Survey Tenders
Survey Tenders
Soil And Land Use Survey Of India Tender
Auction
Scraps
MSTC
India
Purchaser Name: Soil And Land Use Survey Of India | Auction Sale Of Lot No : 1 Lot Name : Ferrous Scrap , Lot No : 2 Lot Name : Non-ferrous Crap , Lot No : 3 Lot Name : E-waste Items , Lot No : 4 Lot Name : Furniture Items , Lot No : 5 Lot Name : Miscellaneous Items ,
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Synopsis Announcement, A Market Survey For Information To Be Used For Preliminary Planning Purposes. The Information Received Will Be Used Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. The Intent Of This Sources Sought Synopsis Is To Identify Potential Qualified Small Businesses, U.s. Small Business Administration (sba) Certified 8(a) Businesses, Sba Certified Hubzone Small Businesses, Women-owned Small Businesses, And/or Service-disabled Veteran-owned Small Businesses.
this Sources Sought Synopsis Is One Facet In The Government’s Overall Market Research In Regards To Whether The Proposed Solicitation Will Be Issued As A Competitive Set-aside Or As Full And Open (unrestricted). No Procurement Strategy Will Be Determined Based Solely On The Information Received In Response To This Sources Sought Synopsis.
no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. This Notice Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment By The Government For Any Purpose Other Than Market Research. Respondents Will Not Be Notified Of The Results Of This Market Research.
naval Facilities Engineering Systems Command (navfac) Southwest Is Seeking Small Business, Sba Certified 8(a) Business, Sba Certified Hubzone Small Business, Women-owned Small Business, And/or Service-disabled Veteran-owned Small Business Sources With Current And Relevant Experience, Personnel, And Capability To Perform A Multiple Award Construction Contract For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Acm At Various Government Installations Located In California, Nevada, Arizona, Colorado, Utah, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California.
the North American Industry Classification System (naics) Code Is 236220 (commercial And Institutional Building Construction) With A Small Business Size Standard Of $45 Million. Task Orders Issued Under The Proposed Multiple Award Contract(s) Will Be Performed At Various Government Installations Within The Area Of Responsibility (aor) Of Naval Facilities Engineering Systems Command Southwest Including, But Not Limited To, California, Arizona, Nevada, Utah, Colorado, And New Mexico. However, It Is Anticipated That Most Projects Will Be Performed In The State Of California. The Proposed Contract(s) Will Be For One (1) Base Period Of Two (2) Years And Three (3) Option Periods Of One (1) Year, Resulting In The Contract Performance Period Maximum Of Five (5) Years. The Estimated Total Contract Price For The Base Period And One Option Period For All Contracts Combined Is $1,500,000,000. The Task Order Range Is Estimated Between $15,000,000 And $150,000,000.
projects Will Be Design-build For New Construction, Repair, And Renovation Of Commercial And Institutional Buildings Using Alternate Construction Methods (acm). Examples Of Acm May Include, But Are Not Limited To: Modular Units, Pre-fabricated And Pre-engineered Structures, Tension Fabric Structures, Tilt-up Walls, And Interior Modular Systems. Projects May Include, But Are Not Limited To: Airport Building, Office/administrative Building, Communications Facility, Vehicle Maintenance Facility, Armories, Parking Garage (paved Parking Lots Will Not Be Considered Relevant), Barracks Facility, Prison Facility, Fire Station, Dining Facility, Hospital/medical Facilities, Warehouse Facility, School Facility, Child Care Facility, And/or Retail Facility. For This Announcement, New Construction And/or Repair Of Single Family Homes Will Not Be Considered Relevant.
interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Form Provided Under Separate File Titled “sources Sought Information Form”. The Following Information Shall Be Provided:
1) Contractor Information: Provide Your Firm’s Contact Information, Including Uei Number And Cage Code.
2) Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Women-owned Small Business Concern. For More Information On The Definitions Or Requirements For These Small Business Programs, Refer To Http://www.sba.gov/.
3) Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project, And Your Aggregate Maximum Bonding Capacity.
4) Locations: Identify The Locations In Which You Are Willing And Capable To Work.
