Survey Tenders
Survey Tenders
FEDERAL AVIATION ADMINISTRATION USA Tender
Machinery and Tools
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Market Survey For The Requirements To Provide Supporting Equipment For The Cbp Tactical Mini Drill With A Custom Fabricated Toolbox Assembly With Associated Equipment. This Market Survey Covers The Means Necessary To Construct Toolboxes Per Provided Drawings As Also Listed In The Statement Of Work (sow). These Products Are Utilized On The Southern Border Of The United States. This Activity Will Be Provided To The Federal Aviation Administration In Support Of The Dhs Customs And Border Protection Agency (cbp). no Phone Calls Please. All Questions Must Be In Writing And Emailed To The Contracting Specialist. Contact Information Below. this Is A Market Survey Is For Information And Comments From Industry That Will Aid In The Formation Of An Acquisition Strategy For The Fabrication And Construction Of Custom Toolboxes And Drill Handling System According To The Description Below And The Drawings Provided From A Previous Design Package As Detailed In The Sow And Its Attachments. Also, The Procurement Of 2x Hoists & 2x Push Trolleys For The Pipe Handling System-phs. at This Time The Nature Of The Competition Has Not Been Determined. The Faa May Decide To Do A Full And Open Competition Or Set Aside All Or Part Of The Procurement For Small Businesses, Service-disabled Veteran- Owned Small Businesses Or Eligible Socially And Economically Disadvantaged Businesses That Are Certified By The Sba For Participation In The Sba's 8(a) Program. the Purpose Of This Market Survey Is To Solicit Statements Of Interest, Capabilities, And Rough Orders Of Magnitude (cost Estimates) From Businesses Interested In And Capable Of Providing The Required Material And Services Per The Requirements/specifications Listed. Respondents To This Market Survey Are Encouraged To Provide Comments Regarding The Government’s Approach To This Requirement. this Market Survey Is Also Being Conducted To Obtain The Information Necessary To Determine Whether Adequate Competition Exists To Set-aside The Potential Acquisition Among Small Businesses, Service-disabled Veteran-owned Small Businesses Or 8(a) Certified Firms. interested Vendors Are Required To Submit A Copy Of Their Sba 8(a) Certification Letter, If Applicable. each Vendor Should Include The Following Information Along With Their Submission: capability Statement - This Document Should Identify: fabrication And Services As Previously Stated For Fulfillments Of The Same Or Like Units That Have Been Provided By Your Firm. previous Contracts And Awards For The Procurement Of These Units (elaborate Quantities, Dollar Amounts And Provide Detailed Information And Past Performance). number Of Years In Business. expected Programmatic Approach (in-house, Teaming, Subcontracting, Etc.) - Respondents Must Provide Their Strategy For Accomplishing This Work And Providing All Requested Services Within Stated Parameters. This Should Include The Percentage Of Work That Will Be Done By Eligible Small, Service- Disabled Veteran-owned And 8(a) Certified Businesses. all Responses To This Market Survey Must Be Received By 4:00 P.m. Central Time (oklahoma Time) On 14 February 2025. the Faa Requests That All Submittals, Including Attachments, Be Submitted Electronically To The Following: Email: Jason.m.perry@faa.gov. please Include "market Survey Response: “tactical Mini Drill With A Custom Fabricated Toolbox Assembly” In The Subject Line Of Your Email. Information Provided Will Not Be Released But Please Mark Proprietary On All Documents Submitted As Necessary.
Limited Liability Partnership Akmolit Tender
Civil And Construction...+1Construction Material
Kazakhstan
Closing Date14 Feb 2025
Tender AmountKZT 60.4 Million (USD 116.5 K)
Description: Acquisition of Works for the Performance of Geophysical Surveys of Wells at the Zhosabay Field (procedures for the selection of a supplier).
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
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:_________________
Agusan Del Norte Tender
Others
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 508 K (USD 8.6 K)
Description: Pr-2025-0178 Procurement Of Rental Of Real Time Kinematic (rtk) Of Pgo/ncip , Surveying Services ,province Of Agusan Del Norte
Department Of Education Tender
Software and IT Solutions...+1Education And Training Services
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 984 K (USD 16.8 K)
Description: Procurement Of Laptops And Broadband Satellite Internet Connection For The Conduct Of Pisa 2025 Main Survey Of Deped Misamis Oriental , Information Technology ,department Of Education - Division Of Misamis Oriental
CA of the North Country Martinique Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
France
Closing Date14 Mar 2025
Tender AmountEUR 340 K (USD 353.2 K)
Description: France – Survey Services – Réalisation Des Études Pré Opérationnelles Rhi Du Quartier Du Fort À Saint-pierre, Martinique
Department Of Public Works And Highways - DPWH Tender
Automobiles and Auto Parts
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 51.3 K (USD 878)
Description: Rental Of Service Vehicle For Use In The Soil Survey & Supervision Of Various Projects Within The District (1-unit 4x4 Pick Up ) (march 3-14, 2025) (equipment Rental) , Construction Equipment ,department Of Public Works And Highways - North Cotabato 2nd Deo
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Details: The Dla Aviation Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Yoke, Main Rotor Assembly; Nsn 1615-00-757-2905. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336413. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Bad Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By Close Of Business February 05, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Christy Oakley At Christy.oakley@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Christy L. Oakley At (804) 279-5388. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part Number: 204-011-102-017 nomenclature: Yoke, Main Rotor Assembly nsn: 1615-00-757-2905 estimated Requirement: 55 Each technical Orders And Qualification Requirements Are Not Available.
211-220 of 3114 active Tenders