Survey Tenders

Survey Tenders

YOU ARE THE CITY OF SKVOREC Tender

Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the Public Contract is Construction Work and Related Supplies and Services Consisting of the Implementation of a New Building of a Civic Facilities Facility Serving Preschool Education in the Township of Škvorec in the Central Bohemian Region, on Plot No. 50/25 A 1389 in K.ú. Škvorec, Including the Necessary Preparation of Areas, Paved Areas, Terrain Improvements, Realization of Overlays, Construction of Connections and Engineering Networks, Construction Works and Technological Objects and Other Construction Components, Using the Design & Build Method. Therefore, Projection Work is also the subject of Public Procurement. The architectural and structural solution is described in more detail in the Architectural Study entitled: "Škvorec Kindergarten", which is part of this Tender Documentation. Part of the construction is the execution of clean floor surfaces, tiling and paving, but not the delivery of interior equipment and outdoor garden equipment. Indoor equipment and outdoor equipment of the garden will be part of a separate procurement procedure. Part of the Subject of Fulfillment of the Public Contract Is In particular: 1. Project Documentation, which will include the following parts: A. Documentation for the Construction Permit in the Planning Permit Procedure, B. Documentation for the Implementation of the Construction, C. Documentation of the Actual Implementation of the Construction Incl. Geometrical Plan and Focus of the Actual Construction, D. Operational Documentation, E. Documentation for the Needs of the Cadastral Office. 2. Provision of Engineering Services; 3. Construction of the New Building of the Civic Facilities Facility Serving Preschool Education in the Town of Škvorec, i.e. Execution of construction works and technological objects in accordance with this procurement documentation. The Project Documentation Listed in Point 1. Above Must Be Prepared in Compliance with the New Construction Act No. 283/2021 Coll., Construction Act, As Amended and According to the Relevant Implementing Legal Regulations, in particular with Decree No. 131/2024 Coll., Decree On Construction Documentation and Decree 146/2024 Coll., On Construction Requirements. Part of the provision of engineering services in point 2. It includes Also Legalization of Existing Wells Located at the Place of Fulfillment of the Public Contract, If This Is Necessary, Including Securing Permits for Water Absorption. In order to process the next stages of the project documentation, it is necessary to ensure the processing of the following surveys and studies, which are also part of the scope of the Public Contract: A. Lighting and Sunlight Studies, B. Acoustic Studies, C. Detailed Engineering-Geological Survey, D. Detailed Hydrogeological Survey , E. Determination of Radon Index of Land, F. Pumping Test and Laboratory Assessment of Water Quality of Existing Well and Including Its Use for Irrigation and/or Toilet Flushing (Primarily Water Should be Used for Toilet Flushing), G. Thermal Technical Construction Solution and Certificate Energy Requirements of Buildings. The contracting authority also requires that part of the subject of the performance of the public contract also includes the management of rainwater, including the construction of an accumulation or retention tank for the further use of this water, e.g. For Irrigation. More detailed information is provided in other parts of the Public Procurement Terms and Conditions, which are an integral part of the Tender Documentation of this Public Procurement, i.e. In the Architectural Study With the Title: "Škvorec Kindergarten", the Protocol and Certificate of the Energy Performance of the Building Pursuant to Decree No. 264/2020 Coll. With the Name: "Škvorec Kindergarten", Specification of Standards With the Name: "Škvorec Kindergarten" and a Binding Sample Contract.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration. 2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center. 3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal. a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: (1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning. (2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act. (3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods. (4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc). (5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage. (6) Design Of Building Stabilization And Structural Shoring And Bracing Systems. (7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together. b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources. d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines. e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation. f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort. g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. 4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025. point Of Contact: Jordan Moran, (917) 908-8121 email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
Closing Date21 Jan 2025
Tender AmountRefer Documents 

City Of Winnipeg Tender

Environmental Service
Canada
Details: Full Title: Professional Consulting Services For Environmental Site Assessment (esa), Decommissioning And Alternative Land Use Plan For Former Sludge Drying Beds D7. Scope Of Services D7.1 The Major Components Of The Work Identified In This Section Shall Form The Minimum Requirements And Anticipated High Level Sequence Of Work. The Proponent Is Encouraged To Review The Major Work Components And Provide Additional Information On How The Work Components Could Be Altered, Updated, Or Sequenced Appropriately As Part Of Their Proposal Submission. D7.2 Review All Applicable Information, Data, Surveys, Reports And Existing Drawings Related To The Project Including, But Not Limited To The Information Contained In This Rfp. D7.3 The Services Required Under This Contract Shall Consist The Following: (a)phase I: Complete An Environmental Site Assessment (esa)/existing Infrastructureassessment (referred To Below As ‘phase I Report’) Of The Sludge Drying Beds Site: (i)the Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance Withsection B9. (ii) The Proponent Will Request And Review All Pertinent Background Reports, Operating Data, And Any Other Data The Consultant Feels Pertinent In The Background Evaluation. (iii) The Proponent Will Submit Any Specific Questions On The Sludge Drying Beds History/use To The City Project Manger To Forward On To Appropriate Staff During This Phase. (iv) The Majority Of The Work Within This Phase Is Tied To The Submission Of Phase I Report, Which Will Include The Following At Minimum: (i) The Esa Aspects Of This Report Can Be Aligned With The Requirements Of Csa-z768-01 (r2022) For Completion Of A Phase I Environmental Site Assessment, But Does Not Necessarily Need To Comply With All Requirements.  The Intention To Align With Csa-z768-01 (r2022) Is To Provide A Template For The Format For The Report Deliverables. (ii) The Esa Aspects Of This Phase May Also Be Aligned With The Requirements Of Manitoba Environment & Climate’s Guideline For Environmental Site Assessments In Manitoba. (iii) The Following Items Identified Within Csa-z768-01 (r2022) Are Specifically Clarified Related To This Work:  Interviews Can Occur Via Email Inquiries, Submitted To The City Project Manager As Stated In D7.1(a)(iii) Above. They Are Not Required To Be In-person Interviews.  Interviews With Staff Can Occur To Confirm The Status Of Specific Infrastructure Believed To Be Decommissioning Or Still In Operation. Interviews With Staff Can Also Gather Necessary Background On The Current Operational Issues/concerns In The Use Of Existing Infrastructure.  The Proponent Should Consider The Site Visit Requirements For The Purposes Of Reviewing The Entire Site Visually And Taking A Suitable Number Of Photographs To Demonstrate The Current Condition Of The Lands. This Will Be As Part Of Completing The Site Visit Component Of The Phase I Report.  As Part Of The Records Review Component Of The Study, Detailed Review Of Existing Municipal Servicing Drawings Should Be Completed. This Exercise Should Result In A Detailed Infrastructure Inventory Of All Existing Infrastructure Believed To Be Currently In Operation.  The Records Review Should Particularly Focus On Confirming The Extent Of Decommissioning Works Completed Through The 1990s As Part Of Decommissioning The Drying Cells, And Construction Of The Asphalt Drying Pad. (iv) The Following Requirements Will Augment The Typical Requirements Of A Phase I Esa In Accordance With Csa-z768-01 (r2022), In Order To Document The Existing Infrastructure:  Cursory Statements As To The Expected Condition Of The Existing Infrastructure Is Also Be Contained In The Report. Expected Condition Is To Be Assessed Based On The Records Review, Interviews With Staff, And Basic Information Gathered From The Site Visit.  All Infrastructure No Longer In Operation, But Unknown If Fully Decommissioned To Be Documented In This Report Within The Infrastructure Inventory.  All Infrastructure No Longer In Operation, But Known To Be Decommissioned Based On Past Project Work To Be Documented In This Report Within The Infrastructure Inventory.  