Survey Tenders
Survey Tenders
Offizielle Bezeichnung Tender
Civil And Construction...+3Road Construction, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - general guideline, standard regulation negotiated procedure with prior publication of a call for competition / negotiated procedure (services) Büttelborn - project Mainzer Straße 15 and 20 Scope of work object planning buildings and interiors: basic services in accordance with §§ 33 ff. Hoai (performance phases 1-9) plus special services. The invitation to tender is a phased contract (1st stage: Lph 1-2 / 2nd stage: Lph 3-9). Büttelborn - project Mainzer Straße 15 and 20 The municipality of Büttelborn was included in the urban development funding program "urban redevelopment in Hesse" - since renamed "growth and sustainable renewal" - in 2017. For this purpose, an integrated urban development concept (isek) was drawn up in 2018, in which measures were recommended to sustainably improve the quality of life, living and work. The projects named below are a central building block of the urban redevelopment. The municipality of Büttelborn intends to award architectural services for the renovation and energy modernization and, if necessary, partial new development of two properties. The planning object is the two municipal properties at Mainzer Strasse 15 and 20 in Büttelborn. With regard to the individual planned measures and objectives as well as with regard to a brief description of the project including the eligible costs, reference is made to the "basic data" document and to the other tender documents; this also applies to the special services to be provided by the contractor. The applicant must also provide all basic services of service phases 1-9 in accordance with §§ 33 ff. Hoai (object planning for buildings and interiors). The tender documents and attachments are made available electronically on the Kvz tender platform. In parallel, the other specialist planning services (tga/hls/statics/open space design/building surveys) are to be tendered in separate tendering procedures, with the local contractor also to support their preparation and implementation. Public funding is also to be used for the project. For the implementation of the "Büttelborn town center" renewal measure in the 2023 urban development funding program, there are two grant decisions from Wi-bank dated December 8, 2023 and October 26, 2018. In this respect, the municipality was granted a total of €940,000 in grants from the state of Hesse, of which €470,000 is included as federal financial aid. The procedure is designed as a negotiated procedure with competitive bidding, especially since the applicants must also bring their own ideas into the procedure. There is a two-stage selection process. In the first stage, suitability criteria and references are checked to determine whether the applicant appears suitable for carrying out the project. In the second stage, all suitable applicants receive a letter inviting them to submit a bid. This invitation to tender will include, among other things, the submission of a final bid price and the presentation of the applicant's concept for implementing the task. Negotiations on the content of the concepts or the price are reserved. Bidding consortiums are permitted and desired based on the task. Bidding consortiums must name all members and one of their members as an authorized representative for the conclusion and implementation of the contract. Each member of a bidding consortium must submit the required proof of suitability and declarations for themselves. Each member of the bidding consortium must also make a legally binding declaration for themselves, which guarantees a jointly and severally liable legal form in the event of a contract being awarded. If the bidder wants to use the capacities of other companies to fulfil the contract, he must prove that this company meets the specified suitability requirements. The bidder must also prove that the capacities of the subcontractor are actually available to him, for example by submitting a declaration of commitment from the subcontractor. The attachments listed in the "basic data" document, together with the tender documents, are made available to the applicants.
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice #: W900kk-25-ssn-mioss2
introduction:
the U.s. Army Contracting Command - Orlando (acc-orlando) Is Issuing This Sources Sought Notice (ssn) On Behalf Of The U.s. Army Program Executive Office For Simulation, Training, And Instrumentation (peo Stri), Product Lead, Live Individual And Collective Training (pdl Live), Project Lead, Training Aids Device Simulators And Simulation (tadss) Support Operations (pl Tso), As A Means Of Conducting Market Research To Identify Potential Sources Having An Interest In Supporting The Requirements Of The Medical Simulation Training Center (mstc), Instructor, Operator Support Services (mioss) Acquisition.
it Is The Usg Intent To Set-aside For Small Business. The Result Of This Market Research Will Confirm That At Least Two Small Businesses Are Capable Of Performing. In Addition, All Small Business Socio-economic Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions.
disclaimer: This Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
program Background:
the Requirements Within Mioss Are Currently Being Satisfied By Peo Stri Through The Training Instructor Operator Support Services (trioss) Contract. The Anticipated Period Of Performance (pop) Is A Base Period Of Twelve (12) Months, With At Least Two (2) And Potentially Four (4) One-year Option Periods.
the Mioss Effort Consists Of Credentialed Contractor-provided Instructor/operators (i/os) Providing Instructional Services Following The Guidance And Approval Of The Medical Proponent’s Programs Of Instruction (pois), Curriculum, And Training Support Packages. Instruction Is Facilitated Through The Operation Of Hi-fidelity Mannequins And Other Mstc Program-of-record (por) Tadss. Training Includes Medical Sustainment Training Of Combat Medics (68w), Medical Education And Demonstration Of Individual Competence (medic) (tc8-800 Tables), Tactical Combat Casualty Care (tccc Or Tc3), And National Registry Of Emergency Medical Technician (nremt) Training (all Levels). Additional Training Provided At The Mstc Includes Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel. Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tccc. The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform.
the Medical Simulation Training Center (mstc) Program Is The Only Peo Stri Tadss-related I/o Support Services Program Currently Being Considered For The Mioss Acquisition. While Future Requirements Cannot Be Predicted, Please Use The Program Scope Provided Below In Answering The Questions Stipulated In Paragraph 4 Of This Notice.
medical Simulation Training Centers (mstc)
i. Description: Mstc Is A Standardized Family Of Medical Training Components That Facilitate Immersive And Rigorous Training In Tactical Combat Casualty Care (tccc). The Mstc Training Components Include A Computerized Bleed-breathe Mannequin That Is Weighted And Airway Equipped, Partial Task Trainers And Associated Equipment. Enabling Technology Includes Audiovisual Enhancements, Camera Surveillance Capability, Computer Labs, And Control Rooms With A Remotely Managed Training Platform.
