Survey Tenders

Survey Tenders

TenneT TSO GmbH Tender

Services
Others
Germany
Description: Germany – Dimensional Surveying Services – Suedlink - Baubegleitende Vermessung Baulos 1 / Pfa A1/a2/a3
Closing Date3 Mar 2025
Tender AmountEUR 190 K (USD 197.3 K)

Northern Ireland Housing Executive Tender

Services
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
United Kingdom
Details: The Provision Of Mechanical + Electrical Services In Relation To Major Adaptations To Nihe Dwellings For People With Disabilities (mapds) North + South Region (from Survey To Completion Of Works On Site). There Will Be 2 Lots:- Lot 1 North Region Lot 2 South Region
Closing Date4 Mar 2025
Tender AmountGBP 195 K (USD 242.1 K)

US GEOLOGICAL SURVEY USA Tender

Others
United States
Purchaser Name: US GEOLOGICAL SURVEY USA | Details: Anomaly Avoidance Service Notice Of Intentthis Is A Notice Of Intent To Solicit From A Single Source.the Us Geological Survey (usgs) Intends To Award A Purchase Order To Consolidated Contracting Solutions, Llc For Anomaly Avoidance Services For Planned Soil Core Collections As Described In The Attached Statement Of Work. Award Will Be Made In Accordance With Federal Acquisition Regulation (far) 13.106-1(b) And The Procedures At Far Part 12 Entitled, Acquisition Of Commercial Items And Far Part 13 Entitled, Simplified Acquisition Procedures. Contracting Solutions, Llc Is, To The Knowledge Of The Usgs, The Only Source Who Can Has Naval Base Guam Access With Clearances To Enter, And Can Provide Anomaly Avoidance Services In The Required Time Frame In Order For The Overall Mission Of The Usgs To Succeed And Not Be Hindered.the Purpose Of This Notice Is To Satisfy The Requirements Of Far Subpart 5.2. This Notice Of Intent Is Not A Request For Competitive Quotes. However, All Responsible Parties May Submit A Quotation Which Shall Be Considered By The Agency. No Solicitation Will Be Issued. A Determination Not To Compete This Action Based Upon Responses Received Is In The Sole Discretion Of The Government. The Naics Code 238910 Site Preparation Contractors And Psc R425 Support-professiojnal:engineering/technical Apply To This Announcement. Responses Or Inquiries Shall Only Be Accepted Through Electronic Mail Addressed To Rlujan@usgs.gov And Must Be Uploaded And Received In Their Entirety No Later Than February 4, 2025, At 1600 Hrs Central Time. Responses Submitted By Hardcopy, Or The Any Web Portal Shall Not Be Accepted Or Considered.
Closing Soon4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Details: The Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the Norfolk District, U.s. Army Corps Of Engineers, Is Anticipating A Future Procurement For An Indefinite Delivery Indefinite Quantity (idiq), Single Award Task Order Contract (satoc), To Support Maintenance Dredging Operations And Associated Activities Spanning From Rocklanding Shoal To Richmond Harbor Locks. description Of Work: the Norfolk District, U.s. Army Corps Of Engineers, Is Seeking Eligible Firms Capable Of Performing Maintenance Dredging By Hydraulic Cutter-head Dredge, In Various Shoals Between Rocklanding Shoal And Richmond Harbor Channel. The James River Federal Navigation Project Is Broken Into Three-segments That Include Lower, Middle And Upper James River Shoals. The Lower James River Segment Includes Rocklanding And Tribell Shoals. The Middle James River Segment Includes Goose Hill, Dancing Point To Swann Point, Jordan Point-harrison Bar Channel To Windmill Point, And City Point Channel. The Upper James River Segment Includes Richmond Deepwater Terminal (rdwt) To Hopewell, Rdwt Channel & Berthing Area, Richmond Harbor To Rdwt, And Richmond Harbor Channels. from Rocklanding Shoal To Rdwt Channel And Berthing Area, The Channel Is Maintained To A Required Depth Of -25 Feet Mean Lower Low Water (mllw). From Rdwt Channel And Berthing To Richmond Harbor, The Project Is Maintained To A Required Depth Of -18 Feet Mllw. No Widening Or Other Channel Framework Modifications Are Proposed At This Time. For The Entire James River Project, One Foot Of Advance Maintenance And One Foot Of Allowable Over-depth Dredging Will Be Considered As Part Of The Contract Dredging Pay Prism. Advance Maintenance Dredging Will Be Considered As Part Of The Required Pay Prism. The Maximum Dredging Pay Depth Is – 27 Feet Mllw. the Lower And Middle James River Shoals Utilize Overboard Placement Sites In The Vicinity Of The Channels To Place Dredged Material. The Upper James River Shoals Utilize Upland Placement Sites To Place Dredged Material Generated By The Project. The Dredged Material Removed From The Upper James River Shoals Is Expected To Be Placed In One Of The Designated Upper James River Upland Placement Sites That Includes Rdwt, Willis Road, Hatcher’s Island, Curles Neck, And Jones Neck. Annual Maintenance Dredging Activities Are Estimated To Generate Up To Approximately 2 Mcy Of Pay Volume For The Federal And Non-federal Navigation Project Work. the Contractor Shall Be Responsible For The Following: Dredging Within The Designated Areas To The Proposed Required And Allowable Pay Depths, Maintaining An Average Daily Plant Production Rate Of 7,500 Cubic Yards Per Day, Achieve Pumping Distances Exceeding 10,000 Linear Feet For Material Placement, Earthwork (spur And Containment Dike Construction And Management), Discharging The Material In The Designated Government-furnished Placement Site. In Accordance With The Most Recent Version Of Engineering Manual 385-1-1, The Proposed Idiq Satoc Will Include The Requirement To Replace Spillway Structures At Several Designated Government Furnished Upland Placement Sites. In Addition, The Upland Placement Sites Identified In The Statement Of Work Will Require Earthwork, Grubbing, Seeding, Grading, And Other Preparatory Work To Ensure Effluent Water Leaving The Designated Upland Placement Site Meets State Water Quality Requirements. Communicating With The Port Of Virginia Maritime Users To Minimize Impacts To Vessel Traffic, Adjacent Utilities, And Dredging Operations Will Be Required. in Accordance With Dfars 236.204, The Estimated Construction Price Range For This Project Is Between $25,000,000.00 And $100,000,000.00. Naics Code 237990 Applies. Sources Are Sought For All Interested Firms With A Naics Code Of 237990 With A Small Business Size Standard Of $37,000,000.00. the Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. construction Time: the Norfolk District Is Considering Award Of A 5-year Satoc Idiq Contract With The Contract Award Amount Not To Exceed $50,000,000 Over The Life Of The Contract. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025. draft Definitive Responsibility Criteria: in Accordance With Far 9.104-2, This Requirement Is Anticipated To Use Definitive Responsibility Criteria (drc) Which Are Specific And Objective Standards Established To Inform The Contracting Officer. These Criteria Will Be Used To Assess Whether The Apparent Low Bidder Can Demonstrate The Expertise And Specialized Facilities Needed For Adequate Contract Performance. The Inability Of A Contractor Otherwise Eligible For Award To Demonstrate Minimally Acceptable Experience As Measured By The Drc May Result In The Contracting Officer Determining The Contractor Is Not Responsible. the Definitive Responsibility Criteria Will Be Developed To Assess The Following Work Items: experience In Hydraulic-pipeline Dredging. experience In Performing Jobs Similar In Nature, Complexity, And Magnitude To This Project. experience In Earthwork And Managing The Disposal Facility During Dredge Material Placement Similar To The Magnitude Of This Project. survey Of The Dredging Industry the Following Confidential Survey Questionnaire Is Designed To Apprise The Corps Of Prospective Dredging Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To Performing Maintenance Dredging Of The James River Federal Navigation Project Located On And Between Rocklanding Shoal And The Richmond Harbor Locks Located Within Virginia’s James River Channel. please Provide Company’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. Please State All Of The Socio-economic Categories In Which Your Company Belongs (8(a), Hub-zone, Service-disabled Veteran Owned Small Business, Woman Owned). would You Be Interested In Bidding On The Solicitation When It Is Issued? Would You Bid On This Project As A Sole Contractor, Prime Contractor With Sub-contractor(s) Or As A Joint Venture? If The Answer Is No, Please Explain Why Not? Is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit? have You Worked On Dredging Jobs Similar In Nature, Complexity And Magnitude To This Project Within The Past 5 Years? Have You Managed The Dredge Material Placement Sites With The Inflows Similar In Magnitude To This Project In The Past 5-years? If So, Please Describe The Project(s) And For Whom The Work Was Performed. Indicate The Dollar Value Of The Project(s). Identify A Point Of Contact(s) And Phone Number, As A Performance Reference Of Relevant Experience. what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor? have You Performed Rehabilitation Work Within Dredge Material Placement Sites For The Placement Of Dredged Material? This May Include Maintenance And Repair Of Existing Berm Systems And Performance Of Required Modifications To Spillways To Meet Safety Requirements. If So, Please List Pertinent Projects, Dollar Value, And A Point Of Contact As A Reference. are You Familiar With The Safety And Health Requirements Of Em 385-1-1? what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity? this Sources Sought Should Not Be Construed In Any Manner To Be An Obligation Of The U.s. Army Corps Of Engineers, Norfolk District To Issue A Contract, Or Result In Any Claim For Reimbursement Of Costs For Any Effort You Expand Responding To This Request. No Solicitation Is Currently Available. The Government Will Utilize This Information In Determining An Acquisition Strategy. the Responses To This Sources Sought Must Be Submitted No Later Than 21 February 2025 Via E-mail To Contracting Specialist, Susan K. Ellis At Susan.k.ellis@usace.army.mil Cc’d Tiffany N. Kirtsey At Tiffany.n.kirtsey@usace.army.mil. the Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov, Http://sam.gov/content/home all Prospective Contractors Are Required To Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors And Contractors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220 Or Via The Internet At Http://www.sam.gov. Representations And Certifications Applications Apply To This Solicitation. Representations And Certifications May Be Completed Online Via The Sam.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs, Veterans Health Administration (vha), Network Contracting Office 19 (nco 19) Is Conducting A Market Survey And Is Seeking Potential Sources For Dental Laboratory Implants, Repairs And Accessories For A Base Year Plus 4 Additional Option Years. This Sources Sought Notice Is Issued For Information And Planning Purposes Only. This Is Not A Solicitation Or A Request For Proposal And Shall Not Be Construed As An Obligation Or Commitment By The Government. An Award Will Not Be Made On Any Offers Submitted In Response To This Notice, And It Shall Not Be Implied The Government Is Committed To Providing Any Solicitation Or Award Following This Notice. The Government Will Not Pay For Any Information Received In Response To This Request, Nor Will The Government Compensate A Respondent For Any Costs Incurred In Developing The Information Provided. responses Shall Be Submitted To Natasha.holland@va.gov By Feb 07, 2025 At 16:00 Mountain Time (mt). this Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Determine Interest And Capability Of Potential Qualified Sources Of Supply And Determine The Socioeconomic Size Classification Of The Supplier And Manufacturer Of The End Item. interested Companies Shall Provide, At A Minimum, The Following Information With Their Response; company Name And Address: point Of Contact (poc) name: email Address: phone Number: duns Number: the Anticipated North American Industry Classification System (naics) Code Is 339116 Dental Laboratories. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: [ ] Yes [ ] No - Small Business (sb) [ ] Yes [ ] No - Hubzone [ ] Yes [ ] No - Small Business 8(a) [ ] Yes [ ] No - Small Disadvantaged Business (sdb) [ ] Yes [ ] No - Women-owned (wo) Small Business [ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No - Veteran Owned Small Business (vosb) [ ] Yes [ ] No - Large Business [ ] Yes [ ] No - Other (please Specify) please Answer The Following Questions: [ ] Yes [ ] No - Does Not Exceed 500 Employees; (for Naics 339116, Must Be Verifiable Thru The System For Award Management) [ ] Yes [ ] No - Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; [ ] Yes [ ] No - Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice (identify How This Occurs); And [ ] Yes [ ] No - Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Cfr 121.406. place Of Manufacturer: ________________________________ size Standard Of Manufacturer: _________________________ note: Do Not Include Proprietary, Classified, Confidential, Or Sensitive Information In Responses. in Addition To Providing The Information Requested Above, Responding Companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Past Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice sources Sought Notice page 23 Of 23 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 23 descriptions 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 Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, And All Other Related Information For Project No. 630-23-110, Replace Roofs Building #1 Located At New York Harbor Healthcare System Margaret Cochran-corbin Medical Center 423 East 23rd Street., New York, Ny 10010. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 Engineering Services And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $500,000.00 And $1,000,000.00. Potential Contractors Must Be Registered In Sam (www.sam.gov) At Time Of Submission Of Their Qualifications To Be Considered For An Award. The Design Will Be Completed In A Manner Such That The Estimated Construction Cost Is Within The Va Budget. It Is Not Expected That Any New Space Will Be Added To The Existing Building Footprint. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before August 14, 2025. Prospective Contractors Must Be Visible/verified/certified As Sdvosb In Vetcert (https://veterans.certify.sba.gov) And Registered In Sam (www.sam.gov) And At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. note: Offerors Are Referred To Vaar 852.219-11(d)(1) Services. The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Sba-listed Sdvosbs As Set Forth In 852.219-10. In Order To Assure Compliance With This Clause, All Firms Submitting A Sf330 For This Sources Sought Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended By 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 Subcontracted Or Otherwise Used Small Or Large Business Entity(s). Any Subcontracted Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Large, Etc.). 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (jul 2016) (deviation) scope Of Service Required: a/e Design: Provide All Necessary Architect-engineer (a/e) Services To Design New Roofing System For Building #1 At Va Medical Center At 423 East 23rd Street, New York, Ny. A/e Shall Provide Feasibility Study Reports, Basis Of Design Reports, Schematics, Design Development, Contract Document And Construction Period Services As Specified In Scope Of Work And Supplement B. A/e Shall Provide Three (3) Options Of Roofing System Designs With Cost Estimates. Please Follow Ae Nrm Submission Guide Pg-18-15. Replace The Following Existing Roofs With New Roofing Systems Or Approved Equal: replacement Of Portions Of The Existing Roof Of Building #1 As Follows: south Wing (south Wing Mechanical Room -1,050 S.f. And South Wing Annex Roofs -1,900 S.f.), West Wing & North Wing -40,162 Sf. main Building Penthouse (4,168 S.f.) central Mechanical Room (3,125 S.f). floor Repair And Installation Of Waterproof Coating On Interior Flooring On 19th Floor (3,125 S.f.) floor Repair And Installation Of Waterproof Coating On Interior Flooring On 21st House Tank Floor (4,168 S.f.) library/records Storage (2,750 S.f.) kitchen Roof (6,875 S.f.) dietetic /freight Building Roof (1,363 S.f.) warehouse Roof (3,850 S.f.) east Wing Pharmacy (8225 S.f.) generator Building (2,000 S.f.) metal Penthouse (2nd Floor North Wing) (800 S.f.) chapel/penthouse (2400 S.f.) morgue (1050 S.f.) 2nd Floor Police Roof (2,200 S.f.) roof From Bridge Connection Between Building 1 And 2 (by Hr Office). roof On Gymnasium At 17w. roof From Atrium Bridge Connection Between Building 1 And 6. replacement Of Existing Roof Of Building #3 (quarters Building) (4,034 S.f.) staff And Nurse Quarters Building. staff And Nurse Quarters Mechanical Room. staff Entrance Area (13,925 S.f.) additional Requirements - Survey/seal All Ductwork Penetrations On Roofs And Provide Waterproof Insulation. remove Mri Trailer And Remove Day Care Planter. replace Roof At Dunnage Area On 19th Floor North Wing (500 S.f.) waterproof All Mechanical Equipment Rooms (mer) On 19th Floor repair Or Replace Building 6 Balcony Area Pavers / Roof. provide Roof Leak Mitigation. new Roofing System Designs Shall Include But Not Be Limited To The Following: removal And Disposal Of