 13, 2025. ***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794. project Overview: the Columbia Va Health Care System Requires A Designed Solution To Repair Or Replace The Dental Vacuum System To Include All Piping, Pumps, Vacuums, Filters, Separators, Valving, Motors, Starters, Controllers, And All Other Necessary Components To Provide A Completely New System. The Current System Is Not Functioning Properly And Believed To Be Caused By The Current Configuration, Component Locations, And Length Of Installed Vacuum Piping. the End Result Of The Contract Is A Complete Set Of Construction Documents To Repair Or Replace The Existing Dental Vacuum System That Are Prepared For Solicitation For Construction. sdvosb Set-aside: this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: system For Award Management (sam): Https://www.sam.gov vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212 important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So. for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To contract Award. in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total service-disabled Veteran-owned Small Business Set-aside (jul 2019) (deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia. sf330s Shall Be Organized In The Following Order: cover Sheet (one-page Limit) design Team Background With Locations Of Supporting Offices (one-page Limit) design Team Organizational Structure With Key Discipline Roles (one-page Limit) factor 1 Specialized Experience (one Page Per Project Limit) factor 2 - Professional Qualifications (one Page Per Resume Limit) factor 3 Past Performance Summary Sheet (one-page Limit) factor 4 - Capacity (one-page Limit) factor 5 Knowledge Or Location (one-page Limit) factor 6 Sdvosb Inclusion Statement (one-page Limit) full Cpars/ppqs Documentation For Factor 1 Projects (20-page Limit) additional Information (10-page Limit) sf330s Received Out Of Sequence Will Be Viewed Negatively. sf330 Specific Requirements: all Sf330 Pages Shall Be Pdf Searchable For Items 1 Through 11 And Item 13. Full Cpars And Ppqs May Be Scanned. start Each Factor Response On A New Page. use No Less Than 11-point Font. all Text And Images Containing Text Is Legible When Printed On 8.5 X 11 Paper. The Evaluation Board Will Not Seek Clarification Regarding Illegible Text. primary Selection Criteria (listed In Descending Order Of Importance): factor 1 specialized Experience (sections F, G And H): Specialized Experience And Technical Competence In The Design And Construction Period Services Will Be Required To Perform Throughout The Life Of The Contract. Projects Experience Pertains To The Types, Size, Recency, Cost, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. page Limit One Page Per Project. Five-page Total For Factor 1. Information Provided On Additional Pages Beyond The One Page Per Project Limit Or Beyond The Five-page Total Limit Will Not Be Included With The Review. relevant Project Experience: Submit Five (3) Projects That Meet All Criteria Shown Below. relevant Project Type Design-bid-build Projects Involving Site Investigation, Schematic Design, Design Development, And Construction Documents. Dental Vacuum System Replacements, Renovations Of Dental Clinics That Include New Dental Vacuum Systems, And New Building Construction That Include New Dental Vacuum Systems Are Acceptable Project Types. Masterplan And Rfp Development For Design-build Contracts Will Not Be Viewed As Relevant. relevant Project Size Systems Service Five Dental Chairs Or More. relevant Project Recency Project Construction Must Be Complete Or Substantially Complete Within The Past Five Years Of The Solicitation Due Date. Substantially Complete Is Defined As 80% Or Greater Of The Construction Project Is Complete At The Time Of The Solicitation Due Date. relevant Project Cost - Construction Project Cost Must Be Greater Than $75,000 relevant Project Complexity The Project Narrative Description Must Indicate Experience With All The Following Criteria: designing Main Vacuum Systems That Include Amalgam Separators For Dental Service Lines. designing Infection Control Risk Mitigation Plans designing New Pump/vacuum Drive And Controller System the Relevant Project Criteria Listed Above Is The Minimal Information Required For Acceptable Project Relevance. Additional Value Will Be Considered For Projects Which Convey Expertise With The Following Categories And Will Potentially Increase The Overall Rating For This Factor. Projects That Do Not Convey Additional Value Expertise Will Not Be Considered A Weakness. Additional Value Expertise Includes: experience With The Submitting Firm Serving As The Prime Contractor Leading A Multi-discipline Team Through Investigative, Design, Solicitation, And Construction Period Services. These Services Must Be Documented For Each Project Narrative. designing Hazardous Material Abatement Plans experience With Recent Projects Intended To Support Service Line Dental Service Lines. va Projects Showing Documented Experience With Implementing Va Design Guides And Standards From The Technical Information Library. experience With Recent Projects Located In The Columbia, Sc, South Carolina Midlands Area, Or Adjacent Counties. experience With Recent Projects That Include Implementing Va Cad And Bim Standards. submissions Shall Include No More And No Less Than Three (3) Type Projects Of Recent And Relevant Government And Private Experience Projects Similar In Type, Size, Recency, And Complexity, Cost, And Experience With The Type Of Projects/competence Above. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together As A Cohesive Unit On The Provided Relevant Projects. An Acceptable Rating Will Be Given If All Key Disciplines Are Shown, And Each Discipline Participated With At Least One Project Listed On Section G. Proposed Design Team Members That Do Not Have Experience With Any Of The Five Submitted Example Projects As Shown In Section G Will Be Viewed Negatively. factor 2 professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The Ae Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. The Design Firm And A-e Staff Representing The Project Must Be Licensed To Practice In Any State 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 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 To Sign Drawings In Each Discipline Must But Does Not Have To Be Registered In The State Where The Project Is Located. The Licensed Professional Must Hold Current Licensure For Said Discipline To Practice In Any State Of The United States Of America. Engineer-in -training (eit) Is Not Considered A Professional Licensure. page Limit One Page Limit Per Position Resume 8 Pages Total For Factor 2. Information Provided On Additional Pages Beyond The 8-page Limit Will Not Be Included With The Review. resume Requirements - 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, The Lists Of Professionals With Required Licensure And Preferred Licensure Below. An Unacceptable Rating May Be Given If Resumes Are Not Provided For All Roles Listed. positions Requiring Professional Licensure. Not Providing The Professional Licensure Will Be Viewed Negatively And Will Not Be Compliant With The Solicitation. architect mechanical Engineer electrical Engineer fire Protection Engineer plumbing Engineer key Positions With Preferred Qualifications. Design Team Professionals That Have Obtained The Indicated Preferred Licensure May Be Viewed More Favorably. Not Providing The Professional Licensure Will Not Be Viewed Negatively And Will