Survey Tenders
Survey Tenders
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought (ht005019f0001): Defense Health Agency (dha) – Contract Support Services (css) the Dha Is Issuing This Sources Sought As A Means Of Conducting Market Research To Identify Resources And Capability To Provide Contract Support Services For The Dha. this Is A Sources Sought Only. It Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Dha Will Contract For These Services Contained In This Sources Sought. This Sources Sought Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Sources Sought Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Sources Sought. Responses To This Sources Sought Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Posted On Sam.gov At A Later Date And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Sources Sought Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals (rfp). Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Information, Or Costs Incurred. All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. description: The Government Is Contemplating Extending The Current Task Order Against A Gsa Schedule Contract To Perform In Accordance With The Existing Performance Work Statement (pws). Css Provides Contracting Support To The Head Of The Contracting Activity (hca), Deputy Assistant Director For Acquisition (dad-a) (j-4), And The Dha That Include Acquisition And Contract Management, Program Management Support, And Other Related Workload Requirements Associated With The Acquisition And Administration Of Awarded Contracts. The Contractor Will Provide Qualified Personnel, Transportation, And Services To Complete The Tasks As Outlined Within This Pws. instruction For Submission Of Response: Full Performance Is To Begin On 15 February 2025, And We Anticipate It Will Have A Base Period Of Performance Of 6 Months With No Options. The Government Anticipates This To Be A Short-term Extension So That Services Can Be Maintained Until The Follow-on Contract Can Be Awarded. This Requirement Has Been Solicited Under Ht0015 24r0010. The Due Date For Proposals Was 19 September 2024. The Government Is Currently Evaluating Offers And Expects Award In Response To Ht001524r0010 In The First Half Of 2025. The Period Of Performance For Any Work In Response To This Sources Sought Will Be Only Until Performance Begins Under The Award Made In Response To Solicitation Ht001524r0010. submit Questions To This Sources Sought By 3 January At 10:00 Am Central Time. All Responses And Any Questions Under This Sources Sought Must Be Emailed To Ms. Pam Bryerton, E-mail: Pamela.j.bryerton.civ@health.mil And Stephani Preusser, Email: Stephani.n.preusser.civ@health.mil. the Subject Line Of The Email Must Read “(type Here Business Name) – Response To Sources Sought Ht005019f0001 note: In Accordance With Far 10.001(b), Potential Sources Are Not To Submit More Than The Minimum Information Necessary. In Accordance With Far 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Potential Set-aside For This Requirement Will Be Based On The Responses To This Sources Sought And Additional Market Research. Maximum Participation By Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small, Disadvantaged Business, And Women-owned Small Business Concerns Is Encouraged. At This Time, The Dha Does Not Guarantee Any Future Contracts; And Responses To This Sources Sought Do Not Bind Dha To Any Agreement With The Responder, Be It Explicit Or Implied. no Solicitation Or Marketing Materials Shall Be Submitted. Any Response Submitted For This Sources Sought Constitutes Consent For That Submission To Be Reviewed By Military Personnel, Government Civilians, And Associated Support Contractors Who Are Regulated. No Information Will Be Disclosed Outside Dha. Dha Will Not Provide Feedback To Any Information Submitted. submissions To This Sources Sought Is Deemed To Be Dha Property Which Shall Not Be Returned To Sender. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
INDIAN HEALTH SERVICE USA Tender
Security and Emergency Services
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Notice ****************************************************************************** this Is A Sources Sought Notice For Information Only: This Is Not A Request For Quotes/proposals Or An Invitation For Bids. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Quotations Or Proposals. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary And Will Be Used Only For Market Research Purposes To Determine Availability Of Sources, Commerciality, And Competitive Strategy. The Government Assumes No Financial Responsibility For Any Costs Associated With Any Response To This Notice As Incurred By Prospective Contractors. ****************************************************************************** project Title: Safety Compliance Subscription At The Northern Navajo Medical Center Service Unit tracking Number: Ihs1505816-4crhc the Indian Health Service (ihs), Shiprock Service Unit (ssu), Is Seeking Capable Sources For Indian Economic Enterprise Sources To Satisfy This Requirement For Safety Compliance Subscription. the Service Units Include Northern Navajo Medical Center, Dzilth-na-o-dith-hle Health Center, Four Corners Regional Health Center. Services Will Be Provided To 1,201 Full-time Employees (fte). Vendor To Provide Safety Compliance Subscription To An On-line Document Management System To Access Required Instruction For Use (ifu), Service Manuals, Safety Data Sheets, And Other Manufacturers Guidelines That Will Allow The Medical Facilities To Provide, Establish, And Maintain A Safe And Functional Environment. the Anticipated Period Of Performance Will Be For 12 Months Beginning From The Date Of Award. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is518210 Computing Infrasturcture Providers, Data Processing, Web Hosting, And Related Services With A Small Business Size Standard Of 1,000 Employees. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Supplies With Those Described In This Notice. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Shall Give Preference At All Times, As Far As Practicable, To Indian Economic Enterprises. If Your Firm Is Capable Of Providing The Supplies And/or Services Described In This Notice, Complete The Attached Representation Form And Submit It Along With The Rest Of The Requested Documents Identified In This Notice. the Responses To This Sources Sought Notice/market Research Will Be Used To Determine The Acquisition Strategy Such As Indian-owned Enterprise Set Asides, Total Small Business Set Aside, Any Other Socio-economic Set Aside, Or Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply; Similarly-situated Entity Description Applies. This Clause Requires That The Concern Perform At Least 50 Percent (50%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. submission Instructions: all Interested Sources Must Submit A Capabilities Package To The Primary Point Of Contact Listed Below, No Later Than (nlt) January 7, 2025 At 04:30pm Mt. at A Minimum, The Following Information Must Be Submitted To The Poc Listed In This Notice: confirm The Buy-indian Set-aside Status You Qualify For Under Following Naics Code: 518210 – Computing Infrasturcture Providers, Data Processing, Web Hosting, And Related Services if The Proposed Naics Is Not The Customary Or Applicable Naics Relative To The Needs Description, Include Your Firm’s Proposed Naics And Rationale For The Different Naics. if Claiming Iee Or Isbee Status, Complete And Submit The Attached Ihs Buy Indian Act Indian Economic Enterprise Representation Form. if Non-indian, Indicate Firm’s Size – Small Or Other-than-small; And Other Socio-economic Program Participation Such As Small-disadvantaged, 8(a)-certified, Hubzone, Sdvosb, And/or Wosb/edwosb a Positive Statement Of Your Intention To Submit A Quote To An Upcoming Solicitation As A Prime Contractor. provide Firm’s Uei Number. evidence Of Recent (within The Last Five Years) Experience With Work Similar In Type And Scope To Include: contract Numbers project Titles dollar Amounts percent And Complete Description Of Work Self-performed. customer Points Of Contact With Current Telephone Number And Email Address. all Of The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Qualified Buy-indian Parties, Or Any Other Type Of Set Aside. point Of Contact: verni Harrison-yazza, Contract Specialist email: Verni.harrison-yazza@ihs.gov phone: (505) 368-7031 place Of Performance: northern Navajo Medical Center Service Unit us Hwy 491 North shiprock, Nm 87420 country: Usa this Is Not A Solicitation.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state:ohio city:batavia delineated Area: north: Highway 276 east: Half-acre Rd south: Old State Rt. 32 / N. 5th St / Spring St west: N. Riverside Dr / Highway 132 minimum Sq. Ft. (aboa):6,768 maximum Sq. Ft. (aboa):7,106 space Type:office parking Spaces (total): Zero (0) parking Spaces (surface):zero (0) parking Spaces (structured):zero (0) parking Spaces (reserved):zero (0) full Term: 10 Years / 120 Months firm Term:5 Years / 60 Months option Term:none additional Requirements: space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 2 City Blocks Or 600 Feet, Whichever Is Less. office Space Must Be Contiguous, On One Floor. space Should Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities. space Shall Be Located In A Professional Office Setting And Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. Space Will Not Be Considered Where Any Living Quarters Are Located Within The Building. column Spacing Should Be No Less Than 20’ From Center. Columns Should Not Exceed 2x2. twenty-six (26) Unreserved Parking Spaces For Employees And Visitors. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, Rental Rate Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date. in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement / Permission To Represent Multiple Interested Parties For The Same Submission. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be As Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6am – 6pm (excluding Saturdays, Sundays And Federal Holidays). reference Project Number: 2oh0402 offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Batavia, Ohio, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due:january 6, 2025 market Survey (estimated):mid-january 2025 occupancy (estimated):october 4, 2025 send Expressions Of Interest To: hannah Staubach, Associate cbre, Inc. phone - (513) 369-1346 email -hannah.staubach@cbre.com with A Copy To: maria Kobe, Transaction Manager cbre, Inc. email -maria.kobe@gsa.gov government Contact Information: gsa Lease Contracting Officer -rhonda Rogers cbre Transaction Manager -maria Kobe cbre Local Broker -hannah Staubach
