Survey Tenders

Survey Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: Pre-solicitation Notice 36c250-24-ap-6279 - 1 amendment/modification sam-notice 36c25025r0016 saginaw-auburn Annex, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 25,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Saginaw (auburn), Michigan notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million. the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs. respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240 description: The Department Of Veterans Affairs Seeks To Lease 25,000 Aboa Square Feet (sf) Of Space And 150 Parking Spaces For Use By The Va As A Primary Care Annex. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. updated-delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: north: Wheeler Road west: Waldo Ave.; S Saginaw Rd; south: Hotchkiss Rd Milner Rd; 84/westside Saginaw Rd; east: 2 Mile Road see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area. additional Requirements For Submissions: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor. if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas. offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Will Not Be Considered If The Location Is Irregularly Shaped. space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel; structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner; address Or Described Location Of Building; location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area; description Of Ingress/egress To The Building From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Of Location Evidencing Floodplain Status; a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction; site Plan Depicting The Property Boundaries, Building, And Parking; a Document Indicating The Type Of Zoning; a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development; any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service Disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement; market Survey (estimated): January 2025 occupancy (estimated): Fy 2025-2026 all Interested Parties Must Respond To This Advertisement No Later Than January 10, 2025, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@va.gov Lee Grant Lee.grant@va.gov attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; __ (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; X (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp . sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet saginaw-auburn, Mi Lease Sources Sought Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/); evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date)

DEFENSE LOGISTICS AGENCY USA Tender

Chemical Products
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Dla Land And Maritime Is Preparing To Solicit A One-time Buy For 262 Each And A 100% Option For A Possible Total Of 524 Each, Nsn 4810-013631952, Valve, Regulating, Fluid Pressure. The Approved Manufacturer And Part Number For This Nsn Is: meggitt North Hollywood, Inc. (79318) P/n 320135 the Applicable North American Classification System (naics) Code Is 332911 With A Business Size Of 750 Employees. dla Land And Maritime Does Not Possess Technical Data For This Nsn. Sources Interested In Becoming An Approved Source For This Nsn Must Submit The Appropriate Information As Outlined In Procurement Notes L04 – Offers For Part Numbered Items And M06 – Evaluation Of Offers For Part Numbered Items. this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. No Solicitation Exists At This Time. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Re Capable Of Executing This Potential Contract. the Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. sources Interested In Providing An Offer On This Solicitation Should Complete The Attached Market Survey And Return The Completed Copy To Mandy Phipps-kuhlman Via Email At Mandy.phipps-kuhlman@dla.mil By Cob On Wednesday 02.05.2025. valve, Regulating, Fluid Pressure. rp001: Dla Packaging Requirements For Procurement rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At: Http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq002: Configuration Change Management - Engineering Change Proposal request For Variance (deviation Or Waiver) rq011: Removal Of Government Identification From Non-accepted Supplies rq001: Tailored Higher Level Contract Quality Requirements (manufacturers And Non-manufacturers) if This Nsn Provides Contract Data Requirement Lists (cdrls) As Part Of the Technical Data Package, The Line Items From This Solicitation Are not To Be Separately Priced. Offerors Must Factor Into The End Item unit Price All Costs Associated With The Preparation And Delivery Of The data Deliverables In The Contract. engineering Data Requirements note: Military Specifications/standards Will Not Be Furnished In The Bid set. the Following Instructions Are Furnished For The Manufacture Of: valve, Air Press Reg And Shutoff - Intermediate Press (f-16) national Stock Number: 4810-01-363-1952wf 1. The Following Specifications/standards, Etc., Will Be Used In Lieu Of the Data Indicated. The Superseded Data Will Not Be Furnished Unless So indicated. 2. The Sources/materials If Listed On The Standards, Specifications And drawings Are The Only Sources/materials For Those Items. Substitutions shall Have Prior Approval By Oo-alc Cognizant Engineering Activity. 3. Deviations From Specifications Identified In Control Drawings Are Not authorized Without Prior Approval By Oo-alc Engineering. 4. Mark And Identify Per Mil-std-130 In Lieu Of Fps-3008. 5. C7880 Face (identified By The 32 Roughness Average Value Surface finish Callout) To Be Flat Within 0.005 After Welding. F Diameter Dimension Applies After Welding. 6. Item Unique Identification (iuid) an Item Unique Identification (iuid) Is Required Per Mil-std-130m. marking Of Part Must Not Adversely Affect Item Integrity Or Performance And Will Remain Human And Machine Readable