5) Experience: Submit A Minimum Of Three (3) And Maximum Of Five (5) Recent Specific Government Or Commercial Projects Your Firm Has Performed To Demonstrate Your Experience In The Construction, Repair, Or Renovation Of Commercial And Institutional Buildings Using Acm And Design-build As Indicated In This Announcement. A Specific Project Is A Single Project Or A Single Task Order Under An Indefinite Quantity Contract Or On-call Type Contract. “recent” Is Defined As Having Been 100% Completed Within The Seven (7) Years Prior To The Sources Sought Synopsis Issuance Date. All Projects Shall Have A Minimum Construction Cost Of $15,000,000. Projects Which Do Not Meet These Requirements May Not Be Considered Relevant.
additional Submission Requirements:
at Least One (1) Relevant Project With A Construction Cost Of $50,000,000 Or Above.
at Least One (1) Relevant Project Demonstrating Experience With The New Construction Or Repair Of An Aircraft Hangar Or Vehicle Maintenance Facility.
for Each Of The Projects Submitted For Experience Evaluation, Provide The Following:
title And Location
award And Completion Dates
contract Or Subcontract Value
type Of Work For Overall Project And Type Of Work Your Firm Performed
current Customer Information Including Point Of Contact, Phone Number And Email Address
whether The Work Was Performed As A Prime Or Subcontractor
type Of Contract (design-build – See Sources Sought Information Form)
narrative Project Description To Include Acm Components Used, Subcontractors/vendors Used And Acm’s Effect On The Project’s Cost And Schedule
for Design-build Projects, Identify The Name And Address Of The A-e Firm Used To Provide Design Or Specify If Design Was Performed In-house. Identify Your Working Relationship With The Design Firm (i.e., Number Of Years Working Together).
6) Safety: Submit Osha Days Away From Work, Restricted Duty, Or Transfer (dart) Rates And Total Case Rate (tcr) For Each Of Calendar Years 2019, 2020, 2021, 2022 And 2023. For Any Dart Rate Of 3.0 Or Greater Or Any Tcr Of 4.5 Or Greater, Provide An Explanation To Address The Extenuating Circumstances That Affected The Rate And Any Corrective Actions Taken. Instructions For Calculating The Dart Rate And Tcr Can Be Found At Http://www.bls.gov/iif/osheval.htm. For Joint Ventures Or Mentor-protégé Agreements (mpa), Provide The Required Information For Each Entity In The Joint Venture Or Mpa. Navfac May Make An Acquisition Strategy Determination That Excludes Contractors That Do Not Submit The Required Information Or Contractors With Unexplained High Dart Or Tcr Rates From The Pool Of Sufficiently Qualified Contractors.
in Sections Where Recent Experience Is Requested, All Experience Will Be Evaluated For Market Research Purposes Only. Firms Are Advised That While Experience Older Than Seven (7) Years Or Not Yet 100% Complete May Demonstrate Capability To Perform The Scope Of Work, It May Not Indicate That The Firm Could Be Competitive During A Future Solicitation Where Only The Most Recent Seven (7) Years Of Experience Will Be Accepted. Navfac May Make An Acquisition Strategy Determination Based On The Likelihood That A Sufficient Pool Of Qualified Contractors Will Be Competitive On A Future Solicitation.
responses To This Sources Sought Announcement Are Due No Later Than 2:00 P.m. (pacific Standard Time) On January 8, 2024. Please Email Your Response, In A Pdf Format, To Shane.k.mahelona.civ@us.navy.mil. All Navfac Southwest Solicitations Are Posted On The Website At Https://sam.gov And Begin With “n62473.”