Not Reduce The Overall Rating For This Factor. Higher Value Will Be Given For Professionals With The Preferred Professional Licensure. quality Control Manager - Either Cqm, Cqe, Lean Six Sigma Black Belt, Or Experience With Minimum Five Projects Were Served As Qc Manager. project Manager - Project Management Professional (pmp) Certification Or More Than 10 Years Experience With Managing A/e Design Projects. construction Cost Estimator - Aspe Certified Professional Estimator (cpe) Certification multi-function Roles Are Allowable For The Following Positions And May Be Shown As Multi-role Positions On The Resumes: mechanical And Plumbing Engineering. architect, Seps Manager, Bim Manager, Interior Designer electrical Engineer And Rcdd project Manager And Quality Control Manager include The Home Office Location For Each Key Discipline Identified On Each Respective Resume In Section E Block 15. the Criteria Listed Above Is The Minimal Information Required For Acceptable Professional Qualifications. Additional Value Will Be Considered For Each Key Position And Will Potentially Increase The Overall Rating For This Factor And Shall Not Exceed The Prescribed Page Limit. key Personnel Having Greater Than 10 Years Experience In The Practicing Field. key Personnel With Greater Than Five Years Employment With The Proposed Design Team Firm. va Design And Construction Experience Within The Past Five Years. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 3 past Performance (section H): Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules Along With The Firm S History Of Design Error, Omission, And/or Deficiency Claims. 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 Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. However, If The Va Cpars Is Not Included With The Sf330 Submission, Then The Contract Number For The Project Must Be Submitted For Each Project Provided 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 Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submit-ted In The Sf330 A Ppq Must Be Provided Listing Their Specific Role As A Subcontractor. 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. the Government May Also Consider Additional Performance Related Information Regarding The Firm, To Include 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. 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 Will Result In A Firm Being Considered Less Qualified. 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 Cpars And 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. page Limit Provide No More Than One Page Total For This Factor For The Summary Page. Full Cpars/ppq Documentation Shall Be Included On Additional Pages With The Sf330 And Will Not Count Towards The Total Page Count. provide A Summary Page That Provides The Factor S Required Information. For Each Of The Five Projects, Provide The Following Information. project Information (each Project For Specialized Experience) past Performance Record Type (ppq Or Cpars) contract Number point Of Contact (name, Phone, Email, Job Title, Poc Role) ae Firm Role With Project (prime Or Subcontractor) category Ratings provide Complete Cpars (or Ppqs If Cpars Is Not Available) For All Sample Projects After The Sf330 Factor 8 Section. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Locate This Documentation After The Complete Cpars/ppq Documents. Additional Value Documentation Shall Not Exceed Five Pages. letters Of Appreciation Or Accolades From Previous Projects industry Recognition Or Design Awards any Other Information The Design Team Wishes To Include For This Factor So Long As The Five-page Limit Is Not Exceeded. factor 4 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 Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector During The Previous Twelve (12) Months And The Full Potential Value Of Projects Forecasted Within The Next Twenty-four (24) Months Any Current Indefinite Delivery Contracts That The Firm Has. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members, Including Sub-consultants. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For All The Va Projects Current And Forecasted. Awarded In The Previous 12 Months. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf330. The Information For This Factor Shall Be Provided In Section H Of The Sf330. page Limit Provide No More Than Two Pages Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. include A Table That Conveys Each Key Discipline, Quantity Of Current Design Project Workload, Quantity Of Current Construction Period Service Workload, Estimated Future Design Load, Estimated Future Construction Workload, Quantity Of Current Idiq Contracts, Total Idiq Contract Capacity, Total Remaining Idiq Capacity, And Percent The Key Discipline Is Available. For Example: key Discipline total # Of Current Design Project Workload # Of Current Construction Project Workload estimated # Of Future Design Project Workload estimated # Of Future Construction Project Workload quantity Of Current Idiq Contracts Involved With total Idiq Capacity All Contracts (millions) total Idiq Remaining Capacity (millions) percent Available capacity architect 6 7 6 7 4 $1m $2m 45% mechanical Engineer 4 8 3 8 2 $1m $1 10% add Disciplines As Required the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor. Do Not Include Additional Pages In The Additional Information Section. providing A Narrative Conveying The Design Team S Approach On How New Work Will Merge With The Current Workload. provide A Narrative Describing The Process Regarding Replacement Of Key Disciplines Should One Decide To Leave The Design Team. convey How The Design Team Can Maintain Schedule If A Key Discipline Member Is No Longer Available? any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 5 knowledge Of Locality (section H). Knowledge Of The Locality, 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, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide An Individual Narrative Conveying Knowledge Of The Locality For Each Of The Following Categories: local Conditions Or Project Site Features climatic Conditions geologic Features working With And Local Construction Methods working With Local Laws And Regulations the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. Additional Value Will Be Considered For Each Additional Item Below And May Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section. experience With Seismic Designs Applicable To The Columbia, Sc Area. any Other Information The Design Team Wishes To Include For This Factor So Long As The Page Limit Is Not Exceeded. factor 6 use Of Service- Disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Offerors Shall Be Evaluated Based On Their Utilization Plans For Service- Disabled Veteran- Owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. page Limit Page Limit Provide No More Than One Page Total For This Factor. Information Provided On Additional Pages Beyond The One-page Limit Will Not Be Included With The Review. provide A Listing Of All Consulting Firms And Business Government Certification(s). Indicate The Anticipated Percentage Of Work The Consulting Firm Will Perform. the Criteria Listed Above Is The Minimal Information Required For Acceptable Factor Compliance. The Higher Percentage Of Certified Sdvosb Firms Included With The Design Team May Provide Additional Value And Potentially Increase The Overall Rating For This Factor So Long As The Page Limit Is Not Exceeded. Do Not Include Additional Pages In The Additional Information Section.