ii. Summary Of Requirements: The Contractor Shall Provide Instruction Of Tc 8-800 Medical Curriculums And Operation Of Fielded Army Medical Training Tadss Within 21-25 Us Army Mstcs Globally.
iii. Training Foci: Mstc Training Will Primarily Focus On Providing Tactical Combat Casualty Care (tccc); Tc8 -800, Medical Education And Demonstration Of Individual Competence (medic); And Sustainment Training For The 68w Military Occupational Specialty (mos), And Combat Life Saver (cls) Initial Training And Sustainment Training To Non-medical Personnel.
iv. Other Training: Other U.s. Army Medical Center Of Excellence (medcoe) Approved National Registry Emergency Medical Technician (nremt) And The Proponent Via The Medcoe Mstc Program Director Through The Mstc Director/alternate Contracting Officer Representative (acor) Or Their Authorized Representative Or Command Authority May Teach Miscellaneous Courses And Training Events On A Site-specific Basis After Approval.
v. Place Of Performance/personnel Staffing: The Contractor Shall Staff Each Mstc Sufficiently To Ensure The Training Throughput Capability To Train At Least 2,500 Soldiers In 68w Recertification Tc 8-800 Requirements And/or Combat Lifesaver Skills (cls) Annually Using Only Contractor Instructor Personnel. The Contractor Shall Not Staff To A Lesser Throughput Capability Even If Scheduled Classes Differ, Or The Number Of Students Scheduled Is Lower Than The Aforementioned Requirements, Or If The Installation Provides Military Instructors. Currently The Conus Locations Include -ft Moore, Ga; Ft Bliss, Tx; Ft Liberty, Nc; Ft Campbell, Ky; Ft Carson, Co; Ft Drum, Ny; Ft Cabazos, Tx; Ft Indian Town Gap (fig), Pa ; Joint Base Lewis-mcchord, Wa; Ft Riley, Ks; Ft Stewart, Ga; Ft Dix, Nj ; Ft Mccoy, Wi; Camp Atterbury, In; Camp Dodge, Ia; Camp Shelby, Ms; Camp Ripley, Mn; Camp Williams, Ut And Oconus Locations In Ft Wainwright, Ak; Vilseck, Germany; Schofield Barracks, Hi; Camp Humphreys, Korea. Other Sites May Be Added Or Removed As Required By The Government.
further Analysis Is Being Conducted To Determine An Accurate Potential Ceiling Value For This Effort; Therefore, The Government Is Not Releasing Any Dollar Values For This Requirement At This Time.
acquisition Strategy - Planning Information:
1. Contract Vehicle: The Determination Of Contract Vehicle And Small Business Set Aside Or Full And Open Competition Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved.
2. North American Industry Classification System (naics): The Applicable Naics Code For This Requirement Is 541990, All Other Professional, Scientific, And Technical Services, With An Associated Size Standard Of $19.5 Million In Average Annual Receipts.
*note 01: The Current Sba Table Of Small Business Size Standards Was Updated 17 March 2023; Since The Beginning Of 2022, The Sba Has Regularly Updated The Table To Account For Inflation. Businesses Must Update Their Sam.gov Profiles In Order To Have Their Small Business Status Reflect The Most Current Small Business Size Standards. Until Updated, The Sam Profiles Will Continue To Display The Small Business Status Under Outdated Size Standards.
*note 02: In Accordance With 13 C.f.r. 121.104, The Current Calculation For Dollar (monetary) Value Based Naics Codes Is Average Total Receipts Over The Last Five (5) Completed Fiscal Years
*note 03: In Accordance With 13 C.f.r. 121.106, The Current Calculation For Employee Based Naics Codes Is Average Number Of Employees Used For Each Pay Period For The Preceding Completed 24 Calendar Months.
3. Contract Type: The Determination Of Contract Type Will Not Be Established Until Market Research Has Been Completed And The Acquisition Strategy Has Been Approved.
submission Details:
interested Businesses Shall Submit A Capability Statement (10 Pages Maximum) That Demonstrating Their Ability To Fulfill The Functions And Tasks Described Herein.
your Response To This Sources Sought Notice Shall Be Electronically Submitted To The Contract Specialist Via Email, Usarmy.orlando.peo-stri.mbx.mioss@army.mil, No Later Than 4:00 P.m. (est) On 08 January 2025 And Reference Sam Notice Number And Title In The Subject Line Of The E-mail And On All Enclosed Documents. Responses Shall Either Use Microsoft Office 2013 Compatible (.xlsx, .docx Or .pptx) Or Adobe Acrobat 9 Pro (.pdf) Formats. Responses Shall Be In Sufficient Detail For The Government To Determine That Your Business Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Information And Materials Submitted In Response To This Request Will Not Be Returned. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. Do Not Submit Classified Material.
written Responses To This Sources Sought Notice Should Consist Of The Following:
a. Company Profile / Capabilities
company Profile To Include Company Name, Office Location(s), Duns/cage Code Number, Email Address, And Small/large Business Status (i.e. - Certified 8(a), Service Disabled Veteran-owned (sdvosb), Woman-owned (wosb), Economically Disadvantaged Woman-owned (edwosb), Or Certified Hubzone). Large Businesses Are Permitted To Respond To This Notice.
company Point Of Contact (poc) Name, Title, Office Address, Phone Number And Email Address.
describe Briefly The Capabilities Of Your Organization And The Nature Of The Services You Provide. Include A Description Of Your Background And/or Your Staff Composition To Include Advanced Academic Degrees. Please Also Include Professional Experience Of Your Staff. The Focus Of This Description Of Capabilities Is To Determine If Your Organization Has A Deep Understanding Of Training Services Within The Defense Industry.