Closing Date8 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Construction Material
United States
Details: This Is A Sources Sought Synopsis For Little Rock Afb Base Pavements Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive.
experience Required Is As Follows:
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways.
the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following:
1. Temporary And Permanent Airfield Markings.
2. Install Erosion Control Measures.
3. Seal Joints.
4. Spall Repair.
5. Bitumen Rejuvenation.
6. Random Crack Repair.
7. Rubber Removal
8. Friction Testing
9. Remove And Disposal Of Concrete Pavements.
10. Remove, Crush, And Stockpile Concrete Pavements.
11. Asphalt Cold Milling And Disposal Of Milled Material.
12. Asphalt Cold Milling And Stockpile Milled Material
13. Placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings.
14. Construction Of New Concrete Pavements.
15. Groove The Runway Surface.
16. Install New Tie-downs In New Or Existing Pavement.
17. Placing Hot Mix Asphalt.
18. Install Subdrains.
19. Grading Airfield Areas To Meet Airfield Criteria
20. Hydroseed And Or Sod Disturbed Areas.
21. Providing Temporary Airfield Lighting During Construction.
22. All Concrete Repairs Require Class F Fly Ash In Mix Design.
the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following:
1. Geographic Information Survey (gis) And As-built Drawings
2. Storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards
3. Demolition Of Concrete, Asphalt And Various Structures
4. Concrete Work
5. Architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work
6. Site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition.
7. Landscape Establishment: Topsoil, Trees, Sodding, Seeding.
8. Concrete Joint Sealant
9. Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal
10. Bollard Installation- Various Types Including Lighted
11. Valve, Meter, Hydrants Adjustments
12. Arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction
13. Asphalt Construction
14. Asphalt Cold Milling
15. Roadway Maintenance Of Traffic And Traffic Control Devices
16. Lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage
17. Culvert Installation, Modifications, And Safety End Sections
18. Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications
19. Underdrain Installation
20. Concrete Steps And Sidewalks
21. Traffic Detection Loop Installation And Repair
22. All Exterior Concrete Repairs Require Class F Fly Ash In Mix Design.
performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar.
period Of Performance (pop): The Period Of Performance Is Expected To Be Either:
one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or
one (1) Twenty-four (24) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods
naics Codes: The Base Pavements Idiq Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors:
sector/subsector Size Standard
sector 23 – Construction
subsector 237 – Heavy And Civil Engineering Construction $39.5m
237310 – Highway, Street, And Bridge Construction $39.5m
this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items.
information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Sra Lucas Navas At Lucas.navas@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 7 January 2025, 1:00 P.m. Cst.
in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought.
1. Company Information:
-name
-business Address
-point Of Contact
-telephone Number
-e-mail Address
-uei Number / Cage Code Number
-business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition
-number Of Employees
-number Of Years In Business, Etc.
-a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor.
2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals.
3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate.
4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any.
5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently
6. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor.
all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
Closing Date7 Jan 2025
Tender AmountRefer Documents
National Fisheries Research & Development Institute Tender
Others
Philippines
Details: Description Supply And Delivery Of Multi-beam Echosounder And Current Profiler Multi Beam Echosounder For Various Research Application Application: Fishery Research Method Volume Backscattering Of The Water Column And Shoal Isolated Fish Target Measurement Morphological Indicators, Height, Elongation, Volume Backscattering Of The Shoal Internal Density Structure Of The Shoal Shoal Dynamics Technology Unique Key Features: Multibeam Sonar / Mills Cross Antenna (along And Across Track Beam Forming) Dual Symmetrical 256 + 256 Beams Of 1.6° Each, Spacing 0.5° Modular System From 1 To 3 Sonar Antenna Units (saus) 7.5 Cm Radial Resolution In All Ranges 8000 Acoustic Samples Per Beam At 600 M Range Customized Number Of Swath* And Echogram Forming Volume Coverage 120° X 120° Stabilized