Landkreis Teltow Fl Ming Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: The property at Brandenburgische Strasse 100 in Ludwigsfelde has 2 building sections. The building is used as a 2-stream vocational school with preparation and classrooms, administration and office rooms, a serving kitchen with dining room, and storage rooms. The main building, which faces the street on its gable side, and the side wing angled at right angles to it, were built around 1950. The main building has a full basement and 2 floors above ground and an attic. The side wing has a partial basement and 1 floor above ground and an attic. The building sections were built as a masonry structure with steel stone and reinforced concrete ceilings, a wooden roof structure with concrete roof tiles. The roof structure consists of nailed lattice rafter trusses on the eaves sill and ridge purlin. The hipped areas were built as a purlin roof structure with rafters. The interior and sanitary facilities were renovated in the early 1990s. In this context, the roof covering (clay tiles) was also renewed. The current planning includes the renovation and the fire protection upgrade of the buildings. The roof structure and roof covering are being renewed outside. The windows and facade are being revised. Inside, fire protection renovations are being carried out with regard to the hallway partitions and necessary room closures. The main building is approx. 75.00 x 13.50 m and the side wing approx. 35.00 x 12.50 m

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service...+1Chemical Products
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. the North American Industry Classification Code (naics) Is 541380 (testing Laboratories And Services), And Psc Code F107 (environmental Systems Protection- Toxic And Hazardous Substance Analysis), With A Size Standard Of $19.0 Million. requested Responses: all Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Services Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company A Service Provider For The Services Being Offered? If So, Can You Provide Documentation Confirming Authorization To Provide The Referenced Services Being Offered Per The Statement Of Work? 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). please Note That If Incomplete Responses Are Received. Lack Of Documentation Proving Your Business Can Conduct The Services Being Offered Or All Questions Not Being Answered Within This Notice, Your Response Will Not Be Taken Into Consideration. contact Information And Response Due Date: please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 01-29-2025, 5:00 Pm Central. disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. statement Of Work For Environmental Microbiology Laboratory Analytical Services general Requirements: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap) Will Process (incubate, Analyze, Record And Report Results) Microbiological Surface Samples, Gloved Fingertip And Thumb Samples (gfs) And Media Fill Testing (mft) Samples Obtained And Submitted By Veterans Healthcare System Of The Ozarks (vhso). Samples Will Be Processed According To The Most Current Version Of Cag-009-2011 (or Its Successor) And Results Will Be Compared To Recommendations Provided In Usp . all Sampling Supplies, Plates And Media Fill Will Be Provided By The Laboratory Pursuant To This Contract. Certificate Of Analysis From The Manufacturer Will Be Provided For Each Lot Of Growth Media To Verify That The Media Meet The Expected Growth Promotion, Ph, And Sterilization Requirements. the Contractor Shall Process Personnel Related Assessment Testing Gfs Samples According To Cag-009-2011 (or Its Successor), And 2022 Usp Standards. Gfs Results Will Be Reported For Each Plate, With The Amount Of Colony Forming Units (cfu) Present On Each Plate Reported. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). the Contractor Shall Process Mft Testing Samples According To Cag-009-2011 (or Its Successor) And 2022 Usp Standards. Mft Results Will Be Reported As Negative (pass) Or Positive (fail); Failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. the Contractor Shall Process Viable Surface Samples According To The Most Current Version Of Cag-009-2011 And 2019 Usp Standards. If Cfu Measured During Viable Sampling Exceed Usp Threshold Levels, The Report Will At Minimum Identify Genus And, When Possible, Species Of Any Microorganism Recovered On The Report, In Addition To The Sample Name And The Number Of Cfu. If There Is No Growth Present That Shall Be Indicated On The Report (0 Cfu Or < 1 Cfu). scope: the Contractor Shall Perform Routine Work Detailed In This Statement Of Work (sow) On A Regular Schedule, Mutually Agreed Upon By The Contractor And Contracting Officer Representave (cor). the Number Of Surface Sampling, Gloved Fingertip Testing (gfs) And Media Fill Testing (mft) May Change Throughout The Contract Period. This Is Vhso's Best Estimate Of The Number And Type Expected To Be Tested And Sampled By The Contract. Vhso Reserves The Right To Delete Or Add Units As Required. if The Numbers Of Listed Items Will Be Exceeded, No Work Is Authorized Without The Prior Written Approval Of The Contracting Officer (co) To Account For It. Work Items Or Services Not Already Included In This Sow, But Relevant To It, May Be Ordered By The Co Without Further Competition. Only The Co Has The Right To Obligate Funding Or Order Work Not Expressly Detailed In This Sow. The Government Shall Not Be Held Responsible For Payment For Any Work Performed By The Contractor That Is Outside The Scope Of This Contract Or Without The Prior Approval Of The Co. task: bacteria And Fungi Surface Incubation And Sample Analysis gloved Fingertip And Thumb Sample Incubation And Sample Analysis media Fill Testing Sample Incubation And Sample Analysis pharmacy Iv Personnel Will Conduct Gloved Fingertip And Thumb Testing, Media Fill Testing And Surface Sampling According To Usp Guidelines And Pharmacy Needs. The Pharmacy Designated Person Or Their Designee Shall Collect, Label, And Prepare All Samples For Shipping Pursuant To Instructions Provided By The Contractor Ensuring Viability Of Samples During Shipping. Every Effort Will Be Made To Ship Samples The Same Day As Sampled And Will Be Shipped For Next Day Delivery To The Contractor According To Instructions. If Samples Are Not Able To Be Shipped The Same Day As Sampled, They Will Be Shipped