Existing Roofing System Materials Including Gravel Ballasts. examine Deck And Make Any Necessary Repairs To Provide Suitable Substrate For Roofing Materials. Any Repairs Required Will Be A Line-item Price Per Square Foot On Bid Forms. provide Protection For Existing Hvac Equipment, Skylights, Walls, Windows, Parapets, Copings, Roof Decks, Vents, Electrical And Conduits From Damage. provide Protection For Sidewalks And Parking Adjacent To Roof Work By Building Sidewalk Shades. replace All Cracked/broken Coping Granites/stones, Bricks, And Masonry Walls With New Or Approved Equal. replace All Existing Rusted/leaked Vent Pipes, Strainer Assemblies, Drainpipes, Limited Sections Of Piping Below, Flashings And Related Components With New Or Approved Equal. Cutout And Concrete Replacement Shall Be Included In The Construction Cost. modify Parapets As Needed For New Roofing System. replace All Existing And Missing Guard Rails With New Guard Rails Or Approved Equal. provide And Install New Exterior Osha Compliant Roof Access Ladders And Guard Rails As Required. evaluate And Provide Waterproof Flooring For Mechanical Space On 7th Floor As Needed. roofs And Drainpipes Insulation Materials May Contain Acm (asbestos Contaminate Materials), The Design Shall Incorporate The Service Of Certified Industrial Hygienist (cih) To Survey Existing Roofs And Provide Asbestos Drawings And Specifications And Construction Period Services During Asbestos Abatement. Cih Shall Also Perform Asbestos Monitoring During Construction. additional Roof Leaks As Identified By The Facility. scope Of Work Also Includes Construction Period Services, Such As Submittal/shop Drawing Review And Project Meetings, Site Visits And Preparation Of As-built Drawings. scope Include A Masterâ phasing Planâ and The Option Kemper Liquidâ type Applied Roof. a/e Shall Provide Detailed Construction Estimates For One (1) Base Bid Cost And One (1) Alternate Bid Cost For The Selected New Roofing Systems. provide Outside Type Hoist Detail Design Drawing For Transporting Materials And Equipment For Contractor. Contractor Will Not Be Allowed The Use Of Existing Elevators. contract Documents Requirements: all Contract A/e S Employees Shall Take The Privacy And Information Security Training And Provide Copies Of Training Certificates To Cor As Required By Va Policy. ae And The Subconsultant Shall Use Autodesk Build Construction Management Platform To Manage The Projects. all Contract A/e S Employees Shall Provide The Following Documentation: background Investigation Worksheet (attachment No.2 Under Sop Acquisition) va Form 0711 security And Privacy Training Certification ohsa Certification tb Tuberculin Test Certification design Development a.) Consult With Va To Identify And Prioritize Areas Of Concern, Budgetary Constraints, And Time Constraints. Review Va As-built Drawings Indicating Original Building Construction, Specifications, And Previous Repair Contracts. Visual Inspection: Work Will Include A Detailed Visual Inspection Of Relevant Portions Of The Project. The Inspection Will Provide Information Regarding The Nature, Extent, And Probable Cause Of Any Deficiencies Identified. comprehensive Report: The A/e Shall Issue A Report Recommending Repair Strategies, Materials And Methods Of Installations, Priorities, And Alternatives. The Report Shall Include: observations And Findings From Visual, Inspections. photographic Documentation On Digital Format. a Spreadsheet Enumerating Each Recommended Item Of Repair, Together With An Indication Of Its Priority, And An Estimate Of Associated Cost. e) Review Meetings: The A/e Shall Meet With Va Personnel To Review The Contents Of The Report And To Establish A Construction Scope Of Work, Which Is Acceptable To The Va. contract Drawings a/e Shall Prepare Drawings Of Each Portion Of The Project. These Drawings Shall Be Produced Using Autocad And Will Be Used To Record The Results Of The Visual Inspection, And As Background Drawings For The Construction Documents. construction Drawings: The A/e Shall Prepare Construction Drawings Delineating The Intended Scope Of Work To Be Performed And Construction Details To Be Used On The Project. construction Specifications: The A/e Shall Prepare Written Specifications To Be Used In Conjunction With Construction Drawings, Specifying Technical And Administrative Requirements Of The Project. detailed Construction Cost Estimate: The A/e Shall Prepare A Detailed Construction Cost Estimate In Tabular Format Listing All Items Of Work To Be Performed Including Estimated Quantities And Unit Costs For Labor And Materials To Perform Each Item And Each Portion Of Project. The A/e Shall Also Prepare The Same Table Without The Estimated Unit Costs And Total Cost To Be Used For Bidding Purposes. the A/e Shall Meet With Va Representatives To Review The Contract Drawings, Specifications, And Detailed Cost Estimate At 65% And 100% Completion. A/e Shall Make All Proper Corrections To The Contract Documents Based Upon The Intentions Of The Va Discussed During These Meetings. construction Period Services the A/e Shall Review Contractor S Shop Drawings, Submittals, Requests For Information (rfi), Payment Requisitions, And Change Order Requests. furnish As-built Drawings After Completion upon Completion Of Work, The A/e Shall Prepare As-built Drawings Documenting The Areas Of Completed Work In Format Acceptable To Va. site Visits periodic Site Visits: The A/e Shall Make Up To Thirty (30) Site Visits To The Site To Monitor Work, With Regard To Its Conformance With The Contract Documents. A/e Shall Prepare Comprehensive Report For Each Site Visit Detailing All Items Discussed. reproduction blueprints: The A/e Shall Provide Ten (10) Sets Of Construction Documents And One (1) Set Of Original Reproducible Vellums. In Addition, A/e Shall Provide Digital Version Of All Documentation In Format Acceptable To Va Contracting Office. completion Time: 360 Calendar Days cost Range: Estimated Construction Cost Range: $500,000.00 And $1,000,000.00 type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. the Following Evaluation Criteria Will Be Used During The A/e Selection Process With Assigned Value: firms Submitting Sf330 Data For Consideration Must Address Each Of The Following Factors In Sf330. professional Qualifications Necessary For Satisfactory Performance Of Required Services -20%. 