include Information About Your Firm's Ability To Grow, Such As Available Letters Of Credit And Ability To Quickly Hire Qualified Personnel.
prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Government Organization Supported Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein.
organization's Ability To Have Personnel Located At Oconus Locations. Does Your Company Currently Have Employees Working Full-time, With The Appropriate Labor Law Approvals In Alaska, Germany, Hawaii, And/or Korea? If Not All Locations, Identify Where And How Many Employees Are At Each Location.
b. Vendor Perspective (acquisition And Contracting Strategies)
what Would Be Your Organization's Management Approach To Staffing This Effort With Qualified Personnel?
what Is Your Company's Ability To Begin Performance Upon Contract Award, And/or Do You Have Any Recommendations As It Relates To A Transition Period.
is Your Company Capable Of Providing A Team Composition That Can Support The Scope Of This Requirement, While Also Performing At Least 50 Percent Of The Work? Explain Which Portion Of The Scope You Would Perform And Which Portion You Would Utilize The Capabilities Of Teaming Partners? Please Consider The Language At Far 52.219-14 (c) (1) - Limitations On Subcontracting.
are There Primary Risk Areas And/or Potential Issues Associated With An Acquisition Of This Type? How Do You Propose To Mitigate These Risk(s)?
identify The Contract Type (e.g., Firm Fixed Price (ffp), Cost, Etc.) You Believe Is Appropriate For This Requirement As Well As Any Limitations To Your Organization's Ability To Propose A Ffp With Cost Provisions Contract.
the Potential Contract Will Likely Include One (1) Base Year Pop, Plus At Least Two (2) Or As Many As Four (4) Option Years. Describe How The Government's Decision On Pop May Affect Your Organization's Ability To Execute This Requirement.
c. A Statement Indicating If Your Firm Is A Large Or Small Business Under Naics Code 541990 (all Other Professional, Scientific, And Technical Services); If Small Business, Please Indicate Any Applicable Socio-economic Status [i.e., 8a, Small Disadvantaged Business (sdb), Hubzone, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Or Women-owned Small Business (wosb)].
*note (limitations On Subcontracting): If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That Far Clause 52.219-14 (limitations On Subcontracting) (deviation 2021-o0008) Was Updated In September 2021. The Current Clause Adds The Definition Of “similarly Situated Entity” And The 50% Calculation For Compliance With The Clause. Small Business Prime Contractors May Now Count “first Tier Subcontractor” Work Performed By A “similarly Situated Entity” As If It Were Performed By The Prime Contractor Itself.
proprietary Data: All Submittals Containing Proprietary Data Must Be Appropriately Marked. It Is The Respondent's Responsibility To Clearly Define To The Government What Is Considered Proprietary Data. The Government Reserves The Right To Make Public Any Information That Would Provide Clarification On The Requirement For Industry In Preparing For Proposals. Responders Are Advised That Any Data Submitted To The Government In Response To This Notice May Be Released To Non-government Program Support Contractors For Review And Analysis. All Information/materials Received In Response To This Sources Sought Notice That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. These Personnel Will Have A Non-disclosure Agreement In Place. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
this Request For Information Is Published In Accordance With Far Part 15.201(e), And Is For Planning Purposes Only. It Does Not Constitute A Request For Proposal (rfp) Or A Commitment By The U.s. Government, Nor Should It Be Construed As Such. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; And The Government Assumes No Financial Responsibility For Any Costs Incurred. There Shall Be No Basis For Claims Against The Government As A Result Of Any Information Submitted In Response To This Sources Sought.
respondents Are Advised That All Submissions Become Government Property And Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted Under This Sources Sought Notice.
Closing Date8 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package
this Is A Sources Sought Notice For Market Research Only.
no Award Will Be Made From This Sources Sought Notice.
this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice.
jefferson Barracks National Cemetery,
sylvan Springs, Phase 1a Expansion
project Scope
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation.
project Description:
the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri.
the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827.
this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds.
this Project Will Provide For The Following Elements And Features:
base Bid General Construction:
the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed.
work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished.
replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003.
interment Areas:
casketed Remains:
a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites
b) Approximately 2,100 Traditional Casket Gravesites
cremated Remains:
a) Approximately 10,900 In-ground Cremation
b) Approximately 5,000 Columbarium Niches
base Bid Furnish Pre-placed Crypts:
procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts.
additive Items Subject To Budget Adequacy:
additive #1 Maintenance Yard:
install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation.
additive #2 Storage Building:
install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing.
additive #3 Satellite Maintenance Building:
install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building.
additive #4 Demolish/replace Committal Shelter #4:
demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage.
--- End Of Project Scope ---
project Labor Agreement (pla):
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
yes/no
comments:
--- End Of Pla Questionnaire ---
contractor Capability Statement Package:
firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package:
cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address.
business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.).
if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification.
bonding Capacity:
provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between
$50 - $100 Million.
contractor Capability Statement Shall Include, But Not Be Limited, To The Following:
corporate Experience:
provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And
demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics:
a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres).
b. State/local/private Cemetery Projects.
c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration.
d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres.
describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can:
i. Mass/fine Grading & Excavation Site Utilities
prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres.
ii. Site Utilities
demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites.
demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source.
demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal.
iii. Paving
paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres.
experience In Missouri Or Similar Climates Is Preferred, But Not Required.
iv. Landscaping
landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri.
v. Irrigation
irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It.
vi. Precast Concrete Burial Components
demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It.
vii. Phasing And Continuity Of Operations
demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations.
current Project List:
provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include:
project Type
award Amount
award Date
estimated Completion Date
---- End Of Contractor Capability Statement Package ---
please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov).
--- End Of Sources Sought Notice ---
Closing Date6 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought
sources Sought Notice
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time.
project Requirments:
background
the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States.
the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025.
anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year.
the Intended Delivery Period Is To Be Determined.
confidentiality Of Information
in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner.
the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer.
interested Firms Responding To This Sources Sought Notice Must Adhere To The Following:
(a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages.