No Later Than The Day After Sampling Takes Place. Days Of Sampling Will Be Coordinated So Delivery Occurs According To Contractor S Normal Hours. gloved Fingertip Sampling Plates: pharmacy Compounding Staff Must Be Evaluated In Gloved Fingertip And Thumb Sampling (gfs) To Demonstrate Competency In Garbing And Hand Hygiene, As Set Forth In Usp . Vhso Will Perform Gfs On Site, Using One Sampling Device Per Hand (e.g., Plates, Paddles, Or Slides) Containing General Microbial Growth Agar {e.g., Trypticase Soy Agar (tsa)} Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) As This Agar Supports Both Bacterial And Fungal Growth. contractor Will Incubate Fingertip Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â° C For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). Contractor Will Record And Report The Number Of Cfu Per Hand (left Hand, Right Hand), As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is If Total Cfu For Both Hands Is Greater Than The Action Level For The Type Sampling (i.e., Initial Or Bi-annual). The Contractor Will Notify The Usp Program Manager, Or If Unavailable, The Chief Pharmacy Services, Within 1 (one) Business Day Of Any Failure. all Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. table 1. Action Level For Gloved Fingertip Sampling And Thumb Sampling gloved Fingertip & Thumb Sampling action Level* initial Sampling After Garbing >0 subsequent Sampling After Media-fill Testing (every 6 Months) >3 *action Levels Are Based On The Total Cfu Count From Both Hands. surface Sample Plates: surface Sampling Plates Are Preferred Over Paddles Or Slides. One Plate Each Of General Microbial Growth Agar [e.g. Typticase Soy Agar (tsa)] Supplemented With Neutralizing Additives (e.g. Lecithin & Polysorbate 80 Will Be Used At Each Sampling Site. microbiological Surface Monitoring Will Be Performed Monthly In The Segregated Compounding Area And All Classified Areas Including: pass-through Chambers the Interior Of The Primary Engineering Controls (pecs) And Any Equipment Contained Within staging Or Work Area(s) Near The Pec frequently Touched Surfaces * Additional Surface Sampling May Be Performed During Certification Of New Facilities And Equipment, After Servicing Facilities Or Equipment, In Response To Identified Problems, In Response To Identified Trends, Or In Response To Changes That Could Impact The Sterile Compounding Environment. one Sample Of Tsa Will Be Obtained Per Sample Location. Contractor Will Incubate Surface Sampling Plates Immediately Upon Receipt At A Temperature Of 30-35â° C For No Less Than 48 Hours And Then At 20â° 25â°c For No Less Than 5 Additional Days. Sampling Plates Will Be Stored During Incubation To Prevent Condensate From Dropping Onto The Agar And Affecting The Accuracy Of The Cfu Reading (e.g., Invert Plates). If Levels Measured During Surface Sampling Exceed The Levels In Usp Table 6, An Attempt Must Be Made To Identify Any Microorganism Recovered To The Genus Level, And When Possible, To Species Of The Microorganism Recovered. Staff Direct Surface Sample Readings Do Not Require Any Additional Identification Of Microorganisms Recovered To The Genus Level. Contractor Will Identify Which Surface Sampling Method Is Included With Bid. contractor Will Report The Number Of Cfu Per Plate As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Sampling Plates Including Reading Of Plates, Counting Cfu, And Performing Identification Of Recovered Microorganisms Will Be A Licensed And Qualified Environmental Microbiologist. failure Is Indicated If Cfu Of Any Plate Is Greater Than The Action Level For The Classified Area. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. table 8. Action Levels For Surface Sampling iso Class surface Sampling Action Levels (cfu Per Media Device) 5 >3 7 >5 8 >50 media Fill Samples: media Fill Tests Will Be Designed And Developed By The Pharmacy Designated Person To Reflect The Most Complicated Manipulations Performed At Vhso. The Contractor Will Be Provided With The Final Media Fill Testing Sample (one Sample) Per Staff Member Tested. contractor Will Incubate Mft Samples Immediately Upon Receipt At A Temperature Of 20â° 25â°c For 7 (seven) Days Followed By 7 (seven) Days At 30â° 35â°c To Detect A Broad Spectrum Of Microorganisms. contractor Will Report Pass/fail Results As Well As The Starting Temperature For Each Interval Of Incubation, Dates Of Incubation, And The Identification Of The Person Who Reads And Documents The Results. Contractor Personnel Who Analyze Media Fill Including Reading Results Licensed And Qualified Environmental Microbiologist And Or Technician. failure Is Indicated By Visible Turbidity Or Other Visual Manifestations Of Growth In The Media In One Or More Container Closure Unit(s) On Or Before 14 Days. The Contractor Will Notify The Pharmacy Designated Person And The Chief Of Pharmacy Services, Within 1 (one) Business Day Of Any Failure. All Results Will Be Transmitted The Facility Within One Business Day Of Final Analysis. place Of Performance: veterans Healthcare System Of The Ozarks 1100 N College Avenue fayetteville, Ar 72703 479-587-5990 period Of Performance: table 3. Performance Years 2025 (base Year) 14 July 2025 - 30 September 2025 2026 (option Year 1) 1 October 2025 - 30 September 2026 2027 (option Year 2) 1 October 2026 - 30 September 2027 2028 (option Year 3) 1 October 2027 - 30 September 2028 2029 (option Year 4) 1 October 2028 - 30 September 2029 2030 (option Year 5) 1 October 2029 - 30 September 2030 contractor Qualifications: an Iso/tec 17025 Accredited Laboratory Under The Environmental Microbiology Lab Accreditation Program (emlap). Copies Of Pertinent Certifications, Licenses And Emlap Accreditation Will Be Required. performance Requirement Summary: facility Surface Sampling Analysis For Viable Particles From Samples Taken In The Segregated Compounding Area (sca), Chemo Ante Room, Chemo Buffer Room, Iv Ante Room, Iv Buffer, And Associated Primary Engineering Controls (pecs) viable Surface Sampling Analysis identification To At Least Genus For Any Growth That Exceed The Levels In Usp Table 8, And When Possible, To Species Of The Microorganism Recovered. personnel Related Assessments Include The Following: gloved Fingertip And Thumb Sample Incubation And Sample Analysis media Fill Testing Incubation And Sample Analysis number Of Samples: gloved Fingertip Samples (620 Per Year) media-fill Tests For Staff (85 Per Year) direct Surface Sample Readings For Initial Staff Certification And Staff Biannual Competencies (115 Per Year) surface Sample Readings For Monthly For Iv Compounding Areas (sample Locations To Be Determined By Vhso) And Staff Direct Compounding Area Surface Samples (195 Per Year) sampling Reports: results Of Viable Samples And/or Surface Sampling Must Be Submitted To The Pharmacy Designated Person And The Chief Of Pharmacy Within One (1) Business Days Of The Receipt Of The Results. Failure To Follow These Procedures May Result In Delay Of Payment Or Nonpayment. Pass/fail Notifications Should Be Included Where Applicable. Each Sampling Reports Shall Contain, At A Minimum, The Following Information: an Sop Or Protocol That Describes The Process For The Handling, Incubation And Analysis For Each Sampling Plate Or Mft. growth And Sterility Control Reports (where Applicable) price Schedule: the Contract Rate Is An All-inclusive Rate. No Separate Fees Will Be Allowed. contracting With Parties Listed On The Oig List Of Excluded Individuals/entities: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Office Of Inspector General Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs. The List Of Excluded Individuals/entities Can Be Found On The Oig Web Site At Www.hhs.gov/oig. With Submittal Of Proposal, The Contractor Shall Provide Evidence Than None Of The Contractor S Employees Are On The Excluded Parties List. invoices/payments: This Provision Shall Survive The Termination Or Ending Of The Contract. Payment For Services Rendered By The Contractor Under The Terms Of This Contract Will Be Made Upon Receipt Of A Properly Executed Invoice. Invoice To Be Submitted Within Fourteen (14) Workdays Following Completion Of The Contractors Rendered Services. Va Will Verify Services Performed And Certify Invoice For Payment Within Thirty (30) Days Following Date Of Receipt Of Sampling Reports. Any Identified Discrepancy(s) In Billings Shall Be Cause For Extending Provisions Of This Paragraph Until The Discrepancy Or Other Identified Problem With The Billing Invoice Has Been Resolved. Invoices Shall: be Electronically Prepared And Submitted In Accordance With Far 52.212-4(g) clearly State The Terms Of Any Discounts Offered include The Current Fiscal Year And Purchase Order Number include The Period Of Performance Covered By The Invoice accept Payment For Services Rendered Under This Contract As Payment In Full. This Provision Shall Survive The Termination Or Ending Of The Contract. information Security Officer, Information Protection: The Contractor Will Not Have Access To Va Desktop Computers Nor Online Resources Belonging To The Government While Conducting Services. privacy Officer: The Contractor Will Not Have Access To Patient Health Information (phi) Nor Have The Capability Of Accessing Patient Information During The Services Provided To The Va. records Manager: The Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chapters 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 14. Records Management Obligations a.  applicability this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.   b.  definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.   the Term Federal Record: includes Veterans Health Care System Of The Ozarks Records.â  does Not Include Personal Materials. applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vhso Contract. may Include Deliverables And Documentation Associated With Deliverables. c.  requirements contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â  in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â  in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â  vhso And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vhso Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Vhso. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Vhso Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vhso Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vhso Policy.â  the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vhso Information That Are Not Specifically Tied To Or Authorized By The Contract.â  the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â  the Vhso Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vhso Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. training.  all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vhso-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â  d.  flowdown Of Requirements To Subcontractors the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â  violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. authorized Government Representative(s) the Authorized Government Representative Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Authorized Government Representative And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative Will Interpret Specifications Or Technical Portions Of The Work. The Authorized Government Representative(s) For This Contract Is: final Invoicing Instructions: It Is Your Firm S Responsibility To Submit A Completed And Signed Final Invoice Memo (see Attached Template) In Accordance With The Terms And Conditions Of This Contract. The Final Invoice Memo Must Be Signed And Attached To Your Firm S Submission Of The Final Invoice For Final Payment Or Within Seven (7) Calendar Days After The Period Of Performance Or Contract Expiration. If The Co Or Designated Representative Does Not Receive A Signed Copy Of The Final Invoice Memo With Your Firm S Final Invoice For Final Payment And/or If The Government Does Not Hear From Your Firm Via E-mail After Seven (7) Calendar Days, After The Period Of Performance Or Contract Expiration, The Government Will Accept That There Is Adequate Evidence That All Supplies And Services Have Been Delivered And Accepted, All Invoices Have Been Paid, And That There Are No Outstanding Invoices Or Issues Concerning This Contract; Thus, The Government Will Continue With A Unilateral De-obligation Of Any Remaining Funds And Issue The Signed Modification To All Parties. Further, Failure To Submit A Signed Final Invoice Memo Could Result In A Negative Cpars Entry As A Lack Of Business-like Concern For The Interest Of The Customer Which In This Case Is The Vamc. Notwithstanding The Claim Period Stated In Far 52.233-1, Disputes, And Pursuant To Far 33.206, Initiation Of A Claim, The Contractor Agrees To Submit Any Claim Related To This Contract Within 12 Months After Accrual.