National Irrigation Administration Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.3 K)
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,485,662.52 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-12. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Drainages - Libuganon Ris, Completion Of The Work Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 1 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Notice 2:the Government Is Hereby Notifying The Industry That The Proposal Due Date Is Being Put On Hold Due To The Ongoing Inquiry Raised During The Solicitation Phase. The Proposal Due Date Will Be Determined And Announced At A Later Time. Additional Updates And Details Will Be Provided As They Become Available. notice 1:the Government Is Notifying Industry That The Proposal Due Date Is Being Postponed To Address Concerns Submitted During The Solicitation Phase. This Extension Will Allow Time For The Government To Gather The Necessary Information, Conduct A Thorough Inquiry, And Review The Concerns. The Government Will Update This Announcement With Additional Information And Details In The Future As Applicable. The New Proposal Due Date Is Currently Being Extended To Jan 15, 2025 But Maybe Extended Further Depending On The Outcome Of The Concerns Received. purpose:the Army Contracting Command Orlando (acc-orlando), On Behalf Of The Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Is Seeking Qualified Proposals To Provide Apache Ah-64 Transition Training Support (atts), Previously Referred To As 'ah-64 Conus And Oconus Transition Training Support,' To The U.s. Government (usg) And Foreign Military Sales (fms) Customers. The Purpose Of This Request For Proposal (rfp) Is To Establish A 5-year, Single-award, Indefinite Delivery/indefinite Quantity (id/iq) Contract That Will Enhance The Capabilities Of Military Personnel By Ensuring That Personnel, Including Operators, Maintainers, Maintenance Test Pilots (mtps), Support Personnel, And Other Authorized Individuals, Are Qualified And Trained To Effectively Transition Operations From Previous Apache Versions To The Ah-64e V6 (and Any Subsequent Ah-64 Versions). naics: The North American Industry Classification System (naics) Code For This Acquisition Is 611512, With A Small Business Size Standard Of $34m. scope: The Anticipated Scope Of A Contract Resulting From This Rfp Is To Qualify And Train Operators, Maintainers, Maintenance Test Pilots (mtps), Support Personnel, And Other Authorized Individuals To Effectively Transition Operations From Previous Apache Versions To The Ah-64e V6 (and Any Subsequent Ah-64 Versions). solicitation Details: proposal Due Date: See Section L.2.1 questions Submission Deadline: See Section L.2.6 reference Number: W900kk-25-r-0002 contract Type: Single Award Idiq, With A 5-year Ordering Period competition: Full And Open, Best-value Competition solicitation Attachments: attachment 1: Base Apache Transition Training (att) Performance Work Statement (pws), Pws-2023-018 attachment 2: Base Id/iq Price Workbook attachment 3: Dd254 Fms Atts attachment 4: Att Id/iq Quality Assurance Surveillance Plan (qasp) attachment 5: Contract Data Requirements List (cdrl) Acceptance/rejection Form attachment 6: Task Order (to) Procedures/work Request Procedures attachment 7.0: To 0001 Att Program Management (pm) Sec B-j Cms attachment 7.1: To 0001 Att Id/iq Pm Pws attachment 7.2: To Cost Price Workbook attachment 8: Reserved attachment 9: Past Performance Questionnaire Att W900kk-25-r-0002 attachment 10: Industry Question/comment Form Att W900kk-25-r-0002 attachment 11: Standard Form (sf) 1408a Att W900kk-25-r-0002 attachment 12: Defense Contract Audit Agency (dcaa) Pre-award Survey Checklist additional Information: responses To The Questions Asked Regarding The Draft Solicitation Are Also Posted With This Rfp. draft Requirements Were Posted On October 31, 2024, Under Posting Id W900kk25r0002. a Synopsis Was Posted On October 28, 2024, Under Posting Id W900kk25r0002 Changing What Was Previously Referred To As “'ah-64 Conus And Oconus Transition Training Support” To “apache Ah-64 Transition Training Support (atts)”. a Sources Sought Announcement Was Issued On November 1, 2023. previous Postings Were Under W900kk-ah64-tts Under Ah-64 Conus And Oconus Transition Training Support. disclaimer:the Government Reserves The Right To Make An Award Without Discussions. The Government May Cancel This Solicitation And Neither Party Shall Be Liable To The Other For Any Cost Incurred.