(b) The Capability Statement Must Identify The Responder's Business Type And Size.
(c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s).
(d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025.
this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition.
ohio Optical Dispensing Services
part 1
general Information
general:
this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government.
description Of Services/introduction:
the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address).
background:
the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans.
1.3 Scope Summary:
the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices.
visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods).
the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below.
1.4 Period Of Performance:
to Be Determined.
1.5 General Information:
1.5.1 Quality Control:
the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services.
1.5.2 Quality Assurance:
the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates.
1.5.3 Recognized Holidays:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Independence Day Christmas Day
independence Day
**and Any Other Day Declared By The President Of The United States As A Federal Holiday**
1.5.4 Hours Of Operation:
the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance.
1.5.5 Place Of Performance:
the Work To Be Performed Under This Contract Will Be Performed At/nearby*:
chillicothe Vamc
17273 State Route 104, Chillicothe, Oh 45601
athens Cboc
510 West Union Street, Athens, Oh 45701
cambridge Cboc
2146 Southgate Pkwy., Cambridge, Oh 43725
lancaster Cboc
1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130
portsmouth Cboc
840 Gallia Street, Portsmouth, Oh 45662
marietta Cboc
418 Colgate Drive, Marietta, Oh 45750
wilmington Outreach Clinic
448 West Main Street, Wilmington, Oh 45177
â
â
cincinnati Vamc
2929 Highland Avenue, Cincinnati, Oh 45220
bellevue Cboc
103 Landmark Drive, Suite 300, Bellevue, Ky 41073
florence Cboc
7310 Turfway Road, Suite 540, Florence, Ky 41042
hamilton Cboc
1755-c South Eire Highway, Hamilton, Oh 45011
lawrenceburg Cboc
1600 Flossie Drive, Greendale, In 47025
clermont County Cboc
4600 Beechwood Road, Cincinnati, Oh 45244
georgetown Cboc
474 Home Street, Georgetown, Oh 45121
â
â
louis Stokes Cleveland Vamc
10701 E. Boulevard, Cleveland, Oh 44106
akron Cboc
55 W. Waterloo, Akron, Oh 44319
canton Cboc
733 Market Avenue South, Canton, Oh 44702
new Philadelphia Cboc
1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663
lake County Va Cboc
35000 Kaiser Court, Willoughby, Oh 44094
east Liverpool/calcutta Cboc
15655 State Route 170 - Suite A, Calcutta, Oh 43920
lorain Cboc
5275 North Abbe Road, Elyria, Oh 44035
sandusky Cboc
1912 Hayes Avenue, Sandusky, Oh 44870
mansfield Cboc
1025 South Trimble Road, Mansfield, Oh 44906
youngstown Cboc
1815 Belmont Avenue, Youngstown, Oh 44505
parma Cboc
8787 Brookpark Road, Parma, Oh 44141
ravenna Cboc
6751 N. Chestnut St, Ravenna, Oh 44266
warren Cboc
1460 Tod Ave Nw, Warren, Oh 44485
chalmers P. Wylie Ambulatory Care Center (acc)
420 N. James Road, Columbus, Oh 43219
newark Cboc
1855 W. Main Street, Newark, Oh 43055
grove City Cboc
5775 N. Meadows Drive, Grove City, Oh 43123
zanesville Cboc
2800 Maple Avenue, Zanesville, Oh 43701
marion Cboc
1203 Delaware Avenue, Marion, Oh 43224
â
dayton Vamc
4100 W. Third Street, Dayton, Oh 45428
lima Cboc
1303 Bellefontaine Avenue, Lima, Oh 45804
richmond Cboc
1010 N. J Street, Richmond, In 47374
springfield Cboc
512 South Burnett Road, Springfield, Oh 45505
middletown Cboc
4337 North Union Road, Middletown, Oh 45005
*these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co).
1.5.6 Type Of Contract:
the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s).
1.5.7 Security Requirement And Background Checks:
the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail.
once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor.
the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following:
keys
government Computers
sample Eyeglass Frames
fax Machines (where Applicable)
all Items And Government Areas Shall Be Secured When Not In Use.
1.5.8 Special Qualifications:
vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry.
1.5.9 Post Award Conference/periodic Progress Meetings:
the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government.
1.5.10 Contracting Officer S Representative (cor):
the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract.
1.5.11 Key Personnel:
the Follow Personnel Are Considered Key Personnel By The Government:
contracting Officer
contracting Officer S Representative
a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co.
the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves.
1.5.12 Identification Of Contractor Employees:
all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags.
1.5.13 Contractor Required Dress Code:
all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract.
part 2
definitions & Acronyms
2.0 Definitions And Acronyms
2.0.1 Definitions:
acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard.
contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime.
contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government.
contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract.
dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup.
defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement.
key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal.
quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards.
quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance.
quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements.
shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)).
subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor.
workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract.
work Week. Monday Through Friday, Unless Otherwise Specified.
2.0.2 Acronyms/abbreviations:
acc Ambulatory Care Center
aql Acceptable Quality Level
aus Acquisition And Utilization Specialist
cboc Community Based Outpatient Clinic
co Contracting Officer
cor Contracting Officer S Representative
hipaa Health Insurance Portability And Accountability Act Of 1996
psas Prosthetics And Sensory Aids Service
pws Performance Work Statement
qa Quality Assurance
qasp Quality Assurance Surveillance Plan
qc Quality Control
roe Remote Order Entry
tms Training Management System
vamc Veterans Affairs Medical Center
visn Veterans Integrated Service Network
vista Veterans Health Information System Technology Architecture
part 3
contractor-furnished Items And Services
3.0 Contractor-furnished Items And Responsibilities:
3.0.1 Services:
the Contractor Shall:
provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision.
ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law.
provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments.
ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract.
ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day.
make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract.
allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion.
ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter.
3.0.2 Materials:
unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations.
3.0.3 Facilities:
the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address):
main Vamc
location
chillicothe
athens Oh
chillicothe
cambridge Oh
chillicothe
lancaster Oh
chillicothe
marietta Oh
chillicothe
portsmouth Oh
cincinnati
greendale In
cincinnati
florence Ky
cincinnati
bellevue Ky
cincinnati
clermont Oh
cincinnati
hamilton Oh
cincinnati
georgetown Oh
cleveland
new Philadelphia Oh
cleveland
sandusky Oh
cleveland
east Liverpool Oh
cleveland
warren Oh
cleveland
ravenna Oh
cleveland
lorain Oh
cleveland
mansfield Oh
columbus
newark Oh
columbus
grove City Oh
columbus
marion Oh
columbus
zanesville Oh
dayton
lima Oh
dayton
richmond In
dayton
springfield Oh
dayton
middletown Oh
*these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
**if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location.
part 4
government-furnished Items And Services
4.0 Government-furnished Items And Responsibilities:
4.0.1 Equipment:
the Government Will Supply The Following Equipment For Use Under The Contract:
government Computer For Each Location
sample Eyeglass Frames For Each Location
fax Machines (as Needed)
4.0.2 Materials:
the Government Shall Supply The Following Materials For Use Under The Contract:
frame Selection Kit For Each Location
4.0.3 Facilities:
the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area.
location
estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year)
minimum Required Days Of Operation Per Week
akron Cboc
2,587
5 Daysâ
canton Cboc
2,587
5 Daysâ
lorain Cboc
1,360
2 Daysâ
mansfield Cboc
1,587
2 Daysâ
parma Cboc
2,668
5 Daysâ
youngstown Cboc
2,342
5 Daysâ
vamc Chillicothe
7,901*
5 Daysâ
vamc Cincinnati
9,730*
5 Daysâ
vamc Cleveland
9,168*
5 Daysâ
vamc Columbus
13,188*
5 Daysâ
vamc Dayton
10,390*
5 Daysâ
lake County Cboc
1,639
5 Daysâ
grove City Cboc
907
2 Daysâ
total Estimate For Ordering Period # 1 (base Year)
66,054
*denotes Locations Where Off-site Volume Was Included In Estimates
**these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
part 5
specific Tasks
5.0 Specific Tasks:
5.0.1 Specific Task # 1:
the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses:
vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription.
vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height.
vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic.
vendor Shall Fit And Adjust Glasses For The Veteran.
vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments).
vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles.
vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs.
vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements.
vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe.
vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented.
vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System.
in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor.
vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses.
as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live.
once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing.
vendor May Not Batch Orders For More Than One Day.
vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense.
if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear.
vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities.
vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks.
5.0.2 Specific Task # 2:
the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following:
the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy.
the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran.
vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary.
vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery.
any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date.
vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped.
vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment.
vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday.
vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear.
vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System.
vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System.
roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System.
5.0.3 Specific Task # 3:
the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month:
patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics).
timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following:
the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient.
quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab).
part 6
attachment/technical Exhibit Listing
6.0 Attachment/technical Exhibit List
6.0.1 Attachment/technical Exhibit List Performance Requirements Summary:
performance Requirements Summary
performance Objective
standard
required Adherence Level
the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt.
all Orders (see Section 5.0.2 Of Pws)
98%
the Contractor Shall Provide All Reports To The Government As Required.
all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws)
95%
the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day.
all Orders (see Section 5.0.2 Of Pws)
99%
the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors.
all Orders (see Section 5.0.1 Of Pws)
no More Than Two (2) Optician Errors Per Optician, Per Calendar Month
disclaimer
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Closing Date28 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. No Formal Solicitation Document Exists At This Time. We Are Seeking Information For Market Research Purposes Only. The Government Will Not Pay For Any Information Solicited.
the Department Of Veterans Affairs, Network Contracting Office 6 Is Conducting Market Research To Identify Potential Sources For Architect-engineer Services To Complete The Below Scope Of Work.
the Place Of Performance Will Be The Hospital Campus Of The Fayetteville Va Medical Center In Fayetteville, North Carolina. Forward All Questions To The Point Of Contact Identified Below. This Is Not A Pre-solicitation Notice. The Magnitude Of Construction For This Project Is Currently Between $1,000,000 And $2,000,000 But Is Subject To Revision Prior To Release Of A Solicitation.
the Proposed Naics 541330 Engineering Services Is Applicable To This Acquisition With A Size Standard Of $25.5 Million.
the Proposed Psc Code Is C1da Architect And Engineering Construction: Hospitals And Infirmaries.
the Anticipated Period Of Performance Is 720 Calendar Days From The Notice To Proceed.
scope Of Work:
provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-152, Replace Fire Pump At Fayetteville Va Medical Center, Fayetteville, Nc.
the Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project.
this Project Will Replace The Existing Main Building Fire Pump To Meet Current Capacity And Code Requirements. The Fire Pump Is Currently In Mechanical Room No. B78, Located In Building No. 1, Basement Floor, A-wing. The New Fire Pump And The Ancillary Equipment Is To Be Located In Building No.56, Which Is In The Vicinity Of Room No. B78 And Would Be More Accessible For Va Maintenance Staff.