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 Engineering (civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) And Architecture 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. specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials -20%. 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 Services To Renovate And Redesign Patient Facilities And Medical Centers. experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation And Construction Inspection 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 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 Including Any Subcontractors In The Areas Outlined Above. (3) Capacity To Accomplish The Work In The Required Time-15%. 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: 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; describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. the Firm Shall Provide A Project Schedule That Demonstrates The Understanding Of The Project Scope, Restrictions Which Must Be Considered In The Schedule, Understanding Of Events Associated With Coordinating Design Submittals And Incorporating Review Comments, And The Capability To Schedule The Complete Design Effort Within The Proposed Contract Duration. (4) Past Performance- 15%. Offerors Will Be Evaluated On Past Performance With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. recent Is Defined As Performance Occurring Within 5 Years Of The Date Of This Sources Sought, Except That Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope To The Types 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: i. Submit A Minimal Of Three (3) References; Any Of The Following Evaluations Are Acceptable: A. Contractor Performance Assessment Report System (cpars), B. Past Performance Questionnaire (ppq) Evaluation For Each Project Submitted Under Criterion 2. ii. If A Completed Cpars Evaluation Is Available, It Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Acass/cpars Evaluation, The Ppq Included With This Notice (attachment #1) Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). If A Ppq Is Submitted, But An Official Acass/cpars Evaluation Is Found For That Project In Government Databases, The Official Evaluation Will Take Precedence. If An Acass/cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For Each Contract Customer/reference. If The A-e Is Unable To Obtain A Completed Ppq From A Contract Customer/reference For A Project Before The Response Date Set Forth In This Notice, The A-e Should Complete And Submit With Their Response The First Page Of The Ppq (attachment #1), Including Contract And Point Of Contact Information For The Respective Projects. iii. A-es Should Follow-up With References To Ensure Timely Submittal Of Questionnaires. At The Reference S Request, Questionnaires May Be Submitted Directly To The Governments Point Of Contact, Samantha Chavanga Via Email At Samantha.chavanga@va.gov, Prior To The Response Date. A-es Shall Not Incorporate By References Into Their Response Cpars Or Ppq Evaluations 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. Submitted Cpars And Ppq Evaluations Will Not Be Counted As Part Of Any Page Limitation And Shall Be Attached To The Sf330, Behind The Sf330 Part Ii Document. (5) Location -10% Within A 300-mile Radius To The Design Site (manhattan, Ny) And Knowledge Of The Location (manhattan Vamc, Ny); Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract. submission Requirements: i. The A/e Firm Proximity To The Ny Harbor Healthcare System, Manhattan Vamc, 423 East 23rd Street, New York, Ny 10010. ii. This Distance Is Determined According To Http://maps.google.com/ iii. This Factor Evaluates The Distance The Ae Firm's Design Office Or Offices From The Location Of Work. Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed (6) Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services-10%. 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. (7) Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team- 10%. 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. evaluation Scoring evaluation Factors 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. selection Interview: interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Explain Or Expand On Information Contained In The Sf-330 Submittal Through A Formal Interview Or A Discussion Questionnaire As Determined By The Contracting Officer. estimated Start And Completion Dates sp-13 Design Review And Completion Schedule project Title: Replace Roofs Bldg 1 project No.: 630-23-110 the A/e Shall Perform The Work Required Within The Limits Of The Following Schedule. A/e Shall Provide Professional Architects And Engineers As Directed By The Contracting Officer Who Are Familiar With The Work To Attend The Design Reviews On The Following Dates: phase 1 Preliminary And Schematic Design/feasibility Study/elevator Inspection start Preliminary, Basis Of Design, Feasibility Study, Elevator Insp. issuance Of Ntp submit Feasibility Study, Elevator Inspection Report For Va Review 21 Calendar Days From Ntp feasibility Study, Elevator Inspection Review With Va 35 Calendar Days From Ntp submit Basis Of Design, Master Plan Of Operation For Va Review 56 Calendar Days From Ntp submit Basis Of Design, Master Plan Of Operation