All Infrastructure Supporting The Current Site Operation, Including The Decant Pump Station And The 5.5 Km Forcemain Extents (3.2km Length Prior To Tying Into The Local Wws System, And The Remaining 2.3km Segment Disconnected But Not Removed) Is To Be Included Within The Infrastructure Inventory Under Consideration. (b) Phase Ii: Complete Sampling/infrastructure Assessment Plan (i) The Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance With Section B9. (ii) This Plan Is Expected To Be Drafted As A Brief Work Proposal Detailing The Extent Of Sampling And Sampling Finding Reporting, Along With Condition Assessments Or Other Site Inspections Believed To Be Beneficial Is To Be Submitted To The City Project Manager For Approval To Use The Additional Work Allowance To Fund. (iii) This Work Can Occur Concurrently With The Development Of The Phase I Report. It Is Assumed It Will Not Begin Until A Suitable Point Within The Phase I Report Development, However It Is Not Required For The Phase I Report To Be Finalized Before This Work Can Be Initiated. (i) It Should Not Be Initiated Until The Consultant Has A Fundamental Understanding The Site, Its Infrastructure Components, Land Use History, And Risks From The Desktop Assessments Associated With The Phase Report Submission. (ii) It Is Recommended The Proponent Notify The City Project Manager When They Intend To Begin Work In This Phase Within The Proposal, Should It Be Desired To Occur Concurrently With The Phase I Report Submission. (iv) The Sampling Plan Component Of This Proposal Can Be Drafted In Accordance With Csa-z769-00 (r2023) Acting As A Template. This Will Establish All Intrusive Investigations Proposed To Determine Soil And Ground Water Conditions With The Objective Of Determining The Extent Of Impacts, In Any, To Allow For The Preparation Of Remediation Options In Accordance With Phase Iv Of The Work. (v) The Extent Of Samples Completed, Along With The Overall Number Of Samples Proposed To Be Collected And Tested, Is To Be Based On The Specific Environmental Risks Identified In The Esa, Along With The Budget Available With The Additional Work Allowance. (vi) Sampling Shall Be Completed Against Appropriate Environmental Quality Guidelines Or Regulatory Requirements, As Applicable And In The Professional Judgement Of The Proponent. (i) For Example, Soil Samples Are To Be Compared Against The Ccme Soil Quality Guidelines For The Protection Of Environmental And Human Health. (ii) Specific Environmental Quality Guidelines/requirements Assumed To Be Applied Samples Collected Shall Be Documented Within The Sample Plan Of This Proposal. (vii) The Infrastructure Assessment Component Should Present A Sequence Of Tasks To Review/confirm The Condition Of Existing Infrastructure Identified In The Infrastructure Inventory. (viii) The Infrastructure Assessment Component Should Also Present Any Tasks Required To Confirm Existence Or Existing Infrastructure, Or Status Of Decommissioning Of Existing Infrastructure As Required. (ix) The Scope Of Condition Assessment Tasks Is To Be Determined By The Consultant Based On The Risks/condition Of Specific Infrastructure, The Extent Of Existing Infrastructure To Be Assessed, Along With The Budget Available Within The Additional Work Allowance. (x) The Sampling/infrastructure Assessment Plan Shall Include An Updated Safe Work Plan The Consultant Specific For The Site Sample And Infrastructure Assessment Work. (xi) The Estimated Costs For The Tasks Expected In The Sampling/condition Assessment Plan Is To Be Submitted Within The Plan, Utilizing Form P: Person Hours Utilizing Key Personnel Hourly Estimates, Along With Subconsultant Prices. (c) Phase Iii: Complete Soil Testing, Groundwater Monitoring, Or Laboratory Testing Of Samples Collected To Confirm Specific Sources Of Contamination, If Required. Site Investigations To Further Assess The Condition Of Existing Infrastructure On Site, Or To Assess The Status Infrastructure Believed To Be Decommissioned, Are Also To Be Completed In This Phase. (i) The Entirety Of This Phase Will Be Approved Utilizing Funds From The Additional Work Allowance. (ii) The Sampling/infrastructure Assessment Plan Is Expected To Be Complete Before This Phase Can Begin, As This Deliverable Will Form The Proposal For Approval To Utilize The Additional Work Allowance. Under Extenuating Circumstances Such As Seasonal Impacts On Site Investigation Activities, Portions Of This Phase May Be Initiated Or Completed Prior To The Completion Of The Sampling/infrastructure Plan. (iii) The Initiation Of This Work However Can Occur Concurrently With The Remaining Tasks Related To The Development Of The Phase I Report, Under The Condition Where The Sampling/infrastructure Assessment Plan Is Approved Prior To The Completion Of The Phase I Report. (iv) It Is Recommended The Proponent Notify The City Project Manager When They Intend To Begin This Phase Within The Proposal, Should It Be Desired To Occur Concurrently With The Phase I Report Submission. (v) The Conclusion Of This Phase Will Be The Submission Of A Technical Memorandum Which Will Include The Following At Minimum: (i) Summarize/update The Extent Of Site Sampling And Testing Completed, In Comparison To The Extent Of Work Identified In The Sampling/infrastructure Assessment Plan. (ii) Summarize/update The Extent Of Infrastructure Assessments Completed, In Comparison To The Extent Of Work Identified In The Sampling/infrastructure Assessment Plan. (iii) Identify The Results From The Site Sampling And/or Testing, Along With Results From Any On Site Inspections Or Condition Assessments. (iv) Provide An Assessment Of Findings From These Results, In Terms Of Environmental Risk Previously Assumed, Infrastructure Risks Previously Assumed, Etc. (v) Include The Sampling/infrastructure Assessment Plan As An Appendix To This Technical Memorandum. (d) Phase Iv: Complete A Decommissioning And Land Use Plan (i) The Entirety Of This Phase Will Be Paid Out As A Fixed Price Item In Accordance With Section B9. (ii) The Goal Of This Phase Of Work Will Be To Complete All Remaining Engagement With The City Project Team, And Correlate The Data Captured In The Phase I Report And Site Testing Technical Memorandum In Order To Develop The Final Decommissioning And Land Use Plan Document. (iii) A Dedicated Meeting With The Proponent’s Project Team And The City Working Group Members In Attendance Will Be Coordinated Following The Submission Of The First Draft Of This Deliverable. (iv) An Interim Submission Of The Proposed Alternative Land Use Concepts Is To Be Submitted To The City Working Group Prior To The Decommissioning And Land Use Plan First Draft. (i) This Interim Submission Will Then Be Reviewed And Discussed With Appropriate External Stakeholders As Required. (ii) Modifications To The Land Use Concepts May Also Be Proposed By City Staff To Incorporate In The Final Report. (iii) The Content Of This Interim Submission Can Be Directly Incorporated Into The Content Of Decommissioning And Land Use Plan Document. (v) The Decommissioning And Land Use Plan Document Will Include The Following At Minimum: (i) Identify All Additional Site Testing, Infrastructure Inspection, Etc. Believed To Be Necessary In The Future To Verify The Environmental Risks, Asset Condition Risks, Etc. (ii) Document All Remediation Options To Address The Assumed Environmental Risks Identified From The Esa And Site Sampling Work. (iii) Include Recommendations Of Remediation Options Based On The Professional Judgement Of The Proponent, Risk Management Approach, Cost-benefit Analysis, Or Any Other Feedback From City Staff. Specifically Identify Remediation Measures, If Any, To Improve The Surface Runoff Water Quality Such That It Can Be Classified As Stormwater Runoff In The Future. (iv) Document Additional Remediation Measures Required To Accommodate Specific Land Uses, As Required. (v) In Specific Remediation Strategies Are Not Feasible, Then This Should Be Stated. (vi) If The Runoff Can Be Classified As Stormwater And No Longer Needs To Be Conveyed To The Newpcc, A Recommended Land Drainage Servicing Plan To Tie Into The Local Stormwater Collection System Shall Be Included In The Document. (vii) Remediation Options Should Address Primarily On-site Remediation Requirements, With The Exception Of Any Environment Remediation Measures Required For The Existing Forcemain Network Servicing The Sludge Drying Beds. (viii) Develop Conceptual Engineering Assessments Of Work(s) Necessary For Decommissioning/abandoning Existing Infrastructure To Support Alternative Land Uses And/or Existing Land Use.  All Infrastructure Supporting The Current Site Operation, Including The Decant Pump Station And The 5.5 Km Forcemain Extents (3.2km Length Prior To Tying Into The Local Wws System, And The Remaining 2.3km Segment Disconnected But Not Removed) Is To Be Included Within The Decommissioning Works Under Consideration. (ix) Specifically Develop Decommissioning Plans Under The Assumption That All Necessary Remediation Measures Are Completed Such That The Surface Water Quality Can Be Classified As Stormwater. (x) Develop Conceptual Engineering Assessments Of New Municipal Infrastructure Required To Support Alternative Land Uses And/or Existing Land Use. (xi) Consider New Municipal Infrastructure Needs With Respect To The Potential Expansion Of The North Perimeter Highway, And Based On The Latest Information Available Related To This Expansion. See D4.6. (xii) Conduct Any Additional Internal Engagement With Stakeholders Within The City Of Winnipeg Real Estate And Land Development Division, The Wastewater Division, And/or Winnipeg Police Service As Part Of The Development Of The Alternative Land Use Options.  