concept Design Submission 21 Calendar Days From Ntp
va Concept Design Review 14 Calendar Days From Concept Design Submission
35% Schematic Design Submission 28 Calendar Days From Concept Design Review
va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission
65% Design Development Submission 28 Calendar Days From 35% Design Review
va 65% Design Development Review 14 Calendar Days From 65% Design Submission
95% Design Development Submission 28 Calendar Days From 65% Design Review
va 95% Design Development Review 14 Calendar Days From 95% Design Submission
100% Final Design Submission 14 Calendar Days From 95% Design Review
total Calendar Days From Notice To Proceed To 100% Final Design Submission: 175 Days.
procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. During This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process.
construction Period Services: 365 Calendar Days From Construction Award Date
total Contract Period: 720 Calendar Days
small Business Requirements
for Market Research Purposes, All Responses To This Notice Will Be Reviewed, Regardless Of Small Business/socioeconomic Category, Including Those Firms That Are Identified As Large Businesses.â Review Of Responses To This Notice Will Support Later Determination Of Set-aside Requirements, If A Solicitation Becomes Available, Where The Rule Of Two Is Met Regarding A Set-aside, Including Set-asides Under 38 U.s.c. 8127 And 8128 For Sdvosb And/or Vosb Firms Registered In The Sba Vetcert Database, In Accordance With Priorities Set By Regulation.
all Interested Parties Should Respond, In Writing Via Email To The Contract Specialist, Elaine Belber, Elaine.belber@va.gov. No Telephone Inquiries Will Be Accepted. Your Response Is Requested By Friday, January 31, 2025 At 3:00 Pm Est. In Your Response, Please Include The Following:
company Name
address
point Of Contact With Email And Phone Number
sam Unique Entry Id Number And Evidence Of Current Sam Registration (see Https://www.sam.gov For More Information)
company Socio-economic Size (example Large, Small, Sdvosb, Vosb, Wosb Etc.)
proposed Naics Code (if Different From Above)
proposed Psc Code (if Different From Above)
capabilities Statement, To Include Experience With Contracts Of Similar Scope And Magnitude.
is The Anticipated Period Of Performance Appropriate For This Project?
is There Anything That Would Deter You From Responding To This Requirement?
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
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 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
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 March, 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 540 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 January 15, 2025 At 1:00 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:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Page 3 Of 8 *= Required Field Page 1 Of 8 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 2024-06. This Solicitation Is Set-aside For 100% Veteran-owned Small Business (vosb). The Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34.0 Million. The Fsc/psc Is J065. The Va Greater Los Angeles Healthcare System (vaglahcs), West Los Angeles Medical Center (wla Vamc), 11301 Wilshire Blvd, Los Angeles, Ca 90073-1003, Is Seeking Qualified Contractors To Perform Preventative Maintenance Inspection (pmi) For Steris Sterilizing Equipment. All Interested Companies Shall Provide Quotations For The Following: Services The Contractor Shall Provide All Labor, Materials, Supplies, Tools, Equipment, Parts, Travel, And Qualified Personnel To Accomplish The Tasks Outlined In This Statement Of Work. Contractor Is Responsible For All Subcontractors Required To Complete Reports. All Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Cor Or His/her Designee. Line Item Description Price Price Explanation 0001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 0002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 1001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 1002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 2001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 2002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 3001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 3002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 4001 West Los Angeles Medical Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr 4002 Va Ambulatory Care Center-sepulveda Center Adjustment, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/or Defective Parts As Necessary Or Required. 1 Yr Place Of Performance/place Of Delivery Address: Greater Los Angeles Veterans Health Care System 11301 Wilshire Blvd Los Angeles, Ca Postal Code: 90073 Country: United States The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.201-1, Acquisition 360: Voluntary Survey. (sept 2023) Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Addendum To Far 52.212-1 See Attached Document For Addendum. 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 (dec 2022) Addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (mar 2023) The Following Subparagraphs Of Far 52.212-5 Are Applicable: (b)(1), (4), (6), (8), (14), (16), (19), (21), (22), (26), (27), (29), (30), (31), (32), (33), (34), (35), (44), (51), (58), (c)(1), (3), (7), And (8). The Full Text Of Vaar Provisions Or Clauses May Be Accessed Electronically At Http://www.va.gov/oal/library/vaar/index.asp Vaar 852.233-70, Protest Content/alternative Dispute Resolution Vaar 852.233-71, Alternate Protest Procedure Vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) The Following Contract Clauses Apply To This Acquisition: Far 52.228-5, Insurance-work On A Government Installation (jan 1997) Far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984) Vaar 852.201-70, Contracting Officer S Representative (dec 2022) Vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran Owned Small Businesses (jan 2023) Vaar 852.237-75, Key Personnel (oct 2019) All Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices. All Quoters Shall Submit The Following: As Described In Far 52.212-1 Addendum. All Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract Specialist (contractor), Steve Crayton At Steven.crayton@va.gov. Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. This Contract/purchase Order Will Not Be Longer Than Ninety (90) Days. Contractor S Pricing Should Reflect This. The Following Are The Decision Factors: Price And Past Performance. 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 17, 2025, 13:00 Central Time At Steven.crayton@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0341 For Consideration. 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 Contract Specialist (contractor) Steve Crayton Steven.crayton@va.gov
Closing Date23 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Naval Sea System Command (navsea) Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Accomplishment Of Ddg 51 Class Post Shakedown Availabilities (psas) For Four (4) Ddg 51 Class Ships At The Homeport Of Norfolk, Va. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336611 Ship Building And Repairing.
there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred.
psas Are Intended To Accomplish Correction Of Government Responsible Trial Card Deficiencies; New Work Identified Between Ship Custody Transfer And The Start Of The Psa; And The Incorporation Of Approved Engineering Changes Which Were Not Incorporated During The Construction Period And Not Otherwise The Shipbuilder's Responsibility. Psas Can Vary In Scope And Complexity. 180,000 To 225,000 Man-hour Psas Are Common For Ddg, And Typically Include Additional Work Scope That Is Performed By Alteration Installation Teams (aits) And Other Outside Activities. The Psa Is Normally Accomplished Within A Period Of Approximately 16 Weeks, Depending On The Size Of The Psa Work Package.
