Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: N44255-25-r-1501 Full And Open Indefinite Delivery/indefinite Quantity Contract For Architect-engineer Services For Marine Waterfront Architect-engineereing (wf A-e) Services At Various Locations Within Naval Facilities Engineering Systems Command (navfac) Northwest Area Of Responsibility (aor), Primarily Washington Statedescription: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download.this Procurement Will Result In One Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi-discipline Architect-engineer (a-e) Services Primarily For Marine - Waterfront Projects At Locations In The Navfac Northwest Aor Including The States Of Washington, Oregon, Idaho, Montana, Alaska, North Dakota, South Dakota, Nebraska, Minnesota, Iowa, And Wyoming. These Services Will Be Procured In Accordance With 40 Usc Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Period Of Performance Will Be For A Base Period Of (2) Two Years And One Three (3) Year Option Period For Maximum Duration Of 60 Months. The Total Fee For The Contract Term Shall Not Exceed $249m. The Guaranteed Minimum For The Contract Term (including Option Years) Is $5,000. Firm-fixed Price Task Orders Will Be Negotiated For This Contract. There Will Be No Dollar Limit Per Task Order And No Dollar Limit Per Year.this Proposed Contract Is Being Solicited On A Full And Open Basis. The North American Industrial Classification System (naics) Code Is 541330 ? Engineering Services And The Annual Small Business Size Standard Is $22.5m. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications For The Type Of Professional Services Required And At Fair And Reasonable Prices, In Accordance With The Selection Criteria. The Market Research Study (sources Sought Number: N44255-24-r-1500) Conducted By Navfac Northwest Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Northwest Deputy For Small Business Concurs With This Decision.the A-e Firm Is Expected To Provide An Interdisciplinary Team To Furnish Engineering And Design Services For Marine Waterfront Projects At Various Locations Predominantly Serviced By The Navfac Northwest Office. The Design And Engineering Services Will Require Expertise In Architectural, Mechanical, Electrical, Civil, Structural, Geotechnical, Corrosion Control, Coastal, Naval Architect, Fire Protection, Survey, Cost And Environmental Disciplines As It Pertains To Department Of Defense Waterfront/marine Facilities And Systems. Services May Include New Designs, Evaluations, Inspections And/or Studies For Maintenance, Construction, Equipment Installation, New Construction Repair And Replacement Of Piers, Wharves, Quay Walls, Dry Docks, Fendering Systems, Floating Metal Or Concrete Structures, Wave Attenuation Devices, Dredging, Etc., Including Utilities. The Work May Also Include Field Investigations, Technical Feasibility Assessments, Design Analysis, Structural/seismic Evaluation, Underwater Inspection, Geotechnical Evaluation, Cathodic Protection, Surveying, Cost Estimating, Technical Review Of Contract Documents Prepared By Government Employees, And Construction Support Consultation. At The Governments Discretion Up To 20% Of The Contract Value May Be Awarded For Non-waterfront Specific Designs Or Studies Including But Not Limited To New Construction Or Renovation Of Warehouses, Hangars, Administration Facilities, Barracks, Industrial Facilities, And/or Utilities.the Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.interviews May Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Clarify Information Contained In The Sf330 Submittal. Elaborate Presentations Are Not Desired.selection Criteriafirms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. Failure To Comply With Instructions Or Provide Complete Information May Affect The Firms Evaluation Or Disqualify The Firm From Further Consideration. Criteria 1 And 2 Are Most Important And Equally Weighted. Criteria 3 Through 8 Are In Descending Order Of Importance. Specific Selection Criteria Include:1 - Specialized Experience And Sustainable Design2 - Professional Qualifications3 - Past Performance 4 - Quality Control 5 - Program Management And Capacity6 - Location7 - Commitment To Small Business8 - Volume Of Workcriterion 1 ?specialized Experience And Sustainable Design (sf330, Part I, Section F): Firms Will Be Evaluated On Specialized Experience In Performance Of Services Like Those Anticipated Under This Contract Through Evaluation Of Experience In: 1. design Of Waterfront Structures And Facilities (e.g. Piers, Wharves, Dry Docks).2. design Of Waterfront Utilities (e.g. Electrical, Compressed Air, Oily Waste)3. experience Using Department Of Defense Waterfront Unified Facilities Criteria4. experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach And Designing In Accordance With Recognized Sustainability Rating Systems Such As Green Globe, Leed, Etc.firms May Be Considered More Favorably By Demonstrating The Following: 1. projects Where Offeror Was The Prime Architect-engineer And Design Fees Were Above $4,000,000.submission Requirements: Provide A Maximum Of Five (5) Projects With The Design Complete Within The Past Ten (10) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Are Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.all Projects Provided In The Sf330 Must Be Completed By The Actual Office/branch/regional Office/individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include:1. the Unique Entity Identifier (uei) Number Along With Each Firms Name In The Sf330 Part 1, Section F, Block 25, Firm Name; 2. include A Contract Number Or Project Identification Number In Block 21;3. include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c); 4. in Block 24, Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above;5. for Projects Performed As A Subcontractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Subcontractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration.note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Shall Be Submitted For Each Joint Venture Partner. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. Projects Shall Be Submitted On The Sf-330 At Part I, Section F And Shall Be Completed Projects. Projects Not Complete Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand-alone Contract Awards As Individual Projects That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. All Information For Criterion 1 Should Be Submitted In The Sf330, Part I, Section F Of The Form. The Government Will Not Consider Information Submitted In Addition To Part 1, Section F In Evaluation Of Criterion 1.criterion 2 ? Professional Qualifications And Technical Competence (sf330, Part I, Sections E And G): Firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf330, Part 1, Section G.key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. All Key Personnel Must Be A Licensed Professional In Their Discipline And Have At Least Five (5) Years Of Demonstrated Experience On Waterfront Projects. Specific Disciplines That Shall Be Included In Key Personnel Are:� project Manager� design Quality Control Manager� senior Structural Engineer� senior Civil Engineer� senior Geotechnical Engineersubmission Requirements (sf330, Part I, Section E):provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Work Proposed Under This Contract. Resumes Are Limited To 2 Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Ten (10) Years) Project-specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf330, Part 1, Section G.criterion 3 ? Past Performance (sf330, Part I, Section H):firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contracts With Points Of Contact In Other Criteria. Note: Past Performance Information For Projects Listed Under Criterion 1 May Be Given Greater Weight.submission Requirements: Submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If A Completed Cpars/acass Evaluation Is Not Available, The Past Performance Questionnaire (ppq), Attachment (a), Included In This Notice, Is Provided For The Firm Or Its Team Members To Submit To The Client For Each Project Included Under Criterion 1, Specialized Experience. Do Not Submit A Ppq When A Completed Cpars/acass Is Available. If A Cpars/acass Evaluation Is Not Available, Completed Ppqs Should Be Submitted With Your Sf330. If The Firm Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Firms Should Complete And Submit With Their Responses The First Page Of The Ppq, Attachment (a), Which Provides Contract And Client Information For The Respective Project(s). Firms May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Or Similar Form As Posted With This Synopsis. Firms Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Governments Point Of Contact Via Email To:grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil Firms Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other A/e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. Firms Shall Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1 Specialized Experience And Sustainable Design. Firms Shall Also Address Any Adverse Past Performance Issues. Information Discussing Corrective Actions Or Adverse Past Performance Information Shall Not Exceed Two Double-sided Pages (or Four Single-sided Pages) In Total.awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation.criterion 4 ? Quality Control Program (sf330, Part I, Section H):firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors.submission Requirements: Describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall:1. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. 2. provide A Quality Control Process Chart Showing The Inter-relationship Of The Management And Team Components.3. describe Specific Quality Control Processes And Procedures Proposed For This Contract Including Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, Field Verification Of Record Drawings And Existing Conditions Prior To Design, And Engineering And Design Services. 4. identify The Quality Control Manager And Any Other Key Personnel Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.5. describe How The Firms Quality Control Program Extends To Management Of Subcontractors.criterion 5?program Management And Capacity (sf330, Part I, Section H): Firms Will Be Evaluated On The Firms Ability To Plan For And Manage Work Under The Contract And Demonstrated Capacity To Accomplish The Work In The Required Time. Submission Requirements: 1. provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. 2. describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. 3. describe The Firms Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Criterion 6? Location (sf330, Part I, Section H): Provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members And The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract With Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. Provide A Narrative Describing The Teams Knowledge Of The Primary Geographic Areas In Which Projects May Be Located And The Ability Of The Prime A-e To Respond To Urgent Site Visits Within 24 Hours Of Notification. The Individual(s) Responding Must Possess Authority To Negotiate And Bind The Prime Contractor. Evaluation Of Firms Will Include Consideration Of The Teams Knowledge Of The Primary Geographic Area Of The Anticipated Projects, Primarily The Navfac Northwest Aor.criterion 7?commitment To Small Business (sf330, Part I, Section H): Firms Will Be Evaluated In Terms Of The Extent To Which They Have Identified And Committed To Small Business (sb), Small Disadvantaged Business (sdb), Women-owned Small Business (wosb), Historically Underutilized Business Zone Small Business (hubzone Sb), Veteran-owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), And If Applicable, Historically Black Colleges Or Universities And Minority Institutions (hbcu/mi) In Performance Of This Contract, Whether As A Joint Venture, Teaming Arrangement, Or Subcontractor. The Government Will Evaluate Proposals Based On: (a) Past Performance In Utilization Of Small Business Concerns, And (b) Participation Of Small Business Concerns For This Requirement. In Support Of (a), All Firms Shall Provide Historical Data On Utilization Of Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb And Hbcu/mi. Large Businesses Shall Submit Three Final Or Most Recent Individual Subcontracting Reports (isrs) For Similar Contracts Of Relative Size Which Show Compliance With Utilizing The Various Types Of Small Business Firms Noted Above. If Isrs Are Not Final Or Most Recent They Will Not Be Considered. If Subcontracting Goals Were Not Met, Provide An Explanation. If Individual Subcontracting Reports Were Not Applicable To The Similar Contracts Noted, Large Businesses Shall Submit Other Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For The Contracts. Small Businesses Shall Also Submit Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For Similar Contracts Of Relative Size. In Support Of (b), Large Businesses Shall Submit A Draft Small Business Subcontracting Plan, In Which They Will Be Evaluated On The Extent To Which They Identify And Commit To The Published Small Businesssubcontracting Program. The Secretary Of The Navy Has Assigned The Naval Facilities Engineering Command Goals For Fy2024 In Terms Of Percentages Of Total Planned Subcontracting Dollars For Utilization Of Small Businesses. Demonstrate The Plan To Meet These Goals:program fy24 Subcontracting Targetssmall Business (sb) 40%hubzone Small Business (hubzone Sb) 3%small Disadvantaged Business (sdb) 5%service-disabled Veteran-owned Small Business (sdvosb) 5%woman Owned Small Business (wosb) 5%veteran-owned Small Business (vosb) 5%if A Large Business Firm Is Selected For Award, A Small Business Subcontracting Plan, In Accordance With Far 19.7 And Dfar 219.7, Will Be Required And Incorporated Into The Contract Award. A Draft Small Business Subcontracting Plan Is Not Required From Small Businesses; However, Small Businesses Shall Submit Similar Information On The Extent To Which They Identify And Commit To Subcontracting To Large Business (lb), Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb, And Hbcu/mi If Applicable In The Performance Of This Contract.the Small Business Size Standard Classification Is Naics 541330, Engineering Services, Size Standard $22.5m.the Attached Small Business Subcontracting Plan Template (attachment (b)) Shall Be Used By Large Businesses To Complete The Draft Subcontracting Plan. Firms Shall Submit Their Draft Small Business Subcontracting Plans Utilizing This Template, And Only This Template.criterion 8 ? Volume Of Work (sf330, Part 1, Section H) Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602-1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A-e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A-e Contracts.submission Requirements: Firms Do Not Submit Data For This Factor.sf330 Submission Requirements:architect-engineer Firms Desiring To Be Considered For This Contract Must Submit A Completed Sf-330 Package. The Sf-330 Shall Be Typed, One-sided, At Least 11-point Times New Roman Or Larger. Part I Shall Not Exceed 75 Single-sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Isrs, Certificates, Ppqs, Licenses, Or The Draft Subcontracting Plan, As Required By The Small Business Subcontracting Criterion, Nor Does The Page Limit Include Cover Sheets, Dividers, Or Other Requested Documentation (e.g., Joint Venture Agreement, Proof Of Ae Firm Registration) Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. The Organizational Chart May Be One Page Single Sided 11 By 17 Foldout, Using 11-point Font Or Larger (font Limitations Do Not Apply To Graphics, Captions Or Tables). Please Include Your Unique Entity Identifier, Cage And Tin Numbers In Block 30 Of The Sf-330.in Accordance With The Far 36.601-4(b), Contracts For Architect-engineer Services May Only Be Awarded To Firms Permitted By Law To Practice The Professions Of Architecture Or Engineering. Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires Ae Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require Ae Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction. Failure To Submit The Required Proof Could Result In A Firms Elimination From Consideration.firms Who Are Offering As A Joint Venture Shall Include With Their Sf330 Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firms Elimination From Further Evaluation.interested Parties Must Be Registered In System Of Award Management (sam) At Time Of Offer Submission And Must Remain Valid Through Award. If Sam Registration Lapses During The Solicitation And Evaluation Period, The Offer Will No Longer Be Eligible For Award. For Instructions On Registering In Sam, The Sam Website At Https://www.sam.gov. *offer Submission Is Defined As The Selected Firms Submission Of Rates. If Sam Registration Is Not Complete By The Time The Government Requests Submission Rates, The Government May Proceed To The Next Slated Firm To Negotiate And Award A Contract.vets 4212 Federal Contract Reporting. The Selected Firm Must Be Current With Dol Vets 4212 Reporting Requirements If Current Awards Are $150,000 And Above. For Vets 4212 Requirements See Https://www.dol.gov/agencies/vets/programs/vets4212.the Selected Firm Must Be Determined To Be Responsible In Accordance With Far Part 9.104-1 And May Be Requested To Provide Additional Documentation In Support Of An Affirmative Determination Of Responsibility.architect-engineer Firms That Meet The Requirements Described In This Announcement Are Invited To Submit An Electronic Sf-330 To Naval Facilities Engineering Command Nw. This Is Not A Request For Proposal.if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number).hand-carried Or Mailed Sf-330s Will Not Be Accepted. Electronic Submissions Can Be No Larger Than 1.9 Gb Per File. Offerors Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Enclosure 1. Emailed Submissions Will Not Be Accepted.submission Of Sf330s Will Be Via Solicitation Module Available Within Procurement Integrated Enterprise Environment (piee) At Https://wawf.eb.mil/piee-landing/. Instructions For Obtaining Access To And Using The Solicitation Module Will Be Provided In The A-e Synopsis.inquiries Concerning This Procurement Should Include Solicitation Number And Title And Be Forwarded Via Email: Grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil Submission Deadline Statements Of Qualifications Are Due No Later Than: 12:00 P.m. Pacific Standard Time (pst) On Monday, January 27, 2025.late Responses Will Be Handled In Accordance With Far 52.215-1 Instructions To Offerors-competitive Acquisition.this Is Not A Request For Proposal.