For Each Sau 150 Khz / 4 Kw / Chirp & Cw Biomass Assessment Range From 5 To 450 M Bathymetry Production Up To 600 M Multi Beam Technical Description (hardware) Sonar Antenna Unit (sau) For Portable Model Mounting Flange And Screws Beam Former Processor Unit (bfu) + Ac Power Cable Viewer Processor Unit (vpu) + Ac Power Cable Wireless Qwerty Keyboard (for Vpu) Wireless Trackball (for Vpu) Transducer Cable (20 M) Cable Gland Ethernet Cable (30 M) + 1 Rj45 Connector Vpu Dongle Installation Checklist Installation Manual Operation Manual Packing List Ue Declaration Of Conformity Certificate Of Warranty Customer Satisfaction Survey Calibration Certificate (for Portable Model) Multi Beam Technical Description (software) Advanced & Versatile Graphical Unit Interface Operation Mode Swath And Echograms Real Time Re-construction Of Echogram Sectors Full Resolution Zooms 2d And 3d Ecosystem Mapping And Analysis Biomass Extraction And Analysis Seabed Mapping In Situ Calibration Post Processing Of Data Specifications: Applications: Research Array Steerable: Symmetrical Dual Multibeam Modular Multi Head Sonar: One To 3 Saus Driven With Data Fusion Controlled By Gui Mounting Applications: Downward Looking / Side Looking / Forward Looking Number Of Elements: 64 Across + 64 Along Number Of Beams: 256 + 256, Spacing 0,5°, Split Beam Frequency: 150 Khz Modulation: Cw And Chirp Transmission Power: 2 Kw For Fishery (4 Kw Optional) Beam Stabilization: Tx + Rx, Built-in Mru Beam Resolution: 1.6° Angular / 7.5 Cm Radial Acoustic Sampling In Water Column: 8000 Samples @ 600 M Range Triple Echograms From All Swaths: Adjustable From 1° To 120° Each Typical Range Biomass: @ 500 M, Bathymetry @ 600 M Volume Resolution: 0,6 M3 @100 M Volume Coverage: 120° X 120° Along-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Across-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Echosounder From Across-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder From Along-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder & Swath Zooms: Desired Number Of Detailed Dynamic Zooms From Echograms And Swaths Echosounder Dynamic Reconstruction: Real Time Reconstruction Of Echogram Sectors, Orientation & Opening Angle Signal Processing: Sv, Ts, Normalized Split Beam Ts Accuracy: 0,1 Db (@ +20/-20° Tilt Angles) Split Beam Target Positioning Accuracy: 0,15° Sed Fish Extraction: Up To 200,000 Single Fish Detection Bathymetry Swath Coverage At 100 M Depth: 370 M Across Track / 370 M Along Track (120° Opening) Bathymetry Real-time Production: Equipment Sounding Data Does Not Allow Navigation Safety As Far As Regulation Is Concerned Pelagic Biomass Coverage At 100 M: Depth 370 M Across Track / 370 M Along Track (120° Opening) Semi-rugged Laptop Cpu Intel Core I5 6th Gen Storage 1tb Ssd Memory 16gb Display 14" Hd Touchscreen Non-touch Operating System Windows 10 Pro Camera Webcam Graphics Card Intel Hd Graphics 520 Keyboard Emissive Backlit Keyboard Ports And Interfaces 3 X Usb 3.0 (includes 1 High Powered 1.5a Usb) Hdmi 10/100/1000 Ethernet Headphones/mic Jack Sd Card Reader Port Replicator Connector Vga Serial (true) Insertable Smartcard Reader Dvd Drive Intel Dual Band Wireless-ac 802.11a/b/g/n/ac Bluetooth V4.1 + Edr (class 1) Mil-std-810g Certified (3' Drop, Shock, Vibration, Sand, Dust, Altitude, High/low Temperature, High Temperature Tactical, Temperature Shock, Humidity) Ip51 Certified Note: On-site Local Training For Small Group Atleast 5 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Nfrdi, Quezon City Current Profiler Head Type: 400khz Aqp Standard Head Acoustic Frequency: 400khz Pressure Sensor: 0-100 M Maximum Cell Size: 8 Meters Maximum Number Of Cells: 200 Cells Weight In Air: 3.7kg Internal Memory: 16gb Sd Card Data Logger With Compass & Tilt Sensor Instrument Housing: Standard Housing For Two Batt Or One 100wh Batt Harness For Options: Rs-232+ Analog In Housing For Two Batteries 300m & 6000m Cable For Impulse Connectors: 5m Rs232 Poly Cable With 8-pin Connector With Usb Antifouling Patches: Antifouling Patches Aqp 400khz Profiler 400khz With Laptop Inclusion For Software Processing Windows 10 Home, Inter I5-1135g7, Geforce Mx 350, 15.6 Full Hd, 8gb Ddr4, 512 Gb M.2 Pcie Nvme Ssd, Ms Office Home Ans Student 2019, English Internation Keyboard With Numeric Keypad, 2 Usb 3.2, 1 Usb 2.0, 1 Audio Jack, 1 Hdmi 1.4, 1 Sd Card Slot Lifetime Free Service Warranty Preventive Maintenance Should Be Served By A Certified Service Engineer At Least 2 Years Training On The Use, Care And Maintenance Of The Equipment Note: On-site Local Training For Small Group Atleast 6 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Ffrdc, Taal, Batangas
Closing Date28 Jan 2025
Tender AmountPHP 47 Million (USD 802.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 693-22-700 Construct Ehrm Infrastructure Upgrades At The Wilkes-barre Va Medical Center (vamc) Located In Wilkes-barre, Pennsylvania.