The City of All Tender

Software and IT Solutions
Czech Republic
Closing Date20 Jan 2025
Tender AmountCZK 4.9 Million (USD 202.5 K)
Details: The formal purpose of this public contract is to conclude a contract for works and a related service contract with one selected bidder. The material purpose of this public contract is then the supply of infrastructure and software applications and their implementation and mutual integration for the purpose of increasing the security of the information environment of the city of Vsetín. Furthermore, the provision of support and service services for the implemented technologies throughout the sustainability period of the project "Increasing the Cybersecurity of the City of Vsetín", i.e. after a period of 60 months from the acceptance of the performance of the supplies. The key objective of the project "increasing the Cybersecurity of the City of Vsetín" is to increase Cybersecurity in accordance with Act No. 181/2014 Coll. The Primary Objectives of the Implementation of New Technologies, Which Will Be Implemented Within the Framework of the Public Contract, Are Based on the Identified Needs of the Contracting Authority, When These Needs Will Be Fulfilled by the Implementation of Selected Technical Measures According to Sections 18, 22, 23 and 27 of Decree 82/2018 Coll. The Subject of the Public Contract Is Co-financed by the European Union Through the Ministry of the Interior of the Czech Republic, Which Is the Guarantor of the National Recovery Plan. The Title of the Project Is "Increasing Cybersecurity of the City of Vsetín", Registration Number Cz.31.2.0/0.0/0.0/23_093/0008398. The Awarding of This Public Contract Is Also Subject to the Relevant Instructions and Rules of the Above-Mentioned Subsidy Program. The Subject of the Public Contract is Supplies and Services, Including the Supply and Implementation of the Required Technologies for Increasing the Cybersecurity of Information Systems (IS) and Communication Systems (KS) Operated by the Contracting Authority in Compliance with Cybersecurity Standards. The Subject of the Public Contract is Specified in the Tender Documentation, In Particular the Technical Specification as One of the Annexes to the Public Contract. A Detailed Specification of the Individual Items of This Supply Is Given in Annex No. 1 to This Call, Entitled Technical Specification.

Stadtverwaltung Cottbus Fachbereich Hochbau Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Note: This information is provided for planned negotiated award procedures, restricted tenders and negotiated procedures in accordance with VOB, VOL and freelance services, with an estimated contract value of EUR 5,000 or more, for which no further publication of a participant competition is planned. Subject of the contract: Description: "Spreeschule Cottbus Elisabeth Wolf Strasse, 2./ 3.ba" The city of Cottbus intends to renovate and extend the existing building (2nd construction phase) and build a new sports hall at Elisabeth Wolf Strasse 72/73 in 03042 Cottbus. As part of a Europe-wide tender, the planning services listed below have been put out to tender as general planning and the identified planning offices have already been commissioned. The VGV procedure carried out included the following planning services: 1. Object planning for buildings and interior spaces - HOAI, Part 3, Section 1; 2. Object planning for outdoor areas - HOAI, Part 3, Section 2; 3. Specialist planning for structural engineering - Hoai, Part 4, Section 1; 4. Specialist planning for technical equipment, system groups 1, 2, 3, 7, 8 - Hoai, Part 4, Section 2; 5. Specialist planning for technical equipment, system groups 4, 5, 6 - Hoai, Part 4, Section 2; 6. Specialist planning for building physics Hoai, 7. Fire protection. The preliminary planning is currently being prepared by the architectural firm identified. The existing school building is to be completely renovated with energy aspects in mind. A new sports hall is to be built in the rear area of the school grounds. Services: Ex ante publication of the following services expected to be required: 1. Surveying 2. Subsoil investigation

C o Amt Schlaubetal Tender

Civil And Construction...+1Building Construction
Germany
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: The building ensemble consists of 3 building sections that are divided into separate usage units. The building complex, constructed in 1920/1930, with a 3-storey hotel building and directly adjacent ballroom as well as an outbuilding, served as the official headquarters of the Müllrose forestry administration until 2016. The ballroom was used for citizen forums or festivities until April 2024. The annex building houses the building technology with sanitary facilities. The implementation planning envisages the demolition of the main building and replacement new construction as well as the structural and energetic renovation of the ballroom and outbuildings. Lot 04: Supply and installation of aluminum post and beam facade over 2nd floor heights for the outdoor area 2pcs-(fa1+fa2) including automatic door 2-leaf. Supply and installation of aluminum post and beam facade over 1st floor height for the interior as a vestibule on the ground floor and 1st floor 2pcs-(fa3 + fa4) including 2-leaf automatic door. Detailed work planning for aluminum post and beam facade including door and window elements Construction period: March 31, 2025 - October 31, 2025 Existing building ballroom: With gable roof External dimensions: Approx. 24 x 15m Storeys: 1 -. As well as attic Ridge height: Approx. 6.81m Eaves height: Approx. 5.14m Existing building Outbuilding: With gable roof External dimensions: Approx. 25 x 7m Floors: 1 - And partial basement As well as attic (crawl space) Ridge height: Approx. 4.23m Eaves height: Approx. 3.89m Replacement new building Main building: With mansard roof and dormers External dimensions (corner building - L-shape): Approx. 27 x 23m Floors: 3 - Without basement Ridge height: Approx. 10.76m Eaves height: Approx. 7.17m

Landkreis Elbe Elster Tender

Civil And Construction...+1Construction Material
Germany
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Type and scope of the work Lot 1 Lot 1 - shell construction / plastering Approx. 168 m construction fence Approx. 476 m² construction site access Brc Approx. 440 m² facade scaffolding Approx. 180 m² interior scaffolding Approx. 500 m² topsoil removal Approx. 70 m³ excavation and foundation excavation and backfilling Approx. 205 m³ pipe trench excavation Approx. 115 m kg-pipe DN 100/110 Approx. 378 m² blinding layer C 12/15 Approx. 25 m³ strip foundations / frost protection aprons C 25/30 Approx. 247 m² base plate C 25/30 Approx. 60 m² base plate C 30/37 Approx. 190 m ring anchor / ring beam C 25/30 Approx. 75 m² fully assembled ceiling 20 Cm Approx. 247 M² reinforced concrete filigree ceiling 20 Cm Approx. 7 To structural steel Approx. 170 M² formwork foundations / frost protection aprons Approx. 190 M ring anchor, ring beam and ceiling edge formwork Approx. 275 M² external wall masonry aerated concrete 42.5 Cm Approx. 34 M² parapet masonry aerated concrete 30 Cm Approx. 150 M² internal wall masonry aerated concrete 24 Cm Approx. 320 M² sealing floor slabs Pye G200 Dd Approx. 308 M² external plaster base plaster P II/CS II Approx. 308 M² external plaster top plaster Approx. 60 M² base plaster LW, CS III Approx. 700 M² KZ plaster, 2-layer, Q3