For Va Review 70 Calendar Days From Ntp submit 65% Preliminary And Schematic Design Phase For Va 91 Calendar Days From Ntp review 65% Preliminary And Schematic Design Phase With Va 105 Calendar Days From Ntp submit 100% Preliminary And Schematic Design Phase For Va 126 Calendar Days From Ntp review 100% Preliminary And Schematic Design Phase With Va 126 Calendar Days From Ntp phase 2 Construction Document submit 35% Construction Documents For Va Review 156 Calendar Days From Ntp review 35% Construction Documents With Va 175 Calendar Days From Ntp submit 65% Construction Documents For Va Review 196 Calendar Days From Ntp review 65% Construction Documents With Va 210 Calendar Days From Ntp submit 95% Construction Documents For Va Review 231 Calendar Days From Ntp review 95% Construction Documents With Va 245 Calendar Days From Ntp submit 100% Construction Documents For Va Review 266 Calendar Days From Ntp review 100% Construction Documents With Va 280 Calendar Days From Ntp deliver Final 100% Construction Documents For Bidding Purposes 296 Calendar Days From Ntp design Completion Period ... 296 Calendar Days note: The Consultant Is Responsible For The Development Of A Project Estimate. The Project Estimate Shall Be All Inclusive (construction, Engineering, Legal, Administrative, Etc). The Consultant Shall Advise The Contracting Officer In Writing If At Any Time The Cost Of The Project Is Perceived To Exceed The Established Budget. The Consultant Will Notify The Contracting Officer At The Time It Is Recognized, Not After The Fact. submission Requirements: The Applicable Naics Code Is 541330 And The Small Business Size Is $22.5 Million. This Acquisition For Design Services Will Be A 100% Set Aside For Service-disabled Veteran Owned Small Business Concern (sdvosb). All Sdvosbs Must Be Verified By The Office Of Small And Disadvantaged Business Utilizations Center For Veterans Enterprise (cve) Through Www.vetbiz.gov Before Award. sdvosb Firms Desiring Consideration Must Have A Working Office Located Within 300 Miles Of The Manhattan, New York City Limits And Be Licensed In New York State. All Interested Sdvosb A/e Firms Are Invited To Submit Standard Form 330, Architect Engineer Qualifications And For Any Consultants, On Sf 330 Extra Sections E And F. Standard Form 330 Can Be Obtained At The Following Web Site: Http://www.gsa.gov/portal/forms/download/21dbf5bf7e860fc185256e13005c6aa6. qualified Service-disabled Veteran Owned Small Business (sdvosb) Firms Responses Must Be Received No Later Than 11:00am, Est On Monday, 03/03/2025. Electronic Submission Of Sf330 S Is Preferred. The Overall Size Of The File Cannot Exceed 7mb; If Additional Space Is Required, Divide The File Into Segments With Each File Size Less Than 7mb. No More Than 2 Files At 7mb Each Will Be Considered. email Completed Sf330 S To Samantha.chavanga@va.gov Subject Line: Replace Roofs Bldg 1 , 36c24225r0040 Sf330. noncompliance With This Requirement Risks Your Packages As Being Nonresponsive note: Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only (samantha.chavanga@va.gov); Telephone Inquiries Will Not Be Honored. past Performance Questionnaire solicitation Number: 36c24225r0040 project Title: Ae Replace Roofs Bldg 1 project #630-23-110 contract Information (contractor To Complete Blocks 1-4) 1. Contractor Information firm Name: Cage Code: address: Duns Number: phone Number: Email Address: point Of Contact: Contact Phone Number: 2. Work Performed As: Prime Contractor Sub Contractor Joint Venture Other percent Of Project Work Performed: if Subcontractor, Who Was The Prime (name/phone #): 3. Contract Information contract Number: Delivery/task Order Number (if Applicable): contract Type: Firm Fixed Price Cost Reimbursement Other (please Specify): contract Title: Contract Location: award Date (mm/dd/yy): contract Completion Date (mm/dd/yy): actual Completion Date (mm/dd/yy): explain Differences: original Contract Price (award Amount): final Contract Price (to Include All Modifications, If Applicable): explain Differences: 4. Project Description: complexity Of Work High Med Routine how Is This Project Relevant To Project Of Submission? (please Provide Details Such As Similar Equipment, Requirements, Conditions, Etc.) client Information (client To Complete Blocks 5-8) 5. Client Information name: Title: phone Number: Email Address: 6. Describe The Client S Role In The Project: 7. Date Questionnaire Was Completed (mm/dd/yy): 8. Client S Signature: section D: Performance Information: Choose The Letter On The Scale That Most Accurately Describes The Contractor S Performance Or Situation. Please Provide A Narrative Explanation For Any Unsatisfactory Or Marginal Ratings. e vg s m u n exceptional (outstanding) very Good (above Average) satisfactory marginal unsatisfactory not Available performance Meets Contractual Requirements And Exceeds Many To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Few Minor Problems For Which Corrective Actions Taken By The Contractor Were Highly Effective performance Meets Contractual Requirements And Exceeds Some To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Some Minor Problems For Which Corrective Actions Taken By The Contractor Were Effective performance Meets Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Contains Some Minor Problems For Which Corrective Actions Taken By The Contractor Appear, Or Were, Satisfactory. performance Does Not Meet Some Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Being Evaluated Reflects A Serious Problem For Which The Contractor Has Not Yet Identified Corrective Actions. The Contractor S Proposed Actions Appear Only Marginally Effective, Or Were Not Fully Implemented performance Does Not Meet Most Contractual Requirements And Recovery Is Not Likely In A Timely Manner. The Contractual Performance Of The Element Or Sub-element Contains A Serious Problem(s) For Which The Contractor S Corrective Actions Appear Or Were Ineffective no Record Of Past Performance Or The Record Is Inconclusive. 