Stadt Frankfurt Oder , Bereich Des Oberb Rgermeisters, Rechtsamt, Zentrale Vergabestelle Tender

Other Consultancy Services...+1Consultancy Services
Germany
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Creation of a concept for the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) As part of the Care Pact and the Local Care Funding Program of the State of Brandenburg, a report on the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) is to be prepared by June 30, 2025. The basis is a well-founded assessment of the current situation and future trends to be expected in the city of Frankfurt (or) with regard to the housing situation of people in need of care and senior citizens. It should be noted that extensive data is already available in the form of the population forecast, a senior citizen survey, care structure planning and the plan for senior citizens. Particular attention should be paid to - the housing wishes of senior citizens, - generational change, - the different developments in the districts and the city center, - information on age-appropriate housing stock and - the affordability of housing. Building on this, goals and strategies for age-appropriate housing provision in Frankfurt (Oder) are to be developed.

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Housekeeping Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0003 (01/01/2025): Solicitation Q&asee Attachment "solicitation Q&a" For All Responses To Inquiries Submitted By The Due Date/time.end Of Amendment 0003.amendment 0002 (12/19/2024): Solicitation Extendedthe Solicitation Due Date And Time Is Hereby Extended To Friday, January 17, 2024 At 12:00pm Mst/mdt Due To Limited Availability For Site Visits During The End Of The Calendar Year.end Of Amendment 0002amendment 0001 (12/19/2024): Incumbent Informationthe Incumbent Contract Was Awarded To Superior Janitorial Group Llc For An Aggregate Of $70,620.00.end Of Amendment 0001combined Synopsis/solicitationnon-personal Janitorial Services For National Weather Service (nws), Weather Forecast Office (wfo) Located In Tallahassee, Fl(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0035.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 (nov 2024).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561720. The Small Business Size Standard Is $22.0 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/29/2028.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________aggregate Total For All Years: ________________________(vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4569, Revision No. 24, Dated 07/22/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 03/01/2025 Through 02/28/2026.option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027.option Period 2 For A Twelve Month Period 03/01/2027 Through 02/29/2028. Option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. Option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. Place Of Performance Is 1017 Academic Way, Tallahassee, Fl 32306.(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (nov 2024), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Friday, January 3, 2025. All Quotes Must Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Stephanie.mas@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Friday, December 27, 2024. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Jennifer Nichols At 850-942-8833 Ext. 222 Or Jennifer.nichols@noaa.gov To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Stephanie.mas@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Stephanie.mas@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. technical Approach And Capability2. past Performance, Including Submission Of Completed Past Performance Questionnaires3. pricethe Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). The Evaluation Will Consider The Non-price Technical Solution (technical Approach And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factor, Price Becomes More Important And May Become The Determining Factor For Award. If, At Any Stage Of The Evaluation, All Vendors Are Determined To Have Submitted Equal, Or Virtually Equal, Non-price Technical Solutions, Price Could Become The Factor In Determining Which Vendor Will Receive The Award.the Government Intends To Evaluate The Quotes And Award A Purchase Order Based On The Offeror’s Initial Quote; Therefore, The Offeror’s Initial Quote Should Contain The Offeror’s Best Terms From A Non-price Technical Solution And Price Standpoint. The Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. Furthermore, The Government May Waive Informalities And Minor Irregularities Or Omissions In Quotes Received.the Government May Make Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following: 1. technical Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. Provide A Detailed Description Of The Company’s Experience Performing Similar Services. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To Those References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Stephanie.mas@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. Offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.3. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.the Government Intends To Award A Trade-off, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)

EllisDon Construction Services Inc Tender

Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project.    Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number:  71947 Title:  Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu),  including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division             Scope Of Work 01 45 00                                 Surveying 01 45 00                                 Material Testing 01 45 00                                  Third Party Inspection (roof, Structural, Geotechnical) 01 52 00                                  Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19                                  Tower Cranes 01 54 23                                  Scaffolding 02 41 19                                  Selective Demolition 03 11 00                                  Concrete Formwork 03 15 00                                  Concrete Accessories 03 20 00                                  Reinforcing Steel 03 30 00                                  Concrete Supply 03 35 00                                  Concrete Placing & Finishing 03 45 00                                  Precast Specialties 04 00 00                                  Masonry 05 10 00                                  Structural Steel 05 30 00                                  Metal Decking 05 50 00                                  Miscellaneous Steel 05 70 00                                  Ornamental (specialized) Metals 06 20 00                                  Millwork / Architectural Woodwork 07 10 00                                  Damp Proofing & Waterproofing 07 40 00                                  Metal Roofing, Cladding & Siding 07 50 00                                  Membrane Roofing 07 80 00                                  Firestopping & Fireproofing 07 90 00                                  Caulking 08 10 00                                  Openings – Doors, Frames & Hardware 08 33 00                                  Coiling Doors & Grilles 08 34 16                                  Hanger Doors 08 35 00                                  Folding Doors & Grilles 08 36 00                                  Overhead Doors 08 40 00                                  Aluminum Entrances, Storefronts & Curtain Wall 08 80 00                                  Glazing 08 87 00                                  Window Film 09 21 16                                  Gypsum Board Assemblies 09 51 14                                  Acoustic Panels 09 60 00                                  Flooring 09 66 00                                  Tiling 09 67 00                                  Fluid Applied Flooring 09 69 00                                  Access Flooring 09 90 00                                  Painting 10 11 00                                  Visual Display Boards 10 14 00                                  Signage 10 22 19                                  Demountable Partitions 10 26 00                                  Wall, Corner, Door Protection 10 28 00                                  Bathroom Accessories & Toilet Partitions 10 51 00                                  Lockers 10 75 00                                  Flagpoles 11 30 00                                  Appliances 11 61 00                                  Theater And Stage Equipment 11 66 00                                  Athletic Equipment 11 81 29                                  Fall Arrest Systems 11 98 00                                  Detention Equipment 12 00 00                                  Furnishings 12 20 00                                  Window Coverings 14 20 00                                  Elevator & Lifts 21 00 00                                  Fire Suppression 22 00 00                                  Mechanical – Plumbing 23 00 00                                  Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00                                  Integrated Automation 26 00 00                                  Electrical 28 10 00                                  Access Control            31 00 00                                  Earthworks 31 60 00                                  Piling 32 10 00                                  Paving 32 16 00                                  Sidewalk Curb & Gutter 32 31 00                                  Fencing 32 90 00                                  Landscaping 33 00 00                                  Utilities & Underground 34 73 00                                  Airfield Construction - Apron 41 22 00                                  Overhead Cranes 48 16 00                                  Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc)   * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.

Kunin village Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Czech Republic
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: The subject of the public contract is the demolition of a residential building in the village of Kunín, No. 20. The building is located near a road (I-class road). It is a building from the 1950s. The built-up area of the building is 447.50 m2. A partially basement building with two above-ground floors and a residential attic. The foundations are made of brick, made of stone of various thicknesses. The load-bearing masonry is mainly made of solid burnt and unburnt bricks. The non-load-bearing masonry - partitions are also made of Cpp. The ceilings are made of wooden beams. The roof structure in the central part of the building is hipped, the peripheral extensions are covered with a hipped roof. The roof covering is ceramic (main part) and a combination of PVC/trapezoidal sheet metal (extensions). Demolition work will be carried out by gradual mechanical dismantling of the supporting horizontal and vertical structures from the roof of the building towards the foundation structures. The use of explosives is not considered during demolition work. Demolition work in the vicinity of the Class I road will be carried out with maximum caution so as not to disturb it in any way. Asbestos was not detected during the construction survey carried out by the designer. All processing of rubble and waste will be ensured by the contractor, as well as the disposal of residual materials. Upon handover of the work, the contractor will submit documents on the method of waste disposal. Demolition work will be carried out on the investor's land. Neighboring land will not be used for demolition. The exception is Parcel No. 121, on which part of the building is also located. According to the Kn, this parcel has over 30 owners and the parcel as such serves as a local road for the given street. The work will be carried out according to the project documentation "Demolition Survey of the Apartment Building - Kunín No. 20" and the list of works prepared by: Lukáš Pavlínek, No. 615, 75623 Jablůnka, Ičo: 171 13 512 in June 2024 and the consent to the removal of the building Ref. No. 878/2024/ba dated 16.05.2024, issued by the Building Office, the Office of the Municipality of Suchdol Nad Odrou. A detailed specification of the subject of the public contract, as well as the commercial and payment terms, is contained in the annexes to this tender documentation.