National Irrigation Administration Tender
Civil And Construction...+1Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 9.5 Million (USD 162.9 K)
Details: Description Invitation To Bid For Libuganon Ris 1. The National Irrigation Administration-davao Del Norte Imo, Regional Office Xi, Through The Gaa 2025 Intends To Apply The Sum Of P 9,516,181.27 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Libuganon Ris, Ddn Lmc 2025-13. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bidopening. 2. The National Irrigation Administration - Davao Del Norte Imo, Regional Office Xi Now Invites Bids Improvement Of Drainages - Libuganon Ris, Completion Of The Work Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Del Norte Imo -regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 – January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The National Irrigation Administration - Davao Del Norte - Imo Regional Office Xi Will Hold A Pre-bid Conference On December 27, 2024 , Friday At 1:00 Pm. At The Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-davao Del Norte - Imo,sto. Nino Carmen, Davao Del Norte On Or Before January 14, 2025 , Tuessday At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 14, 2025 , Tuesday At 9:30 A.m. At Conference Room Of Nia-davao Del Norte - Imo, Sto. Nino Carmen, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On Going Contracts In Accordance With Sect. 34.3.b Ii Of Rule X- Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Certificate Of Site Inspection Is Required Before Procuring Bid Documents. C. Contractor’s Size Range (minimum) : Small B D. Minimum Equipment Requirement : Owned ,leased And/or Under Purchased Agreement Name Of Equipment Hp/cap. # Of Unit Name Of Equipment Hp/cap. # Of Unit Pick Up 1 Backhoe 1 Survey Instruments (level) 1 Low Bed 1 9. The National Irrigation Administration-davao Del Norte Imo, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award By Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: The Bac Secretariat Nia - Davao Del Norte Imo Sto. Nino Carmen, Davao Del Norte Tel No. (084) 4645-4246; Julius M. Lim Bac Chairperson
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date18 Jan 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:virginia
city:hampton
delineated Area: hampton Pda 1: north: East On Thomas Nelson Drive From Big Bethel Road (rte. 600) Continuing East On Butler Farm Road, To Lucas Way North To The End Of Lucas Way Then Back To Butler Farm Road, East To Manhattan Square Continuing East On Butler Farm Road To North Armistead Avenue (rte. 134). east: South On N Armistead Ave To West Mercury Boulevard (hwy. 258), East To Windsor Drive, South To N Armistead Ave To Southwest Branch Back River. south: Southwest Branch Back River west: North On Power Plant Parkway (rte. 415) To West Queen Street To Market Place Drive To East Walker Road To Aberdeen Road North To Todds Lane, Continuing East On Cunningham Drive To North Interstate 64 To Hampton Roads Center Parkway West To Big Bethel Road North To Thomas Nelson Drive hampton Pda 2: north: West Pembroke Avenue (rte.351) east: Eaton Street To Settlers Landing Road (hwy. 60) East To Hampton River south: West On Victoria Boulevard From Hampton River To Bridge Street, North To Settlers Landing Road, West To South Armistead Ave west: South Armistead Ave North To W Pembroke Ave minimum Sq. Ft. (aboa):10,407 Aboa Sf
maximum Sq. Ft. (aboa):10,927 Aboa Sf
space Type:office And Related Space
parking Spaces (total):must Meet Local Code
full Term:ten (10) Years
firm Term:five (5) Years
option Term:one, Five (5) Year Option additional Requirements: public Transportation: A Commuter Rail, Lightrail Or Subway Station Shall Be Located Withinthe Immediate Vicinity Of The Building, But Generally Not Exceeding A Walkable ½ Mile,as Determined By The Contracting Officer. Alternatively, A Public Or Campus Bus Lines Useable By Tenant Occupants Shall Belocated Within The Immediate Vicinity Ofthe Building, But Generally Not Exceeding Awalkable ½ Mile, As Determined By The Contracting Officer. parking Must Be Available For Visitors Within One Block Of The Office Location. separate Public And Employee Building Entries. all Interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due:january 17, 2025