1. Quality: a) Quality Of Technical Data/report Preparation Efforts e Vg S M U N a.1. Comments: b) Ability To Meet Quality Standards Specified For Technical Performance e Vg S M U N B.1. Comments: c) Timeliness/effectiveness Of Contract Problem Resolution Without Extensive Customer Guidance e Vg S M U N c.1. Comments: d) Adequacy/effectiveness Of Quality Control Program And Adherence To Contract Quality Assurance Requirements (without Adverse Effect On Performance) e Vg S M U N d.1. Comments: 2. Schedule/timeliness Of Performance: a) Compliance With Contract Delivery/completion Schedules Including Any Significant Intermediate Milestones. (if Liquidated Damages Were Assessed Or The Schedule Was Not Met, Please Address Below) e Vg S M U N 2.a.1 Comments: b) Rate The Contractor S Use Of Available Resources To Accomplish Tasks Identified In The Contract e Vg S M U N 2.b.1. Comments: 3. Customer Satisfaction: a) To What Extent Were The End Users Satisfied With The Project? e Vg S M U N 3. A.1. Comments: b) Contractor Was Reasonable And Cooperative In Dealing With Your Staff (including The Ability To Successfully Resolve Disagreements/disputes; Responsiveness To Administrative Reports, Businesslike And Communication) e Vg S M U N 3.b.1. Comments: c) To What Extent Was The Contractor Cooperative, Businesslike, And Concerned With The Interests Of The Customer? e Vg S M U N 3.c.1. Comments: d) Overall Customer Satisfaction e Vg S M U N 3.d.1 Comments: 4. Management/ Personnel/labor a) Effectiveness Of On-site Management, Including Management Of Subcontractors, Suppliers, Materials, And/or Labor Force? e Vg S M U N 4.a.1. Comments: b) Ability To Hire, Apply, And Retain A Qualified Workforce To This Effort e Vg S M U N 4.b.1 Comments: c) Government Property Control e Vg S M U N 4.c.1. Comments: d) Knowledge/expertise Demonstrated By Contractor Personnel e Vg S M U N 4.d.1. Comments: e) Utilization Of Small Business Concerns e Vg S M U N 4.e.1. Comments: f) Ability To Simultaneously Manage Multiple Projects With Multiple Disciplines e Vg S M U N 4.f.1. Comments: g) Ability To Assimilate And Incorporate Changes In Requirements And/or Priority, Including Planning, Execution And Response To Government Changes e Vg S M U N 4.g.1. Comments: h) Effectiveness Of Overall Management (including Ability To Effectively Lead, Manage And Control The Program) e Vg S M U N 4.h.1. Comments: 5. Cost/financial Management a) Ability To Meet The Terms And Conditions Within The Contractually Agreed Price(s)? e Vg S M U N 5.a.1. Comments: b) Contractor Proposed Innovative Alternative Methods/processes That Reduced Cost, Improved Maintainability Or Other Factors That Benefited The Client e Vg S M U N 5.b.1. Comments: c) If This Is/was A Government Cost Type Contract, Please Rate The Contractor S Timeliness And Accuracy In Submitting Monthly Invoices With Appropriate Back-up Documentation, Monthly Status Reports/budget Variance Reports, Compliance With Established Budgets And Avoidance Of Significant And/or Unexplained Variances (under Runs Or Overruns) e Vg S M U N 5.c.1. Comments: d) Is The Contractor S Accounting System Adequate For Management And Tracking Of Costs? If No, Please Explain In Remarks Section. yes No 5.d.1. Comments: e) If This Is/was A Government Contract, Has/was This Contract Been Partially Or Completely Terminated For Default Or Convenience Or Are There Any Pending Terminations? Indicate If Show Cause Or Cure Notices Were Issued, Or Any Default Action In Comment Section Below. yes No 5.e.1. Comments: f) Have There Been Any Indications That The Contractor Has Had Any Financial Problems? If Yes, Please Explain Below. yes No 5.f.1 Comments: 6. Safety/security a) To What Extent Was The Contractor Able To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond To Safety Issues? (includes: Following The Users Rules, Regulations, And Requirements Regarding Housekeeping, Safety, Correction Of Noted Deficiencies, Etc.) e Vg S M U N 6.a.1 Comments: b) Contractor Complied With All Security Requirements For The Project And Personnel Security Requirements. e Vg S M U N 6.b.1. Comments: 7. General a) Ability To Successfully Respond To Emergency And/or Surge Situations (including Notifying Cor, Pm Or Contracting Officer In A Timely Manner Regarding Urgent Contractual Issues). e Vg S M U N 7.a.1. Comments: b) Compliance With Contractual Terms/provisions (explain If Specific Issues) e Vg S M U N 7.b.1. Comments: c) Would You Hire Or Work With This Firm Again? (if No, Please Explain Below) yes No 7.c.1. Comments: d) In Summary, Provide An Overall Rating For The Work Performed By This Contractor. e Vg S M U N 7.d.1. Comments: please Provide Responses To The Questions Above (if Applicable) And/or Additional Remarks. Furthermore, Please Provide A Brief Narrative Addressing Specific Strengths, Weaknesses, Deficiencies, Or Other Comments Which May Assist Our Office In Evaluating Performance Risk (please Attach Additional Pages If Necessary): __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Strengths:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________weaknesses:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________deficiencies:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Comments:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ past Performance Information Provided By: __________________________________________________ (printed Name) signature________________________________________date:_________________ organization:____________________________________phone:_________________
Closing Date6 Mar 2025
Tender AmountRefer Documents 