the Contractor Is Expected To Provide For The Necessary Program Management In Order To Adequately Manage, Integrate, And Support The Entire Psa Work Scope, Including That Work Scope That Is Not The Responsibility Of The Contractor To Perform. In Support Of This, A Resource-loaded Integrated Master Schedule (ims) That Provides For Accomplishment Of The Total Availability Work Package, Including Ait And Other Outside Activity Installation Modifications Will Be Required.
the Contractor Will Be Expected To Provide Adequate Facilities For The Execution Of The Psa. The Executing Facility Should Have A Security Clearance Issued By The Defense Security Service At The Secret Level. Contractor Is To Provide Anti-terror/force Protection Measures Employed At The Contractor's Facilities In Accordance With Navsea Standard Item 009-72. The Contractor Is Required To Have The Capability To Dry Dock A Ddg-51 Class Ship And Sufficient Resources To Execute The Psa At The Contractor’s Facility. Warehouse/storage Facilities Are Required To Accommodate Material. Additionally, The Contractor Must Provide Indoor And Outdoor Production Facilities Capable Of Performing Marine Pre-fabrication, Repair, And Machining Onsite. Power, Compressed Air, Water, And Sewage Must Be Available And Operational For The Entirety Of The Psa Industrial Effort. Secure, Environmentally Controlled Facilities Should Be Available For Combat Systems And Electronics Equipment. The Contractor Shall Complete Work In A Manner Which Affords For Naval Supervisory Authority Certification Of The Psa.
per Opnavinst 4700.8k, Conducting The Psa At Or Near The Ship's Homeport Is Desirable To Minimize Impact On Crew Training And Quality Of Life. The Homeport Location Is Norfolk, Va.
if Your Organization Has The Potential Capacity To Perform The Above Described Efforts In Any Or All Of The Locations Listed Above, Please Provide The Following Information: 1) Organization Name, Address, E-mail Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; 2) Specific Points Of Contact For One Or More Company Individuals That Can Answer Follow-up Market Research Questions; And 3) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical And Industrial Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Efforts Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; And 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Personnel And Risk Mitigation.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition. In Accordance With Far 52.219-14, Should The Prospective Contract Be Competed As A Small Business Set Aside, The Prospective Offerors Would Be Required To Perform At Least 50% Of The Cost Of Manufacturing, To Include Industrial Work, Planning, Engineering, And Program Management. If You Are A Small Business, Include A Description Of Your Plan To Meet The Requirements Listed Above Within The Capability Statement Portion Of Your Submission. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Herein Described Efforts Are Invited To Submit A Response To This Sources Sought Notice By 1500 Eastern Standard Time On 02 Jan 2025. All Responses Under This Sources Sought Notification Must Be Submitted By Email To:
contracting Officer: Kurt Boyles, Kurt.r.boyles.civ@us.navy.mil
contract Specialist: Jocelyn Varela-martinez, Jocelyn.i.varela-martinez.civ@us.navy.mil
respondents Are Responsible For Properly Marking And Clearly Identifying Proprietary Information Or Trade Secrets Contained Within Their Response. The Government Will Not Be Liable For, Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified. Information Provided Shall Be Treated As Business Sensitive And Will Not Be Shared Outside Of Government Activities And Agencies Without The Permission Of The Provider.
please Choose One Of The Methods Below To Submit Your Response:
for Electronic File Sizes Over 5 Mb Upload And Submit Your Response To The Safe Access File Exchange (safe) Application (https://safe.apps.mil). Please Follow The Steps Below:
notify The Contract Specialist Of Your Intent To Submit A Response To The Source Sought; The Contract Specialist Will Initiate A Unique Upload Request For Your Response, Which Will Be Delivered Via An Email From Noreplyto@mail.mil (the Link Is Valid For 14 Days)
follow The Link Provided In The Email; The Url May Contain Https://no-click.mil/?, If So Remove That Segment And Insert The Remainder Into Your Web Browser’s Address Bar
click “cancel” When Prompted To Select An Authentication Certificate
if Your Response Contains Business Sensitive Information, Check The Box Next To “encrypt Every File (required For Fouo, Pii, And Phi)”
either Drag Your Response File(s) Into The Browser Window Or Individual Select Them By Clicking The Button Labeled “click To Add Files Or Drag Them Here”
enter A Description Next To The File(s)
click “drop-off Files”
for Electronic File Sizes Fewer Than 5 Mb Send By Email To The Pco And Cs.
notices Regarding This Sources Sought:
this Sources Sought Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Commitment, Implied Or Otherwise, By The Government That A Procurement Action Will Be Issued.
no Telephone Inquiries Will Be Accepted And Requests For Solicitation Packages Will Not Be Honored, As No Solicitation Is Intended At This Time.
response To This Notice Is Not A Request To Be Added To A Bidders List Or To Receive A Copy Of A Solicitation.
the Government Does Not Intend To Award A Contract Solely On The Basis Of This Sources Sought.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of The Submission Of The Requested Information.
no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow Up Information Requests.
responses To This Sources Sought May Be Considered In The Future Determination Of An Appropriate Acquisition Strategy For The Program.
the Government May Not Respond To Any Specific Questions Or Comments Submitted In Response To This Sources Sought Or Information Provided As A Result Of This Request.
any Information Submitted By Respondents As A Result Of This Notice Is Strictly Voluntary.
notice Regarding Proprietary Information: All Submitted Materials Will Be Designated For Government Use Only. Third Party Support Contractors Providing Support To The Ddg Program May Have Access To The Submitted Material. These Contractors Have Executed Non-disclosure Agreements. Submission Of Material Requested In This Sources Sought Shall Constitute Consent To Allow Access To The Material/information By Any Relevant Third-party Support Contractor Supporting The Ddg Program. Submitted Material/information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
Closing Date2 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Project Title: Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
solicitation Number: W912dr25ra009
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small And Other Than Small Business Construction Contractors Interested In Performing Work On The Potential Construction Of The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District 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. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice.