Include An Allowance For One (1) Meeting At Minimum With Internal Stakeholders To Raise Alternative Land Use Options And Reach Consensus On Alternative Land Use Options To Be Considered. See D9.5. (xiii) Complete Alternative Land Use Assessments Based On City Needs For The Space, And Plausible Alternative Land Uses For The Site In The Future. (xiv) Provide An Assessment Of Additional Remediation/decommissioning Requirements To Align With The Current Land Use. (xv) Develop A Aace Class 5 Capital Cost Estimates For Remaining Site Testing Recommended In Accordance With D7.1(d)(iv)(i), Along With The Recommended Site Remediation, Decommissioning, And New Infrastructure Installation Works.  Where New Infrastructure Costs, Remediation Option Costs, Or Decommissioning Option Costs Vary Significantly Depending On Alternative Land Uses Identified Above, Include Capital Cost Scenarios Based On Each Land Use/decommissioning Option. Capital Cost Scenarios To Remain At A Class 5 Level Of Definition.  Clearly Identify All New Infrastructure Costs, Remediation Costs, Or Decommissioning Costs Which Will Be Required Regardless Of Land Use Option, At A Class 5 Level Of Definition.  Utilize The Basis Of Estimate (boe), Class Of Estimate (coe) As Part Of Submission Of This Capital Cost Estimate. See D10.7 (xvi) Compare Alternative Land Use Options, Decommissioning Approaches, Etc And Summarize Pros And Cons Of Each.  Utilize The Net Present Value (npv) City Of Winnipeg Investment Planning Templates To Illustrate The Comparison Of Alternative Land Use Options, Specifically In Terms Of Costs And Benefit Impacts To The City Of Winnipeg. See D10.7 (xvii)include Deliverables Associated With D7.1(a) And D7.1(c) As Appendices To Thedocument. The Decommissioning And Alternative Land Uses Report Is Intendedto Be The Final Summary Deliverable Prepared By The Proponent. D7.3.1 Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Its Professional Expertise; The Consultant Shall Bring To The City’s Project Manager’s Attention Any Aspect Of The City’s Standards, Manuals, Guidelines Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D7.4 The Funds Available For This Contract Are $375,000.00. (a)within This Funds Total: (i)$50,000 Is Allocated Towards The Additional Work Allowance
Closing Date10 Jan 2025
Tender AmountRefer Documents 

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: This Is Modification 12 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: part Three, Four, Five, And Six Of The Mtic Technical Library Are Added To The List Of Attachments. the Due Date For The Submission Of Comments Regarding The Draft Request For Proposal (drfp) Is Extended To January 7, 2025, At 5:00 P.m Central Standard Time. this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. to Request Access To The Mtic Technical Library, You Must Provide A Completed “mtic Technical Library Request Form” Via Email To Jsc-mtic@mail.nasa.gov. When Responding Reference 80jsc024mtic Mtic-technical Library In The Subject Line. please Note That After The Request Form Is Submitted, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Foreign Nationals From Designated Countries Covered By A Programmatic Technology Transfer Control Plan (pttcp) Or Requiring Access To Export Controlled Information Are Required To Have An Individual Technology Transfer Control Plan (i-ttcp) With A Non-disclosure Agreement (nda). Foreign Nationals From Non-designated Countries Requiring Access To Export-controlled Information Covered By A P-ttcp Are Required To Comply With The International Partner Or Foreign National Certification Contained In The P-ttcp. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 12 --- this Is Modification 11 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: the Following Applicable Document Is Added To The Attachment Section Of This Posting: draft Request For Proposal 80jsc024mtic L-10 Zip Folder this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 11 --- this Is Modification 10 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: the Draft Request For Proposal And Applicable Documents Are Hereby Posted In The Attachment Section Of This Posting. The Draft Rfp 80jsc024mtic Zip Folder Includes The Following: mtic Draft Request For Proposal (drfp) Cover Letter mtic Drfp 80jsc025r7002 l-3 Past Performance Relevancy Matrix l-5 Technical Resources Template l-6a Mtic Cost Price Template l-6b Minor Subcontracting Template l-7 Mtic Tcp Rate Build-up Form l-8 Prime Subcontractor Identification And Sow Division Of Work Listing Worksheet l-9 Pre-award Survey Of Prospective Contractor Accounting System Checklist attachment J-12 Iagp And Gfp attachment J-13 Gf Sw, It Sys, & Models, Contractor Hosted And Sustained Apps, And Licenses attachment J-17 Dd 254, Contract Security Classification Specification attachment J-18 Department Of Labor Wage Determination attachment J-19 Managed Documents mtic Template For Submission Of Comments Is Posted In The Attachment Section Of This Posting. contracting Officer Point Of Contact Updated. this Is Not A Request For Proposal. No Proposals Are To Be Submitted In Response To This Notice. this Notice Is Issued By The Nasa/jsc To Post A Draft Rfp To Solicit Responses From Interested Parties. This Document Is For Information And Planning Purposes And To Allow Industry The Opportunity To Verify Reasonableness And Feasibility Of The Requirement, As Well As Promote Competition. nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At Https://www.hq.nasa.gov/office/procurement/regs/procurement-ombuds-comp-advocate-listing.pdf. this Draft Rfp Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For The Information Submitted In Response. The Government May Not Respond To Questions/concerns Submitted. The Government Will Use The Information To Finalize The Rfp As Necessary. all Comments Or Questions Regarding The Draft Rfp Shall Be Submitted Electronically Utilizing The “mtic Template For Submission Of Comments” Via Email To Jsc-mtic@mail.nasa.gov, No Later Than January 3, 2025, At 5:00 P.m. Central Standard Time. When Responding Reference 80jsc025r7002 Mtic-drfp. if A Solicitation Is Released, Then It And Any Additional Documents Will Be Available On Www.sam.gov. It Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments, If Any. it Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). nasa Intends To Publicize A Listing Of Respondents In Order To Facilitate Teaming Arrangements. Should Your Firm Desire Not To Be Included In This Listing, Clearly Indicate This Desire In Your Response. obtaining Access To Export Controlled Content: to Request Access To The Mtic Technical Library, Please Complete The Technical Library Request Form In The "attachments" Section Below. Once The Technical Library Request Form Is Submitted Through E-mail To Jsc-mtic@mail.nasa.gov, Please Request Access To All Mtic Technical Library Zip Folders In The "attachments" Section In Sam.gov. If Approved, You Will Be Granted Access To All Mtic Technical Library Zip Documents. please Note That After Submitting The Technical Library Request Form, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 10 --- this Is Modification 9 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:part One And Two Of The Technical Library Are Available And The Following Documents Are Added To The List Of Attachments: mtic Industry Update Charts mtic Requirements Points Of Contacts mtic Industry Update Interested Parties List mtic Industry Update Questions And Answers mtic Technical Library Reference Document Part One And Two mtic Technical Library Part One mtic Technical Library Part Two mtic Technical Library Request Form to Request Access To The Mtic Technical Library, You Must Provide A Completed “mtic Technical Library Request Form” Via Email To Jsc-mtic@mail.nasa.gov. When Responding Reference 80jsc024mtic Mtic-technical Library In The Subject Line. please Note That After The Request Form Is Submitted, You Must Have A Log In For Sam.gov. Once Logged In, Click The Request Access Button In The Attachments/links Section Of The Announcement. all Foreign Nationals From Designated Countries Covered By A Programmatic Technology Transfer Control Plan (pttcp) Or Requiring Access To Export Controlled Information Are Required To Have An Individual Technology Transfer Control Plan (i-ttcp) With A Non-disclosure Agreement (nda). Foreign Nationals From Non-designated Countries Requiring Access To Export-controlled Information Covered By A P-ttcp Are Required To Comply With The International Partner Or Foreign National Certification Contained In The P-ttcp. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 9 --- this Is Modification 8 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Update For Mtic. The Presentation Date Has Changed From Thursday, September 5, 2024, At 9:00am To 11:00am Central Standard Time (cst) To Friday, September 6, 2024, At 9:00am To 11:00am Central Standard Time (cst). please Rsvp For Industry Update Via Email At Jsc-mtic@mail.nasa.gov By 12:00pm Cst On Thursday, September 5, 2024. A Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. All Previous Rsvps Are Still Valid. Attendance Information Should Include The Following: company Name point Of Contact Name point Of Contact Email business Size please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After The Industry Update Event. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 8 --- this Is Modification 7 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Update For Mtic. The Presentation Will Be Held On Thursday, September 5, 2024, At 9:00am To 11:00am Central Standard Time (cst). The Industry Update Will Be Conducted Virtually Via Teams. please Rsvp For Industry Update Via Email At Jsc-mtic@mail.nasa.gov By 12:00pm Cst On Wednesday, September 4, 2024. A Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. Attendance Information Should Include The Following: company Name point Of Contact Name point Of Contact Email business Size please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After The Industry Update Event. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 7 --- this Is Modification 6 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Industry Day Questions And Answers” Is Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 6 --- this Is Modification 5 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Interested Parties List” Is Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 5 --- this Is Modification 4 To The Synopsis Entitled Mission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made:the “mtic Industry Day Charts” Are Added To The List Of Attachments. all Questions Should Be Directed To The Points Of Contact Identified Below. Interested Parties Are Responsible For Monitoring This Website For Information Related To This Acquisition. --- End Of Modification 4 --- modification 3 this Is Modification 3 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Originally Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: 1. The Following Location Has Been Added For An In-person Industry Day Option. industry Day Will Be Held In A Hybrid Format. The In-person Option For Industry Day Will Be At The Following Location: gilruth Conference Center lone Star Room johnson Space Center (jsc) 2101 E Nasa Pkwy, Houston, Tx 77058 2. Corrected The Secondary Point Of Contact Email From Jsc-mitc@mail.nasa.gov To Jsc-mtic@mail.nasa.gov. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 3 --- modification 2 - May 22, 2024 this Is Modification 2 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: added Clarifying Language Regarding The Page Count Limitations. Additionally, Added The Industry Day Announcement.corrected Spelling Errors In Modification 1. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 2 --- modification 1 - May 20, 2024 this Is Modification1 To The Rfi Entitledmission Technical Integration Contract (mtic), 80jsc024mtic, Which Was Posted On May 16, 2024. You Are Notified That The Following Changes Are Made: changed The Email Inbox Address From Jsc-mtic@nasa.gov To Jsc-mtic@mail.nasa.gov. the Due Date For Responses Is Not Extended. offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any). --- End Of Modification 1 --- background the National Aeronautics And Space Administration (nasa) Lyndon B. Johnson Space Center (jsc) Is Hereby Soliciting Information From Potential Sources For The Mission Technical Integration Contract (mtic). Mtic Is The Follow-on Acquisition For The Human Space Flight Technical Integration Contract (hsftic). See Enclosed “historical Scope Of Work” For Detailed Requirements. current Contractor: Barrios Technology, Ltd.; contract Number: 80jsc020c0017; estimated Contract Value: Approximately $337 Million; contract Expiration Date: September 30, 2025 the Government Does Not Intend To Acquire A Commercial Item Using Far Part 12. the Naics Code And Size Standard Are 541715 And 1,000 Employees, Respectively. information Requested nasa Jsc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For Mtic. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. additionally, In Support Of The Executive Order (eo) 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, Nasa Is Seeking To Advance Equity Or Remove Barriers For Members Of Underserved Communities Related To This Requirement. As Defined In The Eo, Underserved Communities Refers To Populations Sharing A Particular Characteristic, As Well As Geographic Communities, That Have Been Systematically Denied A Full Opportunity To Participate In Aspects Of Economic, Social, And Civic Life, As Exemplified By The List In The Preceding Definition Of "equity." Equity Means The Consistent And Systematic Fair, Just, And Impartial Treatment Of All Individuals, Including Individuals Who Belong To Underserved Communities That Have Been Denied Such Treatment, Such As Black, Latino, And Indigenous And Native American Persons, Asian Americans And Pacific Islanders And Other Persons Of Color; Members Of Religious Minorities; Lesbian, Gay, Bisexual, Transgender, And Queer (lgbtq+) Persons; Persons With Disabilities; Persons Who Live In Rural Areas; And Persons Otherwise Adversely Affected By Persistent Poverty Or Inequality. the Following Requested Inputs Are Limited To No More Than Five Pages Total For Inputs One And Two. Inputs Three Through Six And Responses To The Oci Request Are Unlimited. interested Firms Having The Required Capabilities Necessary To Meet The Following Requirements Described Herein Should Submit A Capability Statement Of No More Than Five Pages Indicating The Ability To Perform All Aspects Of The Effort. Mtic Will Provide Program Management Business Management, Configuration Management And Data Management, Information Technology, Systems Engineering And Integration, Mission Integration, Operations, Safety And Mission Assurance/program Risk, And Program Research And Communication Support Services. Please See The Enclosed Document Entitled “historical Scope Of Work” To Determine Your Ability To Perform All Aspects Of This Effort.[cok(b1] in Addition To The Information Requested Above, Interested Parties May Also Provide Optional Comments On This Potential Acquisition Regarding Contract Type, Structure, Incentive Arrangements, Evaluation Criteria, Or Performance Metrics. to Support The Requirements Identified In This Request For Information (rfi)/sources Sought Notification, What Barriers Or Opportunities Exist To Engage Subject Matter Experts From Industry And Academia And How Can Those Barriers Be Overcome? How Can Underserved Communities Be Leveraged? to Support The Requirements Identified In This Rfi, What Barriers Or Opportunities Exist To Partner With Subcontractors That Employ Members Of Underserved Communities, As Defined Above? what Other Recommendations Would You Make To Enhance Diversity And Inclusion? what Should Be Considered To Encourage Full Participation And Contribution Of Organizations And Individuals (e.g., Outreach Efforts And Innovative Partnerships) In Performance Of This Requirement? organizational Conflicts Of Interest (oci): nasa/jsc Is Requesting Information From Industry Regarding Potential Organizational Conflicts Of Interest (oci) Arising From Mtic. the Nature Of The Work Anticipated Under Mtic May Create The Potential For Oci(s) As Currently Described In Far Subpart 9.5. Each Interested Party Should Review Far Subpart 9.5 In Light Of Nasa’s Anticipation Of Oci Issues And Consider Carefully The Extent To Which An Oci May Arise Before Making The Decision To Compete For The Mission Technical Integration Contract. nasa Seeks Input In The Following Areas. Interested Parties Are Requested To Address The Following Questions: 1. What Type(s) Of Oci Issues Would Your Company Or Potential Team Identify, If Any, Should You Choose To Propose On The Mission Technical Integration Contract? 2. What Strategies Would You Anticipate Proposing To Mitigate The Oci Issues That You Identified (if Any)? Please Provide Strategy Details, Previous Examples/experience With Other Contracts With Nasa Or Other Agencies, Etc. 3. Are There Any Other Types Of Potential Oci Issues With The Proposed Mtic Contract That Were Not Identified In This Rfi (assuming Any Were Identified)? 4. Does Your Company Foresee Any Oci Issues Associated With The Mtic Contract That Would Cause You To Decide Not To Propose On The Potential Mission Technical Integration Contract Rfp? nasa Will Review Any Responses Received Regarding Potential Oci And Each Offeror’s Proposed Oci Mitigation Strategy. Nasa Will Respond To Each Company Who Submits A Mitigation Strategy. Nasa’s Response Is Not Intended To Serve As A Confirmation That, In Fact, All Potential Oci Have Been Identified, An Oci Will Ultimately Exist, Or That An Interested Party Is Capable Of Successfully Eliminating Or Mitigating An Identified Oci. Nasa’s Response Is Also Not Intended To Encourage Or Discourage Any Interested Party From Responding To An Rfp Issued For Mission Technical Integration Contract In The Future. Furthermore, Nasa’s Response In No Way Alters Or Interprets Far 9.5 As It Applies To A Final Statement Of Work Or A Final Proposal Submission, Should An Interest Party Elect To Submit A Proposal To An Rfp For Mission Technical Integration Contract. Subsequent To The Initial Oci Submission And Nasa’s Response, Nasa Will Not Consider Further Information As It Relates To This Rfi. submission Instructions: all Questions Should Be Directed To The Point Of Contact Identified Below. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By Nasa To Form A Binding Contract. Nasa Is Under No Obligation To Issue A Solicitation Or To Award Any Contract On The Basis Of This Rfi. Nasa Will Not Pay For Any Information Solicited Under This Rfi. No Solicitation Exists; Therefore, Do Not Request A Copy Of A Solicitation. If A Solicitation Is Released It Will Be Synopsized On Sam.gov. It Is The Interested Party’s Responsibility To Monitor This Website For The Release Of Any Subsequent Solicitation Or Synopsis. all Responses Shall Be Submitted Electronically Via Email To Eric S. Festa At Jsc-mtic@mail.nasa.gov No Later Than 12:00pm, Central Time Zone On June 17th, 2024. Please Reference Mission Technical Integration Contract In Any Response. point Of Contact name: Eric S. Festa title: Contract Specialist email: Jsc-mtic@mail.nasa.gov the Documents On The Nasa Mtic Acquisition Website ( Https://www.nasa.gov/johnson/jsc-procurement/mtic/)are For Information And Planning Purposes, To Allow Industry The Opportunity To Comment, And To Promote Competition Only. Nasa Will Not Affirmatively Release Any Information Received In Response To This Rfi To The Public, But May Use Information Received In Developing The Best Approach For A Contract Strategy, And Therefore Such Information May Be Recognizable To The Interested Party Who Submitted It. Any Information Submitted In Response To This Rfi That Is Marked As “confidential Commercial Or Financial Information” Will Be Considered As Voluntarily Submitted In Accordance With The Freedom Of Information Act. nasa Intends To Publicize A Listing Of Respondents In Order To Facilitate Teaming Arrangements. Should Your Firm Desire Not To Be Included In This Listing, Clearly Indicate This Desire In Your Response. nasa Clause 1852.215-84, Ombudsman, Is Applicable. The Center Ombudsman For This Acquisition Can Be Found At : Https://www.hq.nasa.gov/office/procurement/regs/procurement-ombuds-comp-advocate-listing.pdf industry Day: to Facilitate Open Communication With Industry, Nasa Johnson Space Center (jsc) Plans To Conduct An Industry Day For Mtic. The Presentation For Industry Day Will Be Held Ontuesday, June 18, 2024, At 9:00am To 11:00am Central Standard Time (cst). Industry Day Will Be Held Either Virtually Or Hybrid. A Location Will Be Provided In A Future Modification To This Announcement If An In Person Option Is Available. a Microsoft Teams Meeting Notice Will Be Provided For Those Who Rsvp To This Announcement. the Government Will Also Provide One-on-one Communication Opportunities In Person Or Virtually Ontuesday, June 18, 2024 Between 1:00pm And 5:00pm Cstandvirtually On Thursday, June 20, 2024, Between 9:00am And 1:00pm Cst. One-on-one Meetings Will Be Held In The Gilruth Conference Center Or Via Teams And Will Not Exceed 20 Minutes. Participation Is Limited To Five (5) Individuals From Each Company/team. please Rsvp For Industry Day Via Email At Jsc-mtic@mail.nasa.gov By4:00pm Cst Onfriday, June 14, 2024. Attendance Information Should Include Company Name, Name/representative, And Point Of Contact Information. Please Indicate If You Prefer To Attend In Person Or Via Teams. please Email Any Questions To Eric S. Festa At Jsc-mtic@mail.nasa.gov. The Government Will Officially Respond To All Questions By Posting Responses To Sam.gov And The Mtic Website After Industry Day. one-on-one Meetings to Facilitate Interactive Communications With Industry, Jsc Personnel Will Also Be Available For Meetings With Individual Companies In Conjunction With Industry Day. The Meetings Are Intended To Be Q&a Sessions In Which Neither Side Will Make A Formal Presentation. To Request A One-on-one Meeting, Please Respond Affirmatively In Your Rsvp Per The Instructions Above. the Following Topics May Be Discussed At The One-on-one Meetings: the General Purpose Of The Announced Procurement; any Information About The Mtic Acquisition That Nasa Has Already Made Accessible To The Public Or Is Otherwise Being Made Available To All Potential Offerors; historical Information About The General Nature Or Scope Of Prior Contracts Whose Requirements Will Be Addressed In Whole Or In Part Under A Follow-on Procurement; information That Describes The Federal Procurement Process As Defined By The Federal Acquisition Regulation (far), Nasa Far Supplement (nfs), Or Other Published Procurement Policy Documents; And procurement Specific Information Already Published Such As Information Contained In The Historical Scope Of Work And Sources Sought Synopsis. questions Regarding The Subjects Belowwill Notbe Discussed: proprietary Or Confidential Business Information Of Incumbent Contractor(s) Or Other Business Entities; privacy Act Protected Information Such As, Incumbent Contractor Employees’ Personal Data; trade Secrets Act Protected Information; speculation On What The Government Might Be Looking For In Proposals; different Technical And Management Approaches; technical Efficiencies; any Particular Government Emphasis; And incumbent’s Performance. a Confirmation Email Will Be Sent To Acknowledge Your Reservation(s) And Provide Further Instructions. no Recordings Of Any Kind Are Permitted Of The Industry Day Presentation Or One-on-one Sessions. nasa Anticipates Releasing The Industry Day Charts Prior To Industry Day. Offerors Are Responsible For Monitoring This Site For The Release Of The Solicitation And Any Amendments. Potential Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation And Amendments (if Any).
Closing Date7 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: The Solicitation Is Amended To Dissolve The Sdvosb Set Aside And Reissue In An Unrestricted Basis. 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 2025-03 January 17, 2025. this Solicitation Is Unrestricted. Any Business Size Can Participate. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Fsc/psc Is J065. the Department Of Veterans Affairs, Manchester Nh Va Medical Center Sterile Processing Services (sps) Department, Needs Instrument Maintenance Service. There Are 185 Trays To Be Serviced. see The Attached Statement Of Work With The Equipment List. all Interested Companies Shall Provide Quotations. the Blanket Purchase Agreement Period Of Performance Is 2/1/2025 1/31/2030. place Of Performance/place Of Delivery manchester Vamc 718 Smyth Road manchester, Nh 03104-7007 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 addendum To Far 52.212-1 Instructions To Quoters Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation. (end Of Provision) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision) far Number title date 52.204-7 system For Award Management oct 2018 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-29 federal Acquisition Supply Chain Security Act Orders Representation And Disclosures dec 2023 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements Notice And Representation jun 2020 852.239-75 information And Communication Technology Accessibility Notice feb 2023 (end Of Addendum To 52.212-1) (end Of Provision) 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 (nov 2023) addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.216-18 Ordering (aug 2020) (a) Any Supplies And Services To Be Furnished Under This Contract Shall Be Ordered By Issuance Of Delivery Orders Or Task Orders By The Individuals Or Activities Designated In The Schedule. Such Orders May Be Issued From 1/15/2025 Through 1/14/2030. (b) All Delivery Orders Or Task Orders Are Subject To The Terms And Conditions Of This Contract. In The Event Of Conflict Between A Delivery Order Or Task Order And This Contract, The Contract Shall Control. (c) A Delivery Order Or Task Order Is Considered "issued" When (1) If Sent By Mail (includes Transmittal By U.s. Mail Or Private Delivery Service), The Government Deposits The Order In The Mail; (2) If Sent By Fax, The Government Transmits The Order To The Contractor S Fax Number; Or (3) If Sent Electronically, The Government Either (i) Posts A Copy Of The Delivery Order Or Task Order To A Government Document Access System, And Notice Is Sent To The Contractor; Or (ii) Distributes The Delivery Order Or Task Order Via Email To The Contractor S Email Address. (d) Orders May Be Issued By Methods Other Than Those Enumerated In This Clause Only If Authorized In The Contract. (end Of Clause) 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 30 Days. (end Of Clause) vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) (a) Definitions. As Used In This Clause (1) Contract Financing Payment Has The Meaning Given In Far 32.001; (2) Designated Agency Office Means The Office Designated By The Purchase Order, Agreement, Or Contract To First Receive And Review Invoices. This Office Can Be Contractually Designated As The Receiving Entity. This Office May Be Different From The Office Issuing The Payment; (3) Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests; (4) Invoice Payment Has The Meaning Given In Far 32.001; And (5) Payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. (b) Electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. (c) Data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: (1) Va S Electronic Invoice Presentment And Payment System At The Current Website Address Provided In The Contract. (2) Any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). (d) Invoice Requirements. Invoices Shall Comply With Far 32.905. (e) Exceptions. If, Based On One Of The Circumstances In This Paragraph (e), The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For (1) Awards Made To Foreign Vendors For Work Performed Outside The United States; (2) Classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; (3) Contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; (4) Solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or (5) Solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor. (end Of Clause) 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 852.203-70 commercial Advertising may 2018 852.204-70 personal Identity Verification Of Contractor Personnel may 2020 (end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1-7), (b)(5), (b)(9), (b)(11), (b)(12), (b)(25), (b)(26), (b)(31), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (c)(1), (c)(5),(c)(7),(c)(8), (d), And (e). all Quotes Shall Be Sent To The Point Of Contact