PUBLIC BUILDINGS SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: 47pb0024r0049amendment 007 amendment 7 Will Attach Three Documents. Attachment 127 Is The Updated Rfi Spreadsheet. Look Specifically At The Last Tab Dated 12/17/2024 For Responses To Various Offeror's Questions.attachment 128 Will Replace Attachment 26 A.0 Sow Cmc Houlton Lpoe Final 2024 08 02 And Is Titled As "128. A.0 Sow Cmc Houlton Lpoe Final Revised 2024 12 17." Note That The Cover Page Incorrectly Still Shows The Previous Date Of August 2, 2024. Attachment 129 Will Replace Attachment 77. Exhibit D 2325-gsa-houlton Me Lpoe_design Options By Specifically Updating Page 2 And Page 3 In Item 77. It Will Be Added As Attachment 129. Exhibit D 2325-gsa-houlton Me Lpoe_design Options. As A Reminder, Amendment 6 Stated Which Attachments Were Deleted (78 Through 94) As Those Are The Updated Files That May Have Been Duplicated. We Are Not Be Reloading Any Of Those Files That Replaced The Deleted Files. 47pb0024r0049amendment 006 the Contracting Officer Has Approved An Extension To January 16, 2025, 2:00 Pm Est For Receipt Of Proposals. The Following Changes Have Been Made: Attachments 78 Through 94 Have Been Deleted In Their Entirety And Replaced With Updated Attachments From The Final Concept Development Documents. The Following Attachments Were Updated And Numbered 99 Through 102; 104 Through 108a; 110 Through 123; And 125 Through 129.specifically, Attachment 126. Houlton Lpoe Cmc Rfi Tracker Sheet Is Updated Through December 6, 2024 Only As Shown Under The Last Tab Of That Document.access To These Documents Will Be Contained Through The Google Drive: Houlton Cmc Secure Documents That May Have Been Granted To Offerors If Already Requested. If You Have Not Completed A Form B And Cbp Nda Form, Please Do So Access Can Be Provided To These Documents. if You Have Any Problems With Access, Please Contact Paul Murphy At Paul.murphy@gsa.gov. 47pb0024r0049amendment 005 the Contracting Officer Has Approved An Extension To December 12, 2024, 2:00 Pm Est For Receipt Of Proposals.additionally, Attachment 99. Houlton Lpoe Cmc Rfi Tracker Sheet 2024 11 22 Is Provided As The Government Response To Additional Comments/question By An Offeror And Hereby Shared With All Offeror's. 47pb0024r0049amendment 004 the Contracting Officer Has Approved An Extension To December 5, 2024, 2:00 Pm Est For Receipt Of Proposals. 47pb0024r0049amendment 003 added Attachments 33. A.7 Gsa P-100 2021 With 2022 Addendum Final (326), 35. D.4 P100 Submittal Matrix V10 cmc 2021, 58. Gsa Program Development Study 100% Pds Report 2021 02 08 (559), And 69. Roof Moisture Analysis Report houlton 2020 06 23 (22) Did Not Get Posted On 10/04/2024. They Are Added Under Amendment 0003. additionally, Attachment 98. Rfi Site Visit Tracker Is Provided As The Government Response To Rfi By Offerors. 47pb0024r0049amendment 002 added Attachment 72 Final Houlton Pre-proposal Meeting Presentation 2024 10 10. A Courtesy Copy Was Sent Via Email To People That Were On The Invitation List Even If They Did Not Attend The Individual Meetings. It It Attached Here So All Contractors, Whether They Requested Attendance Or Not, Will Know Of The Discussions. added Clarifying Price Proposal Language Below: under Volume Ii - Price Proposal - Part 3 - Price Proposal "other Than Certified Cost And Pricing Data" Documentation. Uniformate Ii Classification Framework. under Volume Ii - Price Proposal (1) Contents · Price Proposal On Sf-1442 (signed) â Solicitation, Offor, And Award. The Price Proposal Shall Consist Of The Sf-1442 And The Agreement. Indicate The Total Contract Price From The Completed Contract Price Form In Block 17 Of The Sf 1442, Which Must Be Fully Executed By The Offeror. · A Completed Contract Price Form Included As Part Of The Sf-1442 And In Section Ii Of The Agreement. · Other Than Certified Cost And Pricing Dataâ Documentation. Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). note: The Price Proposal Must Be Separately Bound From The Phase Ii Technical Proposal. iv.l. Requiring Certified Cost Or Pricing Data [15.403-4] iv.l.a. Far 52.215-20 Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021), Alternate Iv (oct 2010) (a) Submission Of Certified Cost Or Pricing Data Is Not Required. (b) Provide Data Described Below: Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). added Attachment 75 Presolicitation In Sam 2024 08 27. added Attachment 76 Pre-proposal Site Visit Attendance Sheet 2024 10 17 added Attachments 77 - 94 Provide Additional Design Information As Requested. 77 Exhibit D_2325-gsa-houlton Me Lpoe_design Options; 78 Exhibit D.1_lpoe Houlton Concept Development Design Package; 79 Exhibit E_ Lpoe Houlton Concept Development Calculation Package; 80 Exhibit E.1_mpbroof Structure; 81 Exhibit F_mep Basis Of Design Narrative; 82 Exhibit G_mep Concept Development Design Alternates; 83 Exhibit G.1 Mepfp Equipment; 84 Exhibit H_houlton Lpoe_facade Options & Ira Lec Materials_concept Development Memo; 85 Exhibit J Houlton Leed Nc Scorecard; 86 Exhibit J.1_gsa Sustainable Buildings_checklist; 87 Exhibit J.2_conceptdevelopmentenergyanalysisnarrative; 88 Exhibit U_(cui) Houlton Me Dbt_msr_fsl; 89 Exhibit V_houlton Lpoe Pre-renovation Rbm Survey Report 2024-06-25; 90 exhibit X_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 91 Exhibit Y_flood Level Diagram From 2024-07-02_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 92 Exhibit Z_(cui) Passwords; 93 Exhibit Aa_national Operational Excellence Checklists_concept Development; And 94 Exhibit Bb_houlton Me Lpope_concept Development Specifications Table Of Contents. several Required A Completed Form B Under Attachment 5 And A Completed Cbp Nda Authorization Letter Signed For Access. If You Have Alreadysubmitted These To The Contracting Officer Prior To October 24, 2024, Just Email Again For Access. note: The Facade - Precast Panels And Terracotta Rainscreen - Colors Will Be Selected In The Next Phase By The Architecture Engineering (ae) Design Firm Marvel Architectures. Additionally, Hvac - Vrf, The A/e Will Select The Vendor That Meets Most Of The Gsa Requirements (hvac And Controls). added Attachment 95 Ira Program Construction Solicitation Desk Guide - Dated October 1, 2024. This Is A Revision of Any Previous Construction Solicitation Desk Guide That Provides Guidance For Ira-funded Construction Projects that Contain Low Embodied Carbon (lec) Materials, Including Pre-solicitation, Solicitation, And Agreement Guidance, evaluation Factor Requirements, Review And Approval Requirements, And Post-award Requirements. It Also Includes standard Scope Of Work Language For Actions Related To The Construction Project (design Services, Cma, And Cxp services) For Lec Materials, High Performance Green Buildings, And Emerging And Sustainable Technology Projects. added Attachment 96 Houlton Lpoe Cmc Rfi Tracker Sheet 2024 10 23 - Conference Rfis Containing Questions asked By Offeror's And Official Government Responses For The Pre-proposal Conference Only. added Attachment 97 Solicitation Document L - Uniformat Ii - Level 3 Detail Reference Guide Reference Above In pricing Information Area. 47pb0024r0049amendment 001 the Following Changes Were Made Effective On 10/08/2024: a. Replaced 5. Form B - Request For Construction Documents 2024 10 04 With 5. Form B - Request For Construction Documents 2024 10 08 And Unlocked It. b. Replaced6. Cbp Non-disclosure Agreement Form 2024 10 04 With6. Cbp Non-disclosure Agreement Form 2024 10 08 And Unlocked It. c. Replaced 7. Pre-proposal Conference R1 2024 10 04 With 7. Pre-proposal Conference R1 2024 10 08 Which Provides The Following Clarification: 1. Thepre-proposal Conferencewill Be Held Virtually Onoctober 10, 2024 At 10:00 Am. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 18, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About October 25, 2024. d. Replaced 8. Pre-proposal Site Visit R1 2024 10 04 With Attachment - 8. Pre-proposal Site Visit R1 2024 10 08 Which Provides The Following Clarification: 1. The Site Visitwill Be Held Onoctober 17, 2024 At 1:00 Pm. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 25, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About November 1, 2024. e. Added New Attachment - 73. Contract Price Form Spreadsheet 2024 08 28. f. Added New Attachment - 74. Cost Accounting Standards Board Disclosure Statement Casb Ds-1 Omb Form Number 0348-0051 a. The Corrected Proposal Due Date Is Thursday, November 21, 2024. this Is A Construction Manager As Constructor (cmc) / Construction Manager As Risk (cmar) Services For U.s. Customs And Border Protection (cbp) Land Port Of Entry (lpoe) At Houlton, Maine. The Cmc/cmar Services Is For The Facilities Repair And Alterations Project And Includes Requirements For Design Phase Services And Construction Phase Services. design Phase Services Will Be Awarded On A Firm-fixed Price Basis. Construction Phase Services Will Be Awarded With A Guaranteed Maximum Price (gmp). This Project Is Part Of The Bipartisan Infrastructure Law (bil) And Is Also Targeted For Inflation Reduction Act (ira) Funding. this Solicitation Sets Forth Requirements For Proposals For A Contract To Construct The Project Described In The Solicitation Documents. Proposals Conforming To The Solicitation Requirements Will Be Evaluated In Accordance With The Method Of Award Set Forth Herein. the Government Will Award The Contract To The Selected Offeror, Subject To The Conditions Set Forth Herein. the Offeror's Proposal Submitted In Response To This Solicitation Shall Constitute A Firm Offer. No Contract Shall Be Formed Unless And Until The Contracting Officer Has Countersigned The Sf 1442 Submitted By An Offeror And Delivered Back To The Contractor, A Copy Of The Sf 1442 With Original Signatures Together With The Agreement Reflecting The Offeror's Proposed Prices. offers Providing Less Than One Hundred And Twenty (120) Calendar Days For Government Acceptance After The Date Offers Are Due Will Not Be Considered And Will Be Rejected. the Magnitude Of Construction Is Estimated Within The Range Of $22,000,000 And $32,000,000. Offeror's Are Cautioned That Price Proposals Exceeding This Range May Be Determined Ineligible For Award Based On Budgetary Limitations. This Range Does Include Potential Inflation Reduction Act (ira Funding). price Proposal Exceeding This Range May Be Eligible To Have Their Technical And Price Proposal Evaluated Unless The Contracting Officerdetermines That The Number Of Proposals That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted. The Contracting Officer May Limit The Number Of Proposals In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Proposals. technical And Price Proposals Must Be Clearly Labeled And Must Be Sent As Separate Attachments So They Can Be Evaluated Separately. Failure To Do So Will Determine The Offeror's Submission As Non-responsive And Will Be Eliminated. The Contracting Officer And/or Contracts Specialist Will Not Be Responsible To Separate Any Technical Document That Contains Pricing Information. this Solicitation Is Not Set Aside For Small Business, However, Both Small And Large Businesses Are Encouraged To Participate. Offeror's Must Ensure That Sam.gov Shows That The Offeror Has North American Industry Classification System (naics) Code 236220 (commercial And Institutional Building Construction) And Meets The Small Business Size Standard Is $39.5 Million Average Annual Receipts. It Is The Responsibility Of The Offeror To Ensure This Information Is Updated At The Time Of Submission Of Their Proposal. see The "a. Presolicitation In Sam 2024 08 27" For Additional Details. Changes To The Presolicitation Include:the Solicitation Posting Date Has Changed From September 26, 2024 To October 3, 2024.the Proposal Submission Date Has Changed From November 26, 2024, 2:00 Pm Est To November 11, 2024, 2:00 Pm Est. for Access To Public Building Services (pbs) General Services Administration (gsa) Documents, See "b. Form B - Request For Construction Documents 2024 08 07" That Must Be Completed In Its Entirety And Signed.failure To Complete This Document In A Timely Manner Does Not Warrant Any Request For An Extension To The Proposal Due Date. The Document Must Be Sent To Paul.murphy@gsa.govbefore Access To These Pbs/gsa Documents Are Provided. additionally, The Department Of Homeland Security, U.s. Customs And Border Protection, Facilities Management And Engineering Field Operations, Facilities Program Management Office, Non-disclosure Agreement. See "6. Cbp Non-disclosure Agreement Form 2024 10 04" That Must Be Completed In Its Entirety And Signed. This Document Must Be Sent To Lawrence.a.comiskey@cbp.dhs.gov And A Copy Sent To Paul.murphy@gsa.gov Before Access To Cbp Documents Are Provided. a Pre-proposal Conference Is Scheduled For Thursday, October 10, 2024, At 10:00 Pm Est. A Letter Is Attached To This Solicitation "7. Pre-proposal Conference 2024 10 04". a Pre-proposal Site Visit Is Scheduled Forthursday, October 17, 2024, At 01:00 Pm Est.a Letter Is Attached To This Solicitation "8. Pre-proposal Site Visit 2024 10 04". there Are 71 Attachments To This Solicitation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project 526-23-107 Replace Domestic Water Distribution System Phase 2 (a/e) At The James J. Peters Vamc, Bronx, New York. This Project Seeks The Expertise Of An Architectural Engineering Firm To Design A State-of-the-art Hot Water Heater System, Design For Construction To Install New Sections Of Water Main Pipes And Conduct A Comprehensive Survey Of The Existing Water Main System At The James J. Peters Va Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468. this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 And Small Business Size Standard Of $25.5m. Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. This Is A 100% Service-disabled Veteran Owned Small Business Set Aside. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before April 15, 2025. Potential Contractors Must Be Registered In Sam (www.sam.gov ) And Are Visible/verified/certified As Sdvosb In Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. in Order To Assure Compliance With Vaar Clauses, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (nov 2022) And 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022), All Firms Submitting A Sf 330 For This Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation. all A/e Firms Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Production And Delivery Of Designs, Plans, Drawings And Specifications Shall Not Exceed Six (6) Percent Of The Estimate Cost Of Construction. Other A-e Fees Are Not Included In The Six (6) Percent. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. scope Of Service Required 526-23-107. See The Attached Statement Of Work. x. Location bronx Va Medical Center. cost Range estimated Construction Cost Range: Between $5,000,000.00 And $10,000,000.00. type Of Contract Contemplated the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract. design Completion Period: The Department Of Veterans Affairs Requires Design And Contract Support Services. The A/e Shall Deliver 100% Bid Documents In Accordance With The Ae Design Schedule From The Issuance Of The Notice To Proceed (ntp). selection Criteria Descriptions the Selection Criteria Descriptions Are Provided Below. professional Qualifications Necessary For Satisfactory Performance Of Required Services. provide Brief Resumes Of Proposed Team Members Who Will Specifically Serve As The Project Managers And Designers Of Record Proposed For This Project Only. Include Specific Experience And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm). The Designers Of Record Shall Perform And Direct The Design Within Their Respective Discipline And Shall Sign And Seal The Drawings. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. specialized Experience And Technical Competence specialized Experience And Technical Competence Required For This Specific Project, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. capacity this Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time. the General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office. indicate The Firms Present Workload And The Availability of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; describe Experience In Successfully Delivering Projects Per performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates past Performance: Visn2 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm. recent Is Defined As Performance Occurring Within Five (5) Years Of The Date Of This Sources Sought, Except Those Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought. relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope Within A Va Hospital Setting In Relation To The Type Of Projects Anticipated Under The Resultant Contracts. respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation. location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project to Be Rated Acceptable For This Evaluation Factor, The A/e Firm Must Be Within 450 Miles From The Prime Contractor S Main Office Or Official Satellite Office To The James J. Peters Va Medical Center, Bronx, Ny 10468 this Distance Is Determined According To Http://maps.google.com/ this Factor Evaluates The Distance The Ae Firm's Design Office Or Official Satellite Office(s) From The Location Of Work (va Medical Center). Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed In Iv. Above. the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations 852.219-73 Va Notice To Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar802.101, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran; (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document; (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: _x_by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). submission Requirements: unless Paper Offers Are Specifically Authorized In An Individual Solicitation, All Responses To Solicitations Must Be Submitted Electronically As Described Below.â  Responses Submitted In A Paper Form Are Unacceptable. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award Due To Noncompliance With The Submission Requirements. email Submission Requirements Interested Firms Having The Capabilities To Perform This Work Must Submit: One (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) To Akkil.kurian@va.gov And Patricia.cordero@va.gov No Later Than 10:00am, Eastern Standard Time (est) On January 31, 2025. Submittals Received After The Date And Time Identified Will Not Be Considered. The Submittal Will Be Date And Time Stamped By The Microsoft Email System And Will Be The Official Record Of Receipt For The Submission. All Sf 330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Solicitation Number And Project Number And Title (abbreviated And Shortened Is Okay). Submission Is To Be No More Than A Total Of Fifty (50) Pages; Size Of Emails Is Not To Exceed 10 Megabytes (mb). If More Than One Email Is Sent, Please Number Emails In Subject Line As 1 Of 2, 2 Of 2 Etc. all Sf 330 Submissions Must Include The Following Information Either On The Sf 330 Or By Accompanying Document: cover Page With Solicitation Number, Project Number And Title table Of Contents copy Of Valid State Registration For Each Lead Designer copy Of Current Https://veterans.certify.sba.gov/ Sdvosb/vosb Certification duns Number cage Code tax Id Number email Address And Phone Number (including The Area Code) Of The Primary Point Of Contact.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n792.06|s8x|215-697-0275|patrick.j.horan23.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;aluminum; . manufacturing This Item Requires Two Individual Piece Be Made. One Being The outer Shell Or The Container That Houses The T-56 Qeca. The Second Being The inner Frame Adapter Assembly (ifaa). They Are A Set Item Under This Tdp. 1.3 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer On Page One; Or Code N241.10 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;706e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=std-225 |05259| | |c| | | | drawing Data=std-228 |05259| | |c| | | | drawing Data=std-295 |05259| | |c| | | | drawing Data=std-360 |05259| | |c| | | | drawing Data=13c099 |05259| | |c| | | | drawing Data=13c102 |05259| | |c| | | | drawing Data=15930 |80132| | |d| | | | drawing Data=17e070 |05259| | |c| | | | drawing Data=706b009 |05259| | |c| | | | drawing Data=706d010 |05259| | |c| | | | drawing Data=706d012 |05259| | |c| | | | drawing Data=706d013 |05259| | |c| | | | drawing Data=706d014 |05259| | |c| | | | drawing Data=706d020 |05259| | |c| | | | drawing Data=706e001 |05259| | |c| | | | drawing Data=706e002 |05259| | |c| | | | drawing Data=706e003 |05259| | |c| | | | drawing Data=706e004 |05259| | |c| | | | drawing Data=706e005 |05259| | |c| | | | drawing Data=706e006 |05259| | |c| | | | drawing Data=706e007 |05259| | |c| | | | drawing Data=706e008 |05259| | |c| | | | drawing Data=706e011 |05259| | |c| | | | drawing Data=706e015 |05259| | |c| | | | drawing Data=706e016 |05259| | |c| | | | drawing Data=706e017 |05259| | |c| | | | drawing Data=706e018 |05259| | |c| | | | drawing Data=706e019 |05259| | |c| | | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. 3.3 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.4 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other; Is An Approved Alternate Mount. acceptance Criteria For Aluminum Fabrication //all Welds Shall Be Visually Inspected. Visual Inspection Shall Include 5 Power Magnifications When Suspect Condition Is To Be Examined Beyond The Capability Of Normal Vision. A Weld Shall Be Acceptable By Visual inspection If It Shows The Following:(1) The Weld Shall Have No Cracks (2) Through Fusion Shall Exist Between Adjacent Layers Of Weld Metal, And Between Weld Metal And Base Metal. (3) Weld Profiles Shall Be In Conformance With Aws D1.2 D1.2m:2003. (4) porosity Is Not Permitted. Critical And Major Welds On The Ifaa Shall Be Subjected To Further Non-destructive Testing Using Dye Penetrant Inspection To Determine The Presence Of Surface Cracks. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirement Section Of the Contract. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17 (0771.17); Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. contact Code N241.17 Or N241.10 To Arrange For First Article Test Facility Location. when A First Article Is Required The Contractor Shall Submit A Copy Of The Drawings, Contracts And Approved Eco's, Deviations, Waivers And Modifications In The Records Receptacle Of The First Article Container. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. all Welds On The Ifaa Will Be Visually Inspected In Accordance With Aws B1.11:2000 And Then Dye Penetrant Inspected In Accordance With Aws B1.10:1999. The Weld Inspection Criteria Is Listed In The Requirments Section Note. Additional Acceptance Criteria Is Also in Mil-w-22248 Or Awsd1.2:2003 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 706e001-1 And Sub-drawings Isapplicable.; 4.2.2 Requirements Of: ;to Drawing (05259) 706e001-1 And Sub-drawings Is Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies, Use Actual Item; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;706e001-1; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;20,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;706e001-1; ; , Revision ;latest; ; Within ;160; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 678 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;120; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Niin And Tdp Are Setup For The Procurement Of Both, An Inner-frame And Anouter-shell Container For The T56 Qeca Engine. I. Stanke, 0771.13, X2458, 03/25/05. this Buy Has The Updated Drawings For The Extrusion Which Are No Longer Source Controlled. additionally, On Drawing Number 706e005 The Roller Assembly, (part Number 17c069-1) Listed As Item Number 26, Has An Alternate Source Of Supply. This Alternate Source Of Supply Is Hilman Inc., Cage (28013), And The Part Number Is From Drawing Number 5-ot-03119, rev. "9". I. Stanke, 0771.13, X2458, 09/27/05.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: (1) Action Code: Sources Sought this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, But A Survey To Locate Potential Sources. This Sources Sought Does Not Constitute An Invitation For Bids, Request For Proposals, Or A Request For Quotations, And Is Not To Be Construed As A Commitment By The Government To Issue An Order Or Otherwise Pay For The Information Solicited, Nor Is It A Guarantee Of A Forthcoming Solicitation Or Contract. It Is For Market Research Purposes Only. Respondents Will Not Be Notified Of The Results Of The Evaluation. the Purpose Of This Sources Sought Notice Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), Women-owned Small Business (wosb), And Economically Disadvantaged Women-owned Small Business (edwosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Sdvosb, Wosb, & Edwosb Businesses Are Highly Encouraged To Participate. (2) Date: 13 January 2025 (3) Classification Code: F0 (4) Naics Code: 813312 (5) Naics Size Standard: $19.5m (6) Contracting Office Address: 2800 Powder Mill Road bldg. 601 adelphi, Maryland 20783 (7) Subject: Sources Sought For Canada Goose Management To Include Nest Management (8) Proposed Solicitation Number: W911qx25q0034 (9) Sources Sought Closing Response Date: 20 January 2025 (10) Contact Point: Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil (11) a. Objective: to Find Sources That Are Qualified To Meet The Supplies/services As Listed In Section 11b. Note That The Specific Requirements In Section C Are Subject To Change Prior To The Release Of Any Solicitation. b. Canada Goose Management - Usag Aberdeen Proving Ground Adelphi Laboratory Center performance Work Statement (pws) 1.0 Introduction. The Purpose Of This Effort Is To Provide Canada Goose Management At Alc. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Canada Goose Management As Defined In This Performance Work Statement (pws), Section 5, Except For Those Items Specified As Government Furnished Property And Services. The Contractor Shall Perform To The Standards In This Contract. 1.1 Background. Alc Is Home To Anywhere From Five (5) To Ten (10) Pairs Of Canada Geese That Return Each Year To Nest On Alc’s Installation. Each Year, The Directorate Of Public Works (dpw) Environmental Division Obtains A U.s. Fish And Wildlife Service (usfws) Resident Canada Goose Nest And Egg Depredation Permit. This Permit Allows Dpw To Oil Goose Eggs To Prevent The Population From Increasing. This Strategy Can Effective If Nests Are Found In Time But It Does Not Prevent The Health Hazards Associated With Geese Droppings Left On The Sidewalks. Furthermore, The Egg Oiling Program Does Not Prevent The Safety Hazards That Are Created When Installation Personnel Come Into Contact With Aggressive Geese Guarding Their Nest. Generally, On The Alc Site Most Geese Nest In The Area Surrounding The Main Complex Of Buildings. alc Is Located In Adelphi, Maryland. The Site Straddles The Border Between Two (2) Maryland Jurisdictions, Prince George’s And Montgomery Counties. Of The Total 207 Acre Area, 84 Acres Are Within Montgomery County And 123 Acres Are Within Prince George’s County. Alc Is Approximately Six (6) Miles From Washington, District Of Columbia. The Installation Is Located Within One (1) Mile Of The Capital Beltway (interstate 495) And Interstate 95 (i-95). Alc Lies In The Anacostia River Drainage Basin Which Is A Tributary Of The Potomac River. It Is Bordered By Residential Areas On The East And South And By The General Service Administration’s Federal Center On The North And West. Alc Consists Of Four (4) Main Building Areas With Parking Lots, Forested Lands And Two Stream Corridors, Paint Branch And Hillandale Tributary. The Alc Is Home To The Headquarters For The Army Research Laboratory (arl). Arl Provides America's Soldiers A Technological Edge Through Scientific Research, Technology Development, And Analysis. The Mission Of Arl Is To Provide The Underpinning Science, Technology, And Analysis That Enable Full-spectrum Operations. 1.2 Objectives. During The Performance Of This Contract, The Contractor Shall Be Responsible For Providing All Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Provide Canada Goose Management At Alc. The Objectives Of This Project Are To Provide Canada Goose Management Support Activities On Alc. 2.0 Requirements. 2.1 Description Of Services. This Is A Non-personnel Services Contract To Provide Canada Goose Management Support At Alc. 2.2 Required Tasks. 2.2.1 Canada Goose Site Aversion. The Contractor Shall Provide A Trained Border Collie/collies And Dog Handling Professional/professionals To Deter The Canada Geese Away From Alc. The Contractor Will Be Responsible For The Improved Areas Of Alc. This Includes The Areas Around All Buildings, Roads, Stormwater Management Features, Maintenance Yards And Parking Lots. The Government Will Provide A Map Of The Installation And Historical Nest Data Prior To The Start Of The Project. the Contractor Shall Conduct Site Visits For A Minimum Of Five (5) Days A Week. Success Of The Project Will Be Measured By The Absence Of Geese On Alc For 7 Consecutive Days During And At The End Of The Period Of Performance. the Contractor Shall Use Techniques That Are Approved By The State Of Maryland Department Of Natural Resources (mdnr) And The Usfws And That Do Not Violate The Migratory Bird Treaty Act (mbta). The Contractor Shall Obtain Any Required Licenses And Permits By The Mdnr And The Usfws. the Contractor Shall Always Remain In Control Of The Border Collies. The Contractor Shall Remove Any Waste Left By The Border Collies. 2.2.2 Canada Goose Nest Management. The Contractor Shall Provide Egg Addling Services For Nests Found On Alc. The Contractor Shall Oil And Number The Eggs That Are Deemed To Be Less Than 14 Days Old. The Contractor Shall Provide The Nest Treatment Data To The Cor Which Will Include: The Date, Nest Number, And Location Description. Data Will Be Provided To The Cor Within One Week Of The Nest Treatment. 2.2.3 Deliverables. The Contractor Shall Provide Data For Nest Addling Services, When Conducted. The Contractor Shall Provide The Nest Treatment Data To The Cor Which Will Include: The Date, Nest Number And Location Description. 2.3 General Information. 2.3.1 Federal Observed Holidays. The Contractor Shall Provide Canada Goose Management During The Period Of Performance Except During The Following Federal Holidays: new Year’s Day martin Luther King Jr.’s Birthday president’s Day memorial Day juneteenth independence Day labor Day columbus Day veteran’s Day thanksgiving Day christmas Day 2.3.2 Hours Of Operation. The Contractor Is Responsible For Providing Services Five (5) Days A Week Which Can Occur Monday Through Sunday Except During Local Or National Emergencies, Administrative Closings, Or Similar Government Directed Facility Closings. 2.3.3 Place Of Performance. The Work To Be Performed Under This Contract Shall Be Performed At Alc. 2.3.4 Period Of Performance. The Period Of Performance Of This Contract Overlaps Nesting Season And The Time Of Year When The Geese Are On Site Which Is From 1 February Through 31 October Each Year Of The Contract Award. There Are Four (4) Option Years If Funding Is Available. 2.3.5 Key Personnel. The Following Personnel Are Considered Key Personnel By The Government: Garrison Natural Resources Manager/conservation Specialist, Chief, Environmental Integration Branch And The U.s. Army Combat Capabilities Development Command (devcom) Army Research Laboratory (arl) Chief, Environmental Management Branch. the Contractor Shall Provide A Contract Manager Who Is Considered Key Personnel By The Government For The Performance Of The Contract. The Contract Manager 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 Contract Manager Is Absent, Shall Be Designated In Writing To The Ko. 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 Between 0700 And 1530 Monday Thru Friday Except Federal Holidays Or When The Government Facility Is Closed For Administrative Reasons. the Contractor Shall Have Fully Trained Working Border Collies And Personnel Trained To Handle Them. The Contractor Shall Have Personnel Trained In Goose Management Including Egg Oiling And Nest Removal. The Contractor Shall Be Listed On The Alc Usfws Resident Canada Goose Nest And Egg Depredation Permit. The Contractor Shall Hold Any Other Necessary State Or Federal Permits And Or Licenses To Conduct The Work Described In This Pws. 2.3.6 Organizational Conflict Of Interest. Contractor And Subcontractor Personnel Performing Work Under This Contract May Receive, Have Access To, Or Participate In The Development Of Proprietary Or Source Selection Information (e.g., Cost Or Pricing Information, Budget Information Or Analyses, Specifications, Or Work Statements, Etc.), Or Perform Evaluation Services Which May Create A Current Or Subsequent Organizational Conflict Of Interests (oci) As Defined In Far Subpart 9.5. The Contractor Shall Notify The Ko Immediately Whenever It Becomes Aware That Such Access Or Participation May Result In Any Actual Or Potential Oci And Shall Promptly Submit A Plan To The Ko To Avoid Or Mitigate Any Such Oci. The Contractor’s Mitigation Plan Will Be Determined To Be Acceptable Solely At The Discretion Of The Ko, And In The Event The Ko Unilaterally Determines That Any Such Oci Cannot Be Satisfactorily Avoided Or Mitigated, The Ko May Affect Other Remedies As Deemed Necessary, Including Prohibiting The Contractor From Participation In Subsequent Contracted Requirements Which May Be Affected By The Oci. 2.3.7 Contractor Furnished Items And Responsibilities. The Contractor Shall Furnish All Supplies, Equipment, Facilities, And Services Required To Perform Work Under This Contract. 