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.
note: There Will Be A Pla Requirement For This Project.
project Description:
the U.s. Army Corps Of Engineers, Baltimore District (nab), Has Been Tasked To Solicit For And Award Construction Services For The Test Maintenance Fabrication Facility, Aberdeen Proving Grounds, Maryland. The Proposed Project Will Be A Competitive, Firm-fixed-price (ffp), Design-bid-build (dbb) Contract Procured In Accordance With Far 15, Contracting By Negotiations, Under A Lowest Price Technically Acceptable (lpta) Process.
the Project Will Consist Of A Design Bid Build (dbb) New Construction Of A 113,800 Square Foot Slab On Grade Test Maintenance Fabrication Facility (tmff) At Aberdeen Proving Ground (apg). The Tmff Includes Secure Areas (no Scif), Tool Crib, Material Storage Area With Overhead Cranes, Administrative Areas, Conference Area, Technical Publication Reference Area, Restroom Facilities, And Employee Break And Locker Rooms. Supporting Facility Elements Include All Pertinent Utilities, Employee Parking Area, Fenced Secure Vehicle Parking Area, Concrete Hardstand, Walks, Curbs And Gutters, Storm Drainage, Storm Water Management, Landscape Plantings, Fencing And Signage As Well As Utilizing Structural Soil Stabilization Practices (i.e. Soil Cement Technologies). Access For Persons With Disabilities Will Be Provided In The Administrative And Common Areas Only. Heat And Air Conditioning Will Be Self-contained Systems. The Project Will Also Include The Identification And Relocation Of An Existing Ductbank Which Traverses The Proposed Site, And The Demolition And Disposal Of An Existing 10,556 Square Foot Building And Associated Above Ground 2,000-gallon Fuel Storage Tank. No Hazmat Concerns Have Been Identified For The Building To Be Demolished. Force Protection Measures Include The Use Of Standoff Distances And Security Fencing. Design And Construction Will Comply With, And Include, Where Feasible, Components For Sustainable Design & Development (sdd), Low Impact Development (lid), Renewable Energy, Net-zero Water, And Leed. The Facility 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.
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: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate.
in Accordance With Dfar 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Between $25m And $100m. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Notice.
responders Should Address All The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code And Uei Number.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3.in Consideration Of Naics Code 236220, With A Small Business Size Standard In Dollars Of $45m, Indicate Your Firm’s Business Classified (size): Large Business, Small Business, Veteran Owned Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4.indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5.provide A Letter From The Surety Regarding The Bonding Capability For A Single Contract Action And Aggregate Both Expressed In Dollars.
6.indicate If Your Company Is Interested In Performing As A Prime Or Subcontract For The Above Project.
7.provide Three (3) Example Projects Similar To The Requirements Described Above Completed Within The Past Seven (7) Years. Include Point Of Contact Information For The Examples Provided As Past Performance On Indicated Projects May Be Verified. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
8.responders Should Have Experience In The Areas Listed Below And Provide Narratives Identifying That Specific Experience:
capability Statements Should Include Information And Details Of A Minimum Of Three (3) Projects With Similar Scope Of Work And Magnitude Of Construction Within The Past Seven (7) Years. One (1) Project Must Be 100% Completed, While The Remaining Two (2) Must Be 75% Completed. These Projects Must Be Of Relevant Scope And Have Either A Minimum Project Size Of 50,000 Building Gross Square Foot (bgsf) Or Demonstrate A Minimum Completion Value Of $50,000,000.00.
successful Experience With Leed Silver Construction And Environmental Low Impact Development.
successful Experience With Building Information Management (bim) Technology.
independent Full-time, Dedicated, Self-performing (prime Contractor) Safety Staff.
us Citizens (should Include Naturalized Citizens/legal Citizen).
total Submittal Shall Be No Longer Than Fifteen (15) Pages In One (1).pdf File Double-sided Pages Will Count As Two (2) Separate Pages.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not A Request For Proposal, Quote Or Bid. It Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 Am Eastern Standard Time (est) 29 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Amber.l.rose@usace.army.mil And Tamara.c.bonomolo@usace.army.mil Referencing The Sources Sought Notice Number W912dr25r13mf
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. If You Have Any Questions Concerning This Opportunity, Please Contact: Amber Rose Via Email; Amber.l.rose@usace.army.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
City Of Silver Tender
Others
Czech Republic
Details: The Subject of the Public Contract is the Completion of the Restoration of the Interior of the Church of St. Peter in Stříbro (in the Previous Stage in 2023, Work Was Completed on the Ceiling and Porch), Now the Restoration of the Plaster with Murals, Stone Elements and Brick Floors Will Begin. The Church Is Located at Plot No. St. 227/1 in the Land Registry Office of Stříbro, Which Is an Immovable Cultural Monument Registered in the Registry Office of the Czech Republic Under the Register Number 37746/4-1928. The Subject of the Public Contract Is Precisely Specified in the Contract for the Work (Annex No. 1 to the Tender Documentation), the Restoration Survey and the Plan for the Restoration of the Stone Elements, Porch, Ceiling and Floor in the Interior of the Church of St. Petra Ve Stříbře, Restoration Survey And Plan For The Restoration Of The Mural Paintings And Plaster In The Interior Of The Church Of St. Peter In Stříbře, Binding Opinion Issued By The City Of Stříbro, Department Of Construction And Spatial Planning On 07.07.2021 And List Of Works, All Prepared By Terrigena Art Sro Company No. 29105293 (Annex No. 2 To The Tender Documentation).
Closing Date4 Feb 2025
Tender AmountRefer Documents
4821-4830 of 4921 archived Tenders