At Manases.cabrera@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's Decision For The Quote Most Favorable To The Government. addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Issue A Blanket Purchase Agreement To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical past Performance price veterans Involvement evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. veterans Involvement: In Accordance With Veterans Affairs Acquisition Regulation (vaar) 852.215-70 (deviation), Service-disabled Veteran-owned And Veteran-owned Small Business (vosb) Evaluation Factors, The Government Will Assign Evaluation Credit For A Quoter (i.e., Prime Contractor) Which Is A Service-disabled Veteran-owned Small Business (sdvosb) Or A Vosb. To Receive Credit, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database At Time Of Quotation Submission And At Time Of Award ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The North American Industry Classification System (naics) Code Assigned To This Solicitation. Non-sdvosb/vosb Quotations That Use Sdvosbs Or Vosbs As Subcontractors Will Receive Some Consideration Under This Evaluation Factor. Quoters Must State In Their Quotations The Names Of The Sdvosbs And Vosbs With Whom They Intend To Subcontract And Provide A Brief Description Of The Proposed Subcontracts And The Approximate Dollar Values Of The Proposed Subcontracts. In Addition, The Proposed Subcontractors Must Be Registered And Verified In The Vetbiz.gov Vip Database ( Https://www.vip.vetbiz.va.gov/) And Must Meet Federal Small Business Size Standards For The Naics Code Assigned To This Solicitation At Time Of Both Quotation Submission And At Time Of Award. price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. (end Of Provision) 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 January 28, 2025, At 4:30pm At Manases.cabrera@va.gov the Last Day For Questions Is January 24, 2025, At 4:30pm. 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 contracting Poc Manases Cabrera At Manases.cabrera@va.gov
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Stadtverwaltung Cottbus Tender

Others
Germany
Details: Preparation of a risk assessment (orientation study) in accordance with Section 9 Paragraph 1 of the Federal Soil Act. This results in the following key tasks: 1.) Demarcation studies by evaluating historical documents (survey map 1:25,000 and aerial photograph 1953) after georeferencing and comparison with the digital terrain model (DGM). 2.) Sinking of 4 - 6 core drillings (RKS) per Alvf and taking of depth-differentiated soil samples in the area of the suspected contaminated sites (except Reg. No. 0102520061) with analytical examination. Conversion of 2 RKS per Alvf into temporary groundwater measuring points. Groundwater sampling with analysis. Assessment of soil and water with regard to suspected contaminated sites or with regard to disposal in accordance with the Waste Catalogue Ordinance (avv) and Bbodschv with regard to the soil-human and soil-groundwater paths. 3.) Sinking of small ram boreholes in the wo-axis of the backfill body(s) with taking of solid samples (waste body/capillary area groundwater) and analysis in accordance with the Replacement Building Materials Ordinance Table 3 for soil material/soil material with foreign components or allocation information for the waste from a mirror entry (2024/ Avv) if there is a suspicion of the presence of hazardous waste. Eluate analyses of the backfill material. Assessment with regard to disposal and Bbodschv with regard to the soil-human and soil-groundwater paths. 4.) Sinking of profile rows in the small ram boreholes to determine the thickness of surface deposits (without sampling). A position and height measurement of the drilling starting points is absolutely necessary. The risk assessment to be carried out with evaluation of the results according to Bbodschv must be carried out with regard to the planned use of the surface as an urban area and with regard to the risk potential for the protected resource groundwater. Urban areas are used for housing and to accommodate commercial enterprises as well as social, cultural and other facilities that do not significantly disrupt residential use. The need for action should be derived from this. In addition, the depth-differentiated infiltration capacity should be derived from the soil samples - if necessary with the help of additional drilling - and the groundwater level and groundwater level should be documented. Areas that are not capable of infiltration should be shown separately on a map if necessary.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 1:00 Pm. 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 14. 9. Bid Opening Shall Be On 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)

STATE, DEPARTMENT OF USA Tender

Others
United States
Details: U.s. Department Of State bureau Of International Narcotics And Law Enforcement Affairs (inl) you Have Received This "personal Services Contractor” (psc) Solicitation Through The Department Of State (dos) Internet Site. If You Have Any Questions Regarding This Psc, You May Contact The Dos Official Named In This Solicitation. The Department Is Not Responsible For Any Data And/or Text Not Received When Retrieving This Document Electronically. Amendments To Solicitation Documents Generally Contain Information Critical To The Submission Of An Application. position Title: Design, Monitoring And Evaluation (dme) Project Advisor location: Mexico City, Mexico salary Level: Fs-02 - $101,395 - $148,902 (equivalent Gs-14) period Of Performance: The Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. issuance Date: January 13, 2025 closing Date: January 24, 2025 closing Time: 3:00 Pm Et solicitation Number: Psc-25-014-inl job Description: See Below dear Prospective Offerors: the Department Of State Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services For The Subject Position Under A Personal Services Contract, As Described In This Solicitation. Submittals Must Be In Accordance With The Attached Information At The Place And Time Specified. Applicants Interested In Applying For This Position Must Submit The Following Materials: 1. Form Sf 171 (completed And Signed) 2. Complete Resume. In Order To Fully Evaluate Your Offer Your Resume Must Include: a. Paid A Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For Any Overseas Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. b. Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. c. Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). d. Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. e. U.s. Citizenship note: Resume Must Contain Explicit Information To Make A Valid Determination That The Candidate Meets The Experience Requirements As Stated In This Solicitation. This Information Needs To Be Clearly Identified In The Resume. Failure To Provide Explicit Information To Determine Qualifications For The Position Will Result In Loss Of Full Consideration. 3. Evaluation Factor Document Specifically Addressing: Each Of The Evaluation Factors Shown In The Solicitation Below. Responses Must Be Limited To 500 Words Per Evaluation Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Receive That Are Relevant To Each Factor. 4. Professional References: Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Complete Applications Must Be Emailed To: dominique Chittum, U.s. Department Of State, Inl/ex/gapp, Chittumda@state.gov sincerely, margaret Renee Gaudreau contracting Officer, U.s. Department Of State subject a Solicitation For A Personal Services Contractor (psc), Department Of State (dos), Bureau For International Narcotics And Law Enforcement Affairs (inl). the United States Government (usg), Represented By The Dos, Seeks Applications From Us Citizens Interested In Providing Psc Services As Described In This Solicitation. pre-award Ethical Responsibilities Of Psc (jun 2011) this Solicitation May Result In The Award Of One Or More Personal Services Contracts As Defined In Far 2.101. Prior To Contract Award, All Offerors Or Quotes Must Advise The Cognizant Contracting Officer If They Have A Personal Conflict Of Interest, Such As A Financial Conflict, That Would Prevent Them From Either Meeting The Requirements Of The Clause Entitled, “post-award Ethical Responsibilities Of Personal Services Contractors,” Or Otherwise Objectively Performing Their Contractual Duties Upon Contract Award. how To Apply offerors Proposal Shall Be In Accordance With The Requirements Stated In This Solicitation At The Place And Time Specified. A Proposal Will Be Determined Non-responsive And Ineligible For Consideration Unless All Required Documents And Information Are Included In The Submission. Offerors Shall Ensure Their Resume Demonstrates Their Possession Of The Minimum Qualifications Outlined In This Solicitation, As Well As Their Ability To Fulfill All Required Duties. The Government Is Not Responsible For Any Costs Incurred By The Offeror During The Solicitation Process. note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates The Department Of State To Award A Psc Contract, Nor Does It Commit The Department Of State To Pay Any Cost Incurred In The Preparation And Submission Of The Application. proposals Must Include The Following And Not Exceed Twenty (20) Pages (additional Pages Will Not Be Accepted Or Reviewed): 1. Form Sf 171 (completed And Signed) 2. Resume 3. Evaluation Factor Responses 4. Three (3) Names And Contact Information (phone And Email) Of Current And/or Previous Supervisors To Serve As Professional References. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. Additional Documents Submitted Beyond The Requirements Will Not Be Accepted Or Reviewed. *** One Pdf Attachment Is Highly Recommended veteran’s Preference veteran’s Preference Is Not Applicable To This Position Therefore Do Not Submit Dd-214. all Qualified Applicants Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Nondisqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. equal Employment Opportunity Policy - The United States Government Does Not Discriminate In Employment On The Basis Of Race, Color, Religion, Sex (including Pregnancy And Gender Identity), National Origin, Political Affiliation, Sexual Orientation, Marital Status, Disability, Genetic Information, Age, Membership In An Employee Organization, Retaliation, Parental Status, Military Service Or Other Non-merit Factor. submit Proposal Via E-mail To The Attention Of: inl/dominique Chittum e-mail: Chittumda@state.gov direct Questions Regarding This Solicitation To: inl/dominique Chittum e-mail: Chittumda@state.gov inl Will Not Accept Proposals Beyond The Closing Time/date; Unless It Can Be Determined Dos Mishandled The Proposal. general Statement Of The Purpose Of This Contract mission Of The U.s. Department Of State: The U.s. Department Of State Is The Lead Institution For The Conduct Of American Diplomacy And The Secretary Of State Is The President’s Principal Foreign Policy Advisor. The Department Of State’s Mission Is To Advance U.s. National Security Interests, Fight Terrorism, Protect U.s. Interests Abroad, And Implement Foreign Policy Initiatives That Build A Freer, Prosperous, And Secure World. mission Of The Bureau Of International Narcotics And Law Enforcement Affairs Inl): Inl Is Under The Under Secretary For Democracy And Human Rights (j) And Works To Keep Americans Safe At Home By Countering International Crime, Illegal Drugs, And Instability Abroad. Inl Helps Countries Deliver Justice And Fairness By Strengthening Their Police, Courts, And Corrections Systems. These Efforts Reduce The Amount Of Crime And Illegal Drugs Reaching U.s. Shores. this Position Is Located In The Inl Section Of The U.s. Embassy In Mexico City. The Purpose Of This Personal Services Contract (psc) Is To Provide Strategic Guidance, Management, And Technical Support To Ensure The Successful Planning, Implementation, Monitoring, And Evaluation Of Inl Mexico Projects And Measure Them Against Overarching Inl Goals. This Role Will Integrate Design And Evaluation Expertise With Project Management Skills To Enhance Project Effectiveness, Efficiency, And Impact. The Position Will Report To The Us Direct Hire Foreign Service Officer Policy Unit Chief And Work Closely With Project Teams, Stakeholders, And Partners To Ensure The Successful Delivery Of Project Objectives. The Psc Will Oversee And Mentor The Design, Monitoring, And Evaluation Specialists, And Lead The Design And Implementation Of Policies, Processes, And Guidance On Project And Program Dme Such That Inl-mexico Foreign Assistance Projects And Programs Are Maximally Effective And Meet Inl Dme Requirements. duties & Responsibilities under The Direct Supervision Of The Policy Unit Chief Or His/her Designee, The Dme Project Advisor Will Perform The Following Duties: 1. Provide Direction, Oversight, And Supervision Of Dme Staff (consisting Of Up To 5 Locally Employed Staff (le Staff), And 2 Third Party Contractors (tpcs) That Work On The Team As Monitoring And Evaluation Specialists), And Serve As The Direct Superior Of The One Le Staff M&e Supervisor. 2. Lead The Development Of Evaluations, Indicators, Surveys, And Learning Practices For Inl-mexico Projects And Programs And Goals. 3. Ensure Robust Project Management Practices Throughout The Project Lifecycle. 4. Design And Update Policies, Processes, And Systems For Effective Project And Program Review. 5. Collaborate With Inl-mexico Staff And Leadership To Gain Support For Dme Processes. 6. Design And Maintain Systems For Accurate And Efficient Reporting To Meet Standard And Ad-hoc Requirements. 7. Support Project Proposal Development, Including Needs Assessments, Theory Of Change, And Logical Frameworks. 8. Ensure Alignment Of Project Goals With Organizational And Department Priorities. 9. Assist Implementing Partners In Reporting Valid And Useful Information In Inl’s Systems Of Record. 10. Analyze And Report On Project Data To Recommend Performance Improvements. 11. Develop Relationships With Government Of Mexico Officials And Provide Technical Assistance To Improve Data Capacity. 12. Prepare And Present Reports On Indicator Performance And Findings To Stakeholders. 13. Review And Assess Monitoring Approaches, Indicators, And Evaluation Methods In Project Applications. 14. Serve As A Liaison To Dme Teams In Other Inl Overseas Sections And In Washington. 15. Conduct And Document Program And Project Level Reviews And Identify Needs For Course Correction. 16. Serve As Contracting Officer’s Representative (cor) On Dme Related Contracts (i.e. Field Research, Project Level Studies). 17. Coordinate Site Visits For Data Quality Assessments Of Implementing Partners/organizations. 18. Serve As A Key Interlocutor Between The Dme Team And Inl Program Teams, Ensuring Adherence To Dme Requirements. 19. When Required, Perform The Role Of Duty Officer. 20. Perform Other Duties As Requested And Assigned That Are Directly Related To This Statement Of Work. trainings & Distance Learning Courses 1. Completes All On-line Training Mandated By The Department Of State (e.g., Ct401 (counter Threat Awareness Training), Ethics) Within 120 Days Of Contract Start Date. 2. Completes The Mandatory Foreign Affairs Counter-threat (fact) Course (ct650) Prior To Deployment To Post. 3. Completes The Introduction To Working In An Embassy (pn113) Distance-learning (dl) Course Through The Foreign Service Institute (fsi) Within The First Six (6) Months Of Arriving At Post. 4. Completes The Inl Pre-deployment Program (prep) Course Prior To Deployment To Post (unless Waived By The Inl Director Due To The Incumbent’s Past Experience Or Timing). place Of Performance & Travel Requirements the Place Of Performance For This Position Is Us Embassy Mexico City, Mexico. Travel Up To 25 Percent Of The Time To Regional Security Office (rso) Authorized Locations In Mexico, The United States, And Occasionally The Region Will Be Required. relationships the Dme Project Advisor Will Serve Under The Day-to-day Direction Of The Policy Unit Chief In Inl-mexico. This Position Supervises The Dme Team, Which Is Currently Five Le Staff. the Contract Administrator Shall Be The Inl Contracting Officer In Washington. In No Instance Shall The Policy Unit Chief Or Any Other Individual Be Authorized To Alter Or Modify The Terms And Conditions Of The Contract Or Waive The Government's Requirements, Price, Delivery, Or Other Terms And Conditions. The Contracting Officer Must Authorize Such Changes In Writing. the Policy Unit Chief Will Provide Yearly Performance Reviews To The Inl/ex/gapp Contracting Officer In Washington, D.c. To Contribute To The Incumbent’s Official Yearly Review. complexity this Position Involves Managing And Providing Dme Technical Expertise For A Wide Portfolio Of Programs And Projects In Inl-mexico Simultaneously. The Ability To Perform Complex Analysis, Explain Dme Concepts Clearly And Concisely, Meet Short Deadlines, Coordinate Between Many Stakeholders, And Multi-task Successfully Is Essential. duties Are Significantly Varied And Require Many Different Unrelated Processes And Methods That Are Applied To A Broad Range Of Problems/situations That Require A Substantial Depth Of Analysis. Decisions That Must Be Made Involve Major Areas Of Uncertainty In Approach, Methodology, Interpretation And Evaluating Processes. There Are Continuing Changes In Programming, Dme Requirements, Partner Capacity For Dme, And Political Circumstances Enabling Or Restricting Programming And Dme Efforts. The Work Requires Developing New Techniques And Establishing Criteria. Incumbents Typically Identify And Develop Ways To Resolve Problems Or Cope With Issues Which Directly Affect The Ongoing Relationships With Partners And The Ability To Gather And Use Meaningful Results Data. scope & Effectiveness the Psc Performs Broad Range Of Tasks And Assignment Related To The Dme Of Inl’s Programs And Projects. Assignments For These Tasks May Often Be Self-generated And In Response To Broader Dme Needs, Requirements, And Efforts In Inl-mexico. Knowledge And Professional Experience Supporting Dme In International Development Contexts, Coupled With Subject Matter Familiarity With Inl’s Key Focus Areas, Is Necessary To Support The Results-based Management Of Inl-mexico’s Programming. An Effective Psc Will Also Contribute To Inl-mexico's And Inl’s Bureau-wide Culture Changes And Adoption Of Measures To Use Evidence And Data To Inform Policy And Programming. period Of Performance the Period Of Performance For This Contract Is Twelve (12) Months From The Date Of Award With Four (4) Optional One-year Extensions. minimum Qualifications 1. U.s. Citizenship With The Ability To Obtain And Maintain Department Of State Secret Level Security Clearance, Medical Clearance, And Ethics Clearance (if Applicable). (security Clearance Upgrade To Top Secret Level May Be Required.) 