market Survey (estimated):january 27, 2025
occupancy (estimated): September 23, 2026 send Expressions Of Interest To:
expressions Of Interest Should Include Building Name And Address, 1/8-inch Scale Drawing Of Space Offered, Proposed Parking Plan, Available Aboa Square Feet Offered And Rental Rate Per Aboa Square Foot, Common Area Factor(s) For Available Space By Floor (if Applicable), Owner’s Name And Address And Written Statement From Owner That The Representative Has Legal Authority To Provide Information On The Property. name/title:ryan Squillante, Leasing Specialist
email Address: Ryan.squillante@gsa.gov government Contact Information
lease Contracting Officer:samantha Poole
leasing Specialist:ryan Squillante
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 7.3 Million (USD 125.7 K)
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 7,372,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Lower Biangan Cis - Repair Cis: Proposed Repair Of Dam; Construction Of Protection Works Downstream 11m Right Side & 11.39m Left Side; And Temporary Project Facility.. (nia12 -scsimo -infra -2025-010). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 -january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 1 Unit – Concrete Mixer (1 Bagger), 7.5hp 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind) 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
previous Work Performance Ratings
price the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023
revision: 01
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2025-03 January 17, 2025. this Solicitation Is Set-aside For Small Business (sb). the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620, With A Small Business Size Standard Of $19.0m.
the Fsc/psc Is B503. the Lexington Va Medical Center, Franklin Sousley Campus, 250 Leestown Road, Lexington, Ky 40511 Is Seeking To Purchase A Cultural Landscape Report. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item
description
quantity
unit Of Measure
unit Price
total Price
0001
cultural Landscape Report
1
jb statement Of Work introduction - The Department Of Veterans Affairs Intends To Award A Firm Fixed Price Contract To A Qualified Firm With The Capability And Capacity To Provide A Completed Cultural Landscape Report For The Leestown Facility. In 2018, The Lexington Veterans Affairs Medical Center Leestown Division Entered Into A Programmatic Agreement (pa) With The Kentucky State Historic Preservation Officer And The Advisory Council On Historic Preservation Regarding Routine Maintenance Activities At The Leestown Campus. One Stipulation Of The Pa Called For Development Of A Cultural Landscape Report (clr) For The Leestown Campus. the Vendor Will Develop A Clr To Address The Following: a. Prepare A Clr That Provides A Comprehensive Look At The Cultural Landscape Origins, Evolution, And Use, Informed By Federal Preservation Guidelines. b. Define The Values And Associations That Make Them Historically Significant. c. Provide Historic Development And Use, Modifications Over Time, As Well As Any Ethnographic Values And Affiliations d. Include A Base Map And Photographs e. Review And Assessment Of Archeological Records, And Field Investigations To Determine The Extent And Condition Of Historic And Contemporary Landscape Features. Maps, Plans, Drawings, And Photographs Are Prepared As Part Of The Baseline Documentation. task 1: Records Review And Background Research
the Vendor Is To Conduct A Review Of Cultural Resource Reports And Survey Records Pertinent To The Leestown Campus Held By The Kentucky Heritage Council (khc), Kentucky Office Of State Archaeology (osa), And Provided By The Va. This Will Include Review Of The Second Generation Veterans Hospitals Multiple Property Documentation Form (mpdf), The National Register Of Historic Places (nrhp) Nomination For The Lexington Va Hospital (leestown Campus), The Facility-wide Archaeological Survey Of The Campus, And The Historic Preservation Plan (hpp) For The Property. The Review Also Will Include Records Of Section 106 Consultation Related To Recent Construction Activities At The Hospital.