Wohnungsbau Und verwaltungsgesellschaft Vorspreewald MbH Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: Complete demolition The demolition object consists of 2 residential buildings which are built next to each other and form a structural living and usage unit. The two residential buildings can basically be described as follows. The rising walls are made of brickwork (plastered) - Avv 170102. The roof covering consists of roof tiles. The canopy of the southern residential building has a roof covering made of tar paper of Avv 170903*. The roof structure is made of wooden trusses / wooden beams / wooden battens (avv 170204*). The sloping roofs and parts of the ceiling were partially covered with plasterboard (avv 170802). The objects have 4 brick chimneys. These are assigned to Avv 170106*. One chimney is used by both objects. The chimneys were used to vent the exhaust air from the tiled stoves inside. The interior walls are wallpapered and partially covered with wood paneling (avv 170204*). The windows are framed with plastic frames. The doors and paneling of the installation ducts are largely made of wood or chipboard from Avv 170204*. The electrical installation and sanitary facilities are largely intact. Demolition of a septic tank (12m³ capacity, filled with Avv 200304 - 6m³ and Avv 170503* - 3m³ fillings), rising walls from Avv 170106*. There are only slight signs of rubbish inside the objects. In addition to the actual demolition of the building, the dismantling of immediately adjacent access routes and ancillary facilities (garden arbors / shelter areas) is planned. Delivery of filling materials and topsoil, landscaping, delivery of replacement quarters for "species protection for bats". Dimensions: Residential building (southern property): Floor area = 95.19m² Average height (including basement) = 7.15m Resulting M³ Ur = 680.61m³ Residential building (northern property): Floor area = 145.81m² Average height (including basement) = 9.83m Resulting M³ Ur = 1,433.31m³ Total volume of structures to be demolished = 2,113.92 M³u.r Sealed areas = 180m²

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice sources Sought Notice page 12 Of 12 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 12 this Announcement Is Not A Request For Proposal. 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 Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 528a5-24-504, Project Upgrade Buildings 7&8 Electric Room At The Canandaigua Vamc At 400 Fort Hill Ave, Canandaigua Ny 14424. This Project Will Expand The Existing Electrical Rooms On The Ground Floor Of Building 7 And 8, Into Adjacent Spaces And Replace Electrical Components. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before May 20th, 2025 . Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb (or Vosb) In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. exsisting Conditions: the Canandaigua Vamc Is Located At 400 Fort Hill Avenue, Canandaigua, Ny 14424. Building 7 And 8 Are Two Of The Main Campus Structures And Contains Sensitive Programming Including Clc S With In-patient Care. The Existing Electrical Rooms Are Insufficient In Size And Does Not Meet Current Codes/standards As Set By The Va. The Adjacent Spaces To These Electrical Rooms Consist Of Available Space For Expansion. All Electrical Equipment Shall Be Replaced Unless Otherwise Directed By The Va And All Building Services Shall Placed On Emergency Power. All Proposed Equipment Shall Meet Current Va Standards And Codes. scope Of Service Required 1. Provide Investigative, Schematic, And Design Development Services, Production Of Construction Documents, Working Drawings, Specifications, And Cost Estimates, And Perform Construction Administration Including Shop Drawing And Submittal Review As Required To Complete The Work And As Per The Architect/engineer (a/e) Required Deliverables. The A/e Firm Shall Analyze The Existing Conditions And Working With The Medical Center Staff Develop Various Proposals To Meet The Project Intent. Develop Accepted Proposal Into A Final Design And Cost Estimate To Best Suit The Needs And Constraints Of The Government, While Incorporating Vamc Canandaigua Engineering Services, Va Network 2, Or Any Other Government Comments. 2. Provide For Necessary Design For Utility Connections, Alternative Power, Phasing, And Support For Building Operations Through Construction With Minimal Interruptions. 3. Perform Load Test On Existing Generator And Emergency Power System To Confirm Existing Supply Will Support Additional Loads. 4. Provide An Independent Analysis To Locate Any Underground Or Hidden Utilities For Inclusion In The Design If Applicable, To Confirm Viability Of Planned Excavations Or Demolitions Of To Support Design Objectives. Such Analysis May Include Ground Penetrating Radar, Review Of Existing Va Documentation Or Other Viable Options To Verify These Utilities. 5. Attend All Design Review Meetings And Make All Necessary Site Visits During Design Phases To Gather Information Necessary From The Existing Site Conditions, Building Plans, Utility Plans, Etc. To Provide A Complete Assessment Of The Proposed Work. The Proposal Shall Include An Identified Number Of Visits. The Va Shall Provide Access To Hardcopy/electronic Files. The A/e Firm Shall Perform All Searches Of The Files For Any Required Reference Materials To Support Design Efforts. Limited Digital Drawings Are Available. 6. Attend Pre-bid Job Walk And Provide All Engineering Responses To Questions Asked By Potential Bidders And Issue Addendum When Necessary. 7. All Work Shall Be In Accordance With All Applicable Codes In The Department Of Veteran Affairs (va) Design Manuals And Va Publications (master Construction Specifications, Construction Standards, National Fire Protection Association (nfpa), Underwriters Laboratory, International Building Code Ibc, National Electric Code (nec), Building Codes And Standards, And Va Information Security Handbook 6500.6, Etc.) 8. All Work Containing Hazardous Materials Shall Be In Accordance With New York State Code Rule 56 Regarding Asbestos And Other Hazardous Materials, Ahera Regulations 40 Cfr Part 763.86, 763,87, And Osha 1926.1101(k)(1). 9. All Submissions Shall Include Physical And Digital Submissions Of Drawings And Specifications. 10. All Drawings Shall Be Submitted At Architectural E1 (30 X 42 ) For Full Sized Sets And Architectural C (18 X 24 ) For Half Sized Sets. All Sets Shall Be Bound. 11. All Cad Submissions Shall Be Provided In Autocad 2017 Unless Discussed Otherwise. Revit Models Shall Also Be Submitted In Addition To Cad Documents If Created. 12. The Autodesk Build Construction Management Platform (autodesk Construction Cloud Acc) Will Be Used For Information Sharing And Project Management Through The Design And Construction Phases. This Software Is Provided By The Va At No Additional Cost To The A/e. a. Platform Training Will Be Provided By The Va And Is Required By All Parties To Access. b. The A/e Shall, Upon Award, Provide A Comprehensive List Of Project Staff Who Will Need Access To Acc Including: i. Full Name ii. Company Name iii. Email Address iv. Role/position On The Project c. Completion Certificates Of Training By All Members Of The Team Shall Be Provided To The Cor Within 12 Calendar Days. d. Additional Members Can Be Added At Any Time Upon Written Request To The Cor. e. Acc Shall Be Used For All Digital Submissions, Official Project Correspondence, Submittals, Rfis, Schedules, Actionable Tasks, Photos, Surveys, Reports, Inspections, Etc. 13. Provide Design, Construction, And Post-construction Services As Listed Below. a Full Scope Of Services Including The Deliverables Will Be Included In The Formal Solicitation After A Review Of The Sf330s. Location canandaigua Vamc. 400 Fort Hill Avenue Canandaigua, Ny 14424 cost Range estimated Construction Cost Range: Between $5,000,000 And $10,000,000. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In 220 Calendar Days From The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Environmental Services And Fire Protection Engineering As Needed. The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. 