2. Bachelor’s Degree From An Accredited Institution And A Minimum Of Five (5) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme; Or, a. A Master’s Degree From An Accredited Institution And A Minimum Of Three (3) Years Of Experience In Relevant Fields: Performing Design, Monitoring And Evaluation Duties Related To Foreign Assistance Programs; Project Management And Identifying Business Needs And Determining Solutions To Problems Related To Improving Implementation Of Dme. 3. Active Project Management Professional (pmp) Certification Issued By The Project Management Institute (pmi). 4. A Minimum Of Two (2) Years Of Experience In A Supervisory Or Managerial Role, Leading And Managing A Team Of At Least Three Direct Reports. 5. Demonstrated Ability To Organize, Manage, And Present Complex Information In A Clear And Understandable Way. 6. Demonstrated Knowledge Of Monitoring And Evaluation Methodologies, Frameworks, And Best Practices. evaluation Criteria (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors.) Offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor 1: Expertise In Design, Monitoring And Evaluation (20 Points) demonstrated Expertise In Designing, Monitoring, And Evaluating Complex International Programs To Achieve Policy Goals. Demonstrated Familiarity With Results-based Project And Program Management Approaches, Including Knowledge Of Two Or More Monitoring, Evaluation, And Learning Approaches And Terminology. Demonstrated Ability To Articulate Root-causes Of Target Problems, Logical Theories Of Change, Intended Short- And Long-term Results Of Projects, And Valid Signals Of Change (indicators). Demonstrated Experience Supporting The Utilization Of Evidence, Findings, And Recommendations From Monitoring And Evaluation Effort To Change A Project Course. Experience With Foreign Assistance Projects Is Preferred But Not Required. factor 2: Expertise In Project Management (20 Points) demonstrated Experience With Diverse Project Types And Different Phases Of The Project Lifecycle. Proven Ability To Develop Comprehensive Project Proposals, Including Logical Frameworks And Theories Of Change. Demonstrated Experience In Financial Management, Including Budget Planning, Monitoring, And Reporting. Proficiency In Identifying Potential Project Risks And Developing Mitigation Strategies. factor 3: Expertise In Business Analytics, Data Analytics, And Information management Systems (15 Points) demonstrated Expertise In Analyzing And Interpreting Data To Make Informed Decisions, Optimizing And Improving Dme Processes And Performance. Proven Expertise In Utilizing Data To Make Informed Decisions On A Project Or Program Success And Recommending Corrective Actions. Demonstrated Ability To Work With Current Technologies, To Research, Investigate, And Communicate Complex Issues In A Timely And Concise Manner, Orally And In Writing, And To Integrate Evidence Into Advice. factor 4: Collaboration And Leadership (15 Points) demonstrated Ability To Work Collaboratively With And Resolve Challenging Situations Among Different Offices, Agencies And Stakeholders. Demonstrated Successful Supervisory Experience In The Project Management Field, Of Personnel At Different Levels Of Knowledge And Specialization, Preferably In A Multicultural Environment. Demonstrated Experience In Effectively Coordinating And Managing Teams As They Work Across Multiple Projects With Competing Priorities Under Deadlines. The Ability To Speak And Write Spanish At A Professional Level Is Preferred. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Failure To Specifically Address The Evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 20 factor #2 – 20 factor #3 – 15 factor #4 – 15 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) past Performance Evaluation Of Applicant’s Ability To Perform Under The Contract. In Conducting The Evaluation, The U.s. Government Reserves The Right To Utilize All Evaluation Information Available At The Time Of Evaluation, Whether Provided By The Applicant Or Obtained From Other Sources. total Possible Points: 100 the Most Qualified Candidates May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Inl Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Applications (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Applicant's Writing, Presentation, And Communication Skills. In The Event That An Applicant Has Fully Demonstrated His/her Qualifications And There Are No Other Competitive Applicants, Inl Reserves The Right To Forego The Interview Process. Professional References Will Be Evaluated For Applicants Being Considered For Selection. compensation (base Pay) this Position Has Been Designated At The Fs-02 Equivalent Level ($101,395 - $148,902 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries, Including Any Recruitment Supplemental Pay That Exceeds The Listed Pay Range, Will Not Be Entertained Or Negotiated. for Award, Inl Will Negotiate For This Contract Based On The Market Value As Outlined Above And Overall Experience Relevant To The Solicitation Requirements. benefits & Allowances as A Matter Of Policy, Inl Normally Authorizes The Following Benefits And Allowances benefits - If Applicable • Employee's Fica/medicare Contribution • Contribution Toward Health And Life Insurance • Pay Comparability Adjustment • Annual Increase • Eligibility For Worker's Compensation • Annual, Sick And Home Leave • 401k Plan • Medvac (provided By Dos Med) allowances In Accordance With Department Of State Standardized Regulations (dssr) - If Applicable • Temporary Quarters Subsistence Allowance (tqsa) Or Per Diem Upon Arrival At Post • Housing Allowance • Post Allowance • Supplemental Post Allowance • Maintenance Allowance (sma) • Education Allowance • Educational Travel (full-time United States Based Secondary) • Post Hardship Differential • Danger Pay • Shipment Of Hhe, Uab, Pov And Consumables
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: The Purpose Of This Amd Is To Deliver Contractor Questions Received And Government Answers this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services To Perform Investigative Surveys To Verify As-built Conditions Required In Order To Fully Develop Construction Documents For The Site Preparation, Demolition, New Construction, And Renovation To Clinical Unit 5 West Of Building 100 Which Reflect Removal Of The Old Water Treatment Systems And Designing, Upgrading, And Adapting The Existing Layout And Utilities Within The Current Water Treatment And Acid Distribution Rooms In Order To Bring Them Into Line With The Specifications Required To House A New Reverse-osmosis Unit Filtration Unit For Project # 663-24-102. Location: Clinical Unit 5 West Of Bldg. 100 At Va Puget Sound Health Care System Seattle. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) And Veteran-owned Small Business (vosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract In Approximately Late Mar 2025. the Anticipated Period Of Performance For Completion Of Design Is 273 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $1,000,000.00 And $2,000,000.00. Please Note That The 273 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Nco20aesf330@va.gov, Please Also Copy Contract Specialist Brandon Carroll At Brandon.carroll@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Http://www.cfm.va.gov/contract/ae.asp). the Sf 330 Submission Is Due By 12:00 Pm (pst) On Jan 16, 2024. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 20 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Brandon.carroll@va.gov With The Subject Line Sf 330 Questions - 36c26024r0074 Project 663-24-102 Replace Reverse Osmosis Unit For Renal Dialysis Seattle 5 West. The Cutoff For Question Submission Is 12:00 Pm (pst) On Jan 7, 2024. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: fire Protection Engineer life Safety Engineer plumbing Engineer/sterile Line Specialist offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H): the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services To Include Investigative Services, Planning Consultations And Visits, Comprehensive Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates, Construction Period Services, Site Visits, Reports, Commissioning, As-built Drawings, And Other Design Services Necessary For A Complete Project. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In Design And Construction Period Services For Renovation Of Utility Rooms And Spaces Within In An Active Dialysis Clinic: medical Center Additions And Renovations, design Of Sterile Water Distribution Loop Systems provide New Mechanical, Telecommunications, Electrical, Lighting, Plumbing, Fire Protection, Access Control And Security Systems For The New And Renovated Spaces. phasing Of The Renovation To Minimize Disruption To Hospital Operations: Clinic Must Remain Operational Throughout Construction. other Specialized Experience Includes Experience In Critical Path Scheduling, Fire Protection, Seismic Design, Construction Infection Control Protocols, Energy Conservation, Transition, Pollution Prevention, Waste Reduction, Use Of Recovered Materials, And Sustainable Design Practices. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. Three (3) Of The Five (5) Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330. The Narrative Should Clearly Illustrate How Each Of The Following Topics Was Addressed. Re-stating This List In Section H Will Not Be Sufficient. the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Wa. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion*: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Bldg. 100 At Va Puget Sound Health Care System (vapshcs), Seattle. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Monastery Nad Ohri Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)
4121-4130 of 4140 archived Tenders