project Description:
the Scope Of Work Shall Generally Consist Of Providing All Labor, Materials, Tools, Equipment, Permits, Testing, And Reports Required To Perform Electronic Health Records Management (ehrm) Infrastructure Upgrade, Located At The Wilkes Barre Va (vamc), As Generally Described In This Scope Of Work, But Detailed In Drawing Set Titled: Ehrm Infrastructure Upgrades. Vamc Wilkes-barre Pennsylvania, Usa, Project #: 693-22-700. The Projects Outcome Will Be A New Data Network On The Wbva Campus.
the Ehrm Infrastructure Upgrade Project Is A Multi-phase Project. Key Elements Include, But Not Limited To: 1) Construct A New Building To House A Data Center, Including, But Not Limited To Demolition Of Two Existing Pre-manufactured Buildings, Rerouting A Fire Protection Service Line, New Building Shell, Interior Walls, Finishes, And All Mechanical, Electrical And Plumbing Systems And Data Room Construction As Defined By Drawings And Specifications. 2) Construct And/or Renovate Over Twenty-five Telecom Rooms (tr) With Accompanying Network Equipment, Climate Controls And Electrical Upgrades. 3) Install, Terminate, And Test Over Six-thousand Cat 6a Network Cables From The Respective Tr To Each Work Area Outlet (wao) Location. 4) Construct Underground Ductwork System To Connect Several Buildings To The New Data Center. 5) Install Fiber Optic Cables. 6) Demolition Of Legacy Trs And Removal Of Associated Network Equipment And Network Cables.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor’s Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company’s Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
benjamin Niznik
contract Specialist
benjamin.niznik@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: Revision 1 - 1/13/2025: Updated Response And Archive Date From 2024 To 2025. Revised Response Date To Bejanuary 28, 2025.
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal.
the U.s. Army Corps Of Engineers (usace), Baltimore District (nab) Requests Capability Statements From Qualified Industry Partners. Usace Nab Is Considering The Solicitation And Award Of A Firm-fixed-price Acquisition Support Services Contract To Support Usace Nab On Various Pre- And Post- Award Contract Functions. By Way Of This Market Survey/sources Sought Notice, Usace Nab Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions.
the Naics Code For This Acquisition Is 541611 – Administrative Management Consulting Services With A Size Standard Of $24,500,000. Psc Code For This Acquisition Is R707 – Support - Management: Contract/procurement/acquisition Support Services.
project Description & Overview:
this Requirement Is To Provide Acquisition Support Services Consisting Of All Aspects Of The Process From Pre-award To Post-award Including Contract Closeouts For Nab And Supporting District Resident Offices. Nab Anticipates Needing Between Two (2) And Five (5) Contract Support Staff Full Time For A Base Period Of 1-year With Four (4) Six-month Option Periods. These Services Would Require The Contract Support Staff To Work In-person (with Telework Opportunity) At One Or More Offices Within The Baltimore, Md Metro Area. Staff Are Required Gain A Dod Common Access Card (cac) After Award. At A Minimum, One Staff Member Must Have An Existing Top Secret Clearance.