US GEOLOGICAL SURVEY USA Tender

Other Consultancy Services...+1Consultancy Services
United States
Purchaser Name: US GEOLOGICAL SURVEY USA | Details: Shakealert Earthquake Early Warning System Education Framework Project Synopsis:the Department Of The Interior (doi), United States Geological Survey (usgs), Earthquake Science Center, Seeks To Require Professional Services To Support The Shakealert Early Warning System Education Framework Project. The Overall Goal Of This Project Is To Update Current Documents, Guidelines, Graphics, And Other Materials. Additionally, There Is A Need To Define New And Different Strategies And Materials That More Fully Represent The Characteristics And Needs Of Various Publics In Order To Provide Greater Overall Effectiveness Of Shakealert Communication Education Outreach (ceo) Resources And Activities.naics Code: 541380 – Other Management Consulting Services. Size Standard $19.0 Million.psc Code: B542 – Special Studies/analyses – Educational.this Acquisition Is Set Aside For Small Businesses. The Anticipated Award Will Be For A Firm, Fixed Price Contract With (1) One-year Period Of Performance And (1) One Option Year Subject To Availability Of Funds And Continuing Needs. The Estimated Start Date Is March 1, 2025. The Solicitation Package Will Include The Solicitation Forms (sf 1449), Statement Of Work And Other Attachments As Required, Documents Will Be Posted Solicitation 140g0325q0026 Will Be Made Available Through Sam.gov On Or About February 4, 2025, Iaw Far 5.102(a)(1). We Intend To Award A Single Contract As Described Above In Accordance With The Procedures Of Federal Acquisition Regulation (far) Part 12, Entitled, “acquisition Of Commercial Items” And Far Part 13.5, Entitled, “simplified Procedures For Certain Commercial Items”. This Notice And Any Resulting Solicitation Or Contract Conform To The Requirements In Place Through Fac 2025-03, Effective January 17, 2025. Prospective Contractors Are Not Required To Respond To This Pre-solicitation Notice. Direct All Questions Or Concerns To Contracting Poc At Yangzhideng@usgs.gov.contractors Must Be Registered In The System For Award Management (sam) In Order To Participate In This Requirement. The Sam Can Be Found At Https://sam.gov. Payments Will Be Made Via Electronic Funds Transfer Using The Data Within The Sam Registration Database.contracting Poc:yangzhi Deng, Contracting Officerusgs Branch Of Acquisition And Grants, Sacramento Office3020 State University Drive East, Modoc Hall Suite 2002sacramento, Ca 95819yangzhideng@usgs.gov
Closing Soon4 Feb 2025
Tender AmountRefer Documents 

Municipality Of Libon, Albay Tender

Others
Philippines
Description: Survey Services , Surveying Services ,municipality Of Libon, Albay
Closing Soon4 Feb 2025
Tender AmountPHP 119.8 K (USD 2 K)

AZIENDA OSPEDALIERO UNIVERSITARIA CAREGGI GARE BENI E SERVIZI 003452 2025 RDA 1227032 Indagine Di Mercato Per Fornitura Di VITI BEVELED Alluce Valgo Varie Misure Catalogo ARTHREX O Equivalenti Manifestazione Di Interesse Tender

Furnitures and Fixtures
Italy
Description: Rda 1227032 Market Survey For Supply Of Beveled Hallux Valgus Screws Various Sizes Arthrex Catalog Or Equivalents.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

Food Standards Agency Tender

Others
United Kingdom
Description: Sanitary Surveys & Reviews For Bivalve Mollusc Harvesting In Northern Ireland And Cross-border Waters
Closing Date4 Mar 2025
Tender AmountGBP 67 K (USD 83.1 K)
171-180 of 3281 active Tenders