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. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G. (2) Specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To: experience With Design Of Inpatient Medical Care Facilities. experience With Design Of Multifunctional Offices. experience With Specialized Hvac And Electrical Distribution Systems Design For Healthcare Facilities; experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation, Construction Inspection Services, And Operating And Maintenance Manuals). experience With Government Designs And Construction. experience With Extensive Site Survey Skills submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above And The Scope Of Work Of The Project. Example Projects Shall Note Project S Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Actually Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf-330 Part 1, Section F Item 25 Firms From Section C Involved In This Project, Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address, And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Actually Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 1 Should Be Submitted In Part 1, Section F Of The Sf-330. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluating Criterion 1. (3) Capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. submission Requirements: Describe The Firm S Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm S Capacity To Accomplish Multiple Projects Simultaneously. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; iii. Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates (4) Past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. i. Recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. ii. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If There Is Not A Completed Cpars/acass Evaluation, The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. An Offeror Shall Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Completed Ppqs Should Be Submitted With Your Sf-330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 2 Attn: Amanda Baumler Via Email At Amanda.baumler@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. (5) Location: Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project iv. To Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The Canandaigua Vamc At 400 Fort Hills Avenue. Canandaigua, Ny 14424. v. This Distance Is Determined According To Http://maps.google.com/ vi. This Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. submission Requirements: Indicate Firms/teams Location, Including Main Offices, Branch Offices And Any Subconsultants Offices And Demonstrate How This Will Be Advantageous To The Government. (6) Veteran Owned: The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. (7) Construction Period Services: Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. (8) Experience Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. (9) Reputation Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. submission Requirements: Offerors Shall Provide Documentation (awards, Certificates, Publications, Commendations From Within The Community) As Evidence Of Reputation And Standing Of Its Firm. (10) - Claims - Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years. submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Ten (10) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. evaluation Scoring evaluation Factors 1, 2, 3, 5, 8, 9 And 10 Will Be Evaluated Using The Following Adjectival Ratings As Follows: outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low. good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low. acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate. marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High. unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement. the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract. unknown Confidence (neutral): No Recent/relevant Performance Record Is Available Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned. limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract. no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), 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 Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below. Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Amanda.baumler@va.gov No Later Than 10am, Eastern Standard Time (est) On Tuesday, January 21st 2025 Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: 1. Cover Page With Solicitation Number, Project Number And Title 2. Table Of Contents 3. Copy Of Valid State Registration For Each Lead Designer 4. Copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification 5. Duns Number 6. Cage Code 7. Tax Id Number 8. Email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.

Kommunaler Immobilien Service Potsdam KIS Eigenbetrieb Der Landeshauptstadt Potsdam Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: Lot no. 13.2 - Scaffolding work for the 2nd building of the special needs school 53 (Comenius School) relates not only to the fire protection renovation of the existing building but also to an extension on the north-west gable side of the building. Facade scaffolding extension: The facade scaffolding on the building is planned in particular as working scaffolding for the facade work and window installation, as well as protective scaffolding for the roof work. The upper working level in each case will receive a protective net for the roof work in the eaves area. All working levels will receive internal brackets, which are to be removed as work progresses. The construction will take place in consultation with the local construction supervision. The facade areas consist of reinforced concrete/masonry walls with a ventilated facade. The scaffolding can be anchored in these. Permanent scaffold anchors are not to be provided. The ridge height is approximately 21 m, the eaves height is approximately 12 m. The standing areas around the building are partially uneven. Leveling frames will be required. The facade on Finkenweg is on a slope. The footings must be secured against slipping. All standing areas are on the building's own property. For easy access to the scaffolding, 1 stair tower is planned in addition to the standard ladders. Scaffolding of load class 3 is to be used and erected at a distance of approximately 60 cm from the facade. The decking width must be at least 90 cm. Existing facade scaffolding: The facade scaffolding on the existing building is planned as a working scaffold, which is converted into a roof guard scaffold in the area of the eaves. The two upper working levels will each have a safety net. All working levels will have interior brackets. The construction will take place side by side in consultation with the local construction supervision. The facade areas will not be renovated and must be protected from damage. The facade areas consist of plastered masonry. The scaffolding can be anchored in these. The ridge height is approx. 21 m, the eaves height is approx. 12 m. The standing areas around the building are partially uneven. Compensation frames will be necessary. All standing areas are on the building's own property. For easy access to the scaffolding, 1 stair tower is planned in addition to the standard ladders. Scaffolding of load class 3 is to be used and erected at a distance of <= 60 cm from the facade. The decking width must be at least 90 cm. In the area of the weather protection roof, scaffolding of load class 4 is to be used and erected at a distance of approx. 60 cm from the facade. The decking width must be at least 90 cm. In axis A, bracket scaffolding is to be provided next to the support scaffolding.
2351-2360 of 2380 archived Tenders