the Contractor Shall: Prepare And Process A Variety Of Contractual Forms And Memos To Include But Not Limited To Support Of Market Research Efforts And Preparing Planning Documents; Prepare Request For Proposal (rfp) Letters; Various Communications With Contractors; Reviewing Technical Analyses; Preparing/reviewing Pre Negotiation Objective Memorandums (pom); Price Negotiation Memorandums (pnm); Competitive Range Determinations (crd); Source Selection Decision Documents (ssdd); Award Letters; Award Documents In Procurement Desktop-defense (pd2 Or Also Known As Sps), The Army Contract Writing System (acws), And Corps Of Engineers Financial Management System (cefms); Unsuccessful Letters And Debriefing Documents; Process Novation Agreements; Prepare General Administrative Contract Modifications For Contract And Purchase Order Files; And Process Contract Closeouts. Applicable Regulations And Policies Include The Federal Acquisition Regulation (far), The Defense Federal Acquisition Regulation Supplement (dfars), Army Federal Acquisition Regulation Supplement (afars), Us Army Corps Of Engineers Acquisition Instruction (uai), Joint Federal Travel Regulations (jftr) And Other Agency Supplemental Regulations As Appropriate. The Contractor Should Be Proficient Within The Following Systems: Sps/pd2, Acws, Cefms, And The Army’s Paperless Contract File (pcf) System. The Contract Employees Shall Be The Technical Equivalent/proficiency Of A Government Contract Specialist Fully Functioning At Minimum The Gs12 Skill Level. Majority The Acquisition Support Services Are Anticipated To Be For Actions Under The Simplified Acquisition Threshold, Sole Source Contracts, Or Modifications, But May Include Other Procurements Based Upon Need.
industry Interest And Capability:
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community Comprised Of: Small Business (sb), 8(a) Small Disadvantaged Business (sdb), Historically Underutilized Business Zone (hubzone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). Large Businesses Are Also Encouraged To Submit A Response To This Notice. Please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance.
responders Should Address All The Following In Their Submittal:
firm's Name, Address, Phone Number, Email Address, Point Of Contact, And Uei Number.
indicate If Your Company Is Currently Registered In The System For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Plans To Register.
in Consideration Of Naics Code 541611 – Administrative Management Consulting Services With A Size Standard Of $24,500,000, Indicate Which Of The Following Small Business Categories Your Business Is Classified Under: Small Business, 8(a) Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Or Woman-owned Small Business.
provide Information To Demonstrate The Necessary Past Performance And Resources/staffing To Perform The Contract Support Services Described Above. Capability Statements Should Include Details On The Following:
demonstrate Similar Support Services Within The Past Five (5) Years To Include One (1) Similar Contract With A Dod Agency. Narratives Should Include: A Description Of The Services Performed; The Role Of The Firm In Performing The Services; Contract Number; Contract Period Of Performance; Contract Award Amount; And Project References (including Owner/awarding Agency Office With Phone Number And Email Address).
provide Information On How The Firm Intents To Support The Staffing Described Above. For Example, Does The Firm Have Current Resources On Board, Or If Required To Recruit Resources, What Process And Timeline Would Be Required.
information Regarding Salary Requirements And Potential Staffing Options Is Appreciated.
if The Offeror Is A Joint Venture, Mentor/protégé, Or Is Utilizing An Affiliate, At Least Two Projects Submitted Must Be Experience Representing The Small Business/protégé Prime Offeror.
if Firm Is A Small Business, Provide A Supplemental Explanation Of Your Company’s Ability To Perform At Least 50% Of The Services.
if Your Company Has An Existing Gsa Schedule Contract Covering These Services, Please Provide The Applicable Gsa Schedule And Contract Number.
narratives Shall Be No Longer Than Ten (10) Pages In One (1).pdf File. Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice No Later Than 4:00pm Eastern On January 28, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Brooke.l.patterson@usace.army.mil, Tamara.c.bonomolo@usace.army.mil, And Paula.m.beck@usace.army.mil Referencing The Sources Sought Notice Number In The Email Subject Line. Telephone Inquiries Will Not Be Accepted Oracknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
administrative Information:
this Notice Does Not Constitute A Solicitation. It Does Not Guarantee The Future Issuance Of A Solicitation, Nor Does It Commit The Government To Contract For Any Supply Or Service. Furthermore, Usace Nab Will Not Accept Unsolicited Proposals. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice. Information In This Notice Is Subject To Change. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow-up Information Request(s). All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense.
Closing Date28 Jan 2025
Tender AmountRefer Documents
4811-4820 of 4926 archived Tenders