the Vendor Is To Obtain Copies Of Various Sites Plans, Architectural Plans, Photographs, And Other Primary Documents Related To The Development Of The Leestown Campus For Review And Catalogue These Records And Work With The Va To Identify Any Additional Records In Their Possession That Document The History And Development Of The Hospital Landscape. The Va Will Also Provide Available Computer Aided Drafting (cad) Drawing Of The Existing Site Plan Including All Building Footprints, Roadways, Walkways, Parking Lots, Fence Lines, And Other Major Landscape Features; (2) A Cad Drawing Of Existing Tree Locations, As Created For The Recent Underground Utilities Replacement Project; (3) Copies Of Any Current Manuals Or Guidelines Pertaining To Landscape Management And Maintenance.
in Coordination With The Records Review And Research, The Vendor Will Talk With Appropriate Stakeholders At The Va (such As Facilities Management Staff) To Understand Issues The Va Faces Related To The Management Of The Existing Landscape. The Vendor Will Work With The External Stakeholders, Including Khc Staff, The Lexington-fayette Urban County Government (lfucg) Historic Preservation Officer, And The Bluegrass Trust For Historic Preservation (bgt),to Insure They Are Engaged Early In The Process So That They Can Have The Opportunity To Comment On Any Issues They Wish To See Addressed In The Clr. A Minimum Of One (1) Consulting Party In-person Meeting With The Va And These External Stakeholders During The Initial Stages Of The Project Shall Take Place. task 2: Field Documentation
after Reviewing All Pertinent Records Described Above, The Vendor Will Conduct Detailed Field Recordation Of Existing Landscape Elements At The Leestown Campus. Documentation Will Focus On The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. This Will Include Confirmation Of The Conditions Depicted On The Site Plan Provided By The Va, Including The Location, Size, And Species Of Trees. Information Will Be Gathered To Facilitate Comparison To Historic Conditions. task 3: Development Of Clr
upon Completion Of Background Research And Field Documentation, The Contractor Will Develop The Clr. In Addressing The Landscape, The Leestown Campus Will Be Situated Within The Larger Context Of The Development Of Second Generation Veterans Hospitals Across The United States, As Well As Broader Movements In Landscape Architecture And Facility Planning And Local Vernacular Traditions (if Determined Applicable) That May Have Influenced The Design Of This Property. the Report Will Document, Describe, And Analyze The Leestown Campus In Terms Of The Following Landscape Characteristics: Spatial Organization, Land Use, Circulation, Topography, Vegetation, Cluster Arrangement, Buildings And Structures, Views And Vistas, Constructed Water Features, Archaeological Sites, And Small-scale Features. The Resulting Clr Will Include Three Sections: (1) Site History, Existing Conditions, And Analysis And Evaluation; (2) Treatment Recommendations; (3) Record Of Treatment. The Treatment Recommendations Will Address The Requirement For A Tree Replanting Plan That Resulted From The 2024 Consultation Regarding The Replacement Of Underground Utilities At The Campus. schedule And Deliverables
the Contractor Shall Begin Work On The Records Review/background Research Upon Award Of The Contract. Development Of The Clr Is Expected To Take Approximately Eight Months; The Contractor Shall Complete Draft Document And Submitted It To The Va Within 6 Months. The Contractor Will Provide A Final Clr Within 2 Months Of Receipt Of Comments On The Draft And Final Documents Will Be Provided In Pdf Format Only. the Contract Period Of Performance Is 02/01/2025 Through 10/30/2025.
place Of Performance/place Of Delivery
address:
2250 Leestown Road, Lexington, Ky
postal Code:
40511
country:
united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable:
subparagraph (b)(18)(i)
subparagraph (b)(18)(ii)
subparagraph (b)(25)
subparagraph (b)(59) all Quoters Shall Submit The Following: The Vendor Shall Provide Sufficient Information To Demonstrate The Vendor's Understanding And Capability To Perform The Requirements Of The Statement Of Work Above. all Quotes Shall Be Sent To The Nco 09 Contracting Office At Nathan.hutchison@va.gov. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors:
previous Work Performance Ratings
price the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 12:00pm Est 28 Feb 2025 At Nathan.hutchison@va.gov For Submission Of Quotes, Offers, Or Bids. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact
nathan Hutchison Contract Specialist
(615) 867-6000 Ext 28147
nathan.hutchison@va.gov
3411-3420 of 4106 archived Tenders