2.3.8 Applicable Publications (current Editions). The Contractor Shall Abide By All Applicable Regulations, Publications, Manuals, And Local Policies And Procedures. Any Contractor Provided Publications Are To Be Procured And Maintained At Contractor’s Expense. 3.0 Anti-terrorism /operational Security (at/opsec) Requirements 3.1. General Security Requirements And Guidance. The Security Requirements Described Below Apply To All Contract Personnel (including Employees Of The Prime Contractor ("contractor") And All Subcontractor Employees) Supporting The Performance Requirements Of This Contract. The Contractor Is Responsible For Compliance With These Security Requirements. Questions Regarding Security Matters Shall Be Addressed To The Designated Government Representative (e.g., Contracting Officer Representative (cor), Requiring Activity (ra) Representative, Or Contracting Officer (if A Cor Or Other Ra Representative Is Not Appointed)). Contract Personnel Are Critical To The Overall Security And Safety Of Us Army Corps Of Engineers (usage) Installations, Facilities And Activities, And Security Awareness Training Contributes To Those Efforts. The Department Of Defense (dod) And Army Security Training Requirements Specified Below, If Applicable, Are Performance Requirements; All Applicable Contract Personnel Shall Complete Initial Training Within 30 Days Of Contract Award Or The Date New Contract Personnel Begin Performance On The Contract. Within Five Business Days From The Completion Of Training, The Contractor Shall Provide Written Documentation (e.g., Email Or Memorandum) To The Government Representative. The Documentation Shall Include The Names Of Contract Personnel Trained And Which Training They Completed; The Contractor Shall Maintain Training Records As Part Of Their Contract Files And Be Prepared To Provide Copies Of Training Certificates To The Government Representative. Contractor Personnel And Vehicles Are Subject To Search When Entering Federal Installations. Additionally, All Contract Personnel Shall Comply With Force Protection Condition (fpcon) Measures, Random Antiterrorism Measures (commonly Referred To As "rams"), And Health Protection Condition (hpcon) Measures. The Contractor Is Responsible For Meeting Performance Requirements During Elevated Fpcon And/or Hpcon Levels In Accordance With Applicable Ra Plans And Procedures --this Includes Identifying Mission Essential And Non-mission Essential Personnel. In Addition To The Changes Otherwise Authorized By The Changes Clause Of This Contract, Should The Fpcon Or Hpcon Levels At Any Individual Facility Or Installation Change, The Government May Implement Security Changes That Affect Contract Personnel. The Contractor Shall Ensure All Contract Personnel Are Aware Of Their Security Responsibilities, Including Any Site-specific Requirements Identified In Local Policies Or Procedures. 3.2. Physical Security And Access Control Requirement. All Contract Personnel Requiring Physical Access To A Federal Installation Or Facility Shall Comply With The Access Control Procedures Of That Location. Contract Personnel Requiring Unescorted Access To Meet Contract Performance Requirements On A Dod Installation In The Us Shall Be Vetted By The Installation/facility Provost Marshal/directorate Of Emergency Services/security Office Using The National Crime Information Center-interstate Identification Index (commonly Referred To As "ncic-iii") And Terrorist Screening Database (commonly Referred To As "tsdb"). Contract Personnel Shall Comply With All Personal Identity Verification Requirements Specified In Installation/facility Policies And Procedures. Contract Personnel Who Do Not Meet Requirements For Unescorted Access To Usage Facilities Shall Coordinate Escorted Access With The Government Representative, As Needed. Contract Personnel Who Receive Keys, Access Cards, Or Lock Combinations That Provide Access To Government-owned Property Shall Comply With Key And Lock Control Procedures Of The Ra. 3.3. Pre-screen Candidates Using E-verify Program. Contractors Shall Comply With The Requirements Set Forth In Far Clause 52.222-54 Employment Eligibility Verification And Far Subpart 22.18 In Using The E-verify Program At (https://www.e-verify.gov/) (website Subject To Change) To Meet The Contract Employment Eligibility Requirements. Contractors Are Encouraged To Cooperate With Federal And State Agencies Responsible For Enforcing Labor Requirements To Include Eligibility For Employment Under United States Immigration Laws In Accordance With Far 22.102-1 (i). An Initial List Of Verified/ Eligible Candidates Shall Be Provided To The Cor No Later Than Three Business Days After The Initial Contract Award. When Contracts Are With Individuals, The Individuals Will Be Required To Complete A Form 1-9, Employment Eligibility Verification, And Submit Ii To The Contracting Officer To Become Part Of The Official Contract File. 4.0 Non-personal Services. arl/alc/garrison Non-personal Services (jul 2012) the Contractor, As An Independent Contractor And Not As An Agent Of The Government, Shall Provide The Necessary Resources (except Those Furnished By The Government) To Accomplish Tasks Of The Type Set Forth In The Performance Work Statement. contractor Employees Performing Services Under This Contract Shall Be Controlled, Directed And Supervised At All Times By Management Personnel Of The Contractor. The Contractor's Management Shall Ensure That Employees Properly Comply With The Performance Standards Outlined In This Performance Work Statement And As Required By The Contracting Officer Or The Contracting Officer's Representative (cor). Contractor Employees Shall Perform Independent Of And Without The Supervision Of Any Government Official. Actions Of Contractor Employees May Not Be Interpreted Or Implemented In Any Manner That Results In Any Contractor Employee Creating Or Modifying Federal Policy, Obligating The Appropriated Funds Of The U.s. Government, Overseeing The Work Of Federal Employees, Providing Direct Personal Services To Any Federal Employee Or Otherwise Violating The Prohibitions Set Forth In Parts 7.5 And 37.1 Of The Federal Acquisition Regulation (far). The Government Shall Control Access To The Facility And Shall Perform The Inspection And Acceptance Of Completed Work And Tasks. 5.0. Distribution Statement. 5.1. Determination Of Contract Submission Documents Are: distribution Statement A: Approved For Public Release, Distribution Is Unlimited. 5.2. Determination For Information Generated From The Performance Of The Contract: distribution Statement A: Approved For Public Release, Distribution Is Unlimited c. Responses: all Interested Parties Should Notify This Office In Writing, Mail, Fax, Or E-mail Within The Posted Date. Responses Shall Include: to What Extent Each Of The Specifications Can Be Met. include Your Type Of Business (i.e. Commercial, Academia), Whether Your Organization Is Classified As A Large Or Small Business Based On The $19.5m Employees Standard That Accompanies Naics Code 813312. If A Small Business, You Must Also List Any Small Disadvantaged Status You Hold [hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb), Women Owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), Etc.]. past Experience/ Performance Through The Description Of Completed Projects. (12) Responses To This Sources Sought Are Due No Later Than 11:59 Am Eastern Standard Time 20 January 2025. Submissions Should Be Emailed To Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil Or Acquisition Specialist, Alex Gilliam, Alex.p.gilliam.ctr@army.mil questions Concerning This Sources Sought May Be Directed To Swati Jain, Contract Specialist, Swati.jain2.civ@army.mil. Or Acquisition Specialist, Alex Gilliam, Alex.p.gilliam.ctr@army.mil. Please Be Advised That .zip And .exe Files Cannot Be Accepted. (13) Place Of Contract Performance: Garrison-adelphi Laboratory Center 2800 Powder Mill Road adelphi Md 20783 (14) Estimated Delivery Timeframe Or Period Of Performance: period Of Performance (pop): 01 February 2025 – 31 October 2029

City Of Koronadal Water District Tender

Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
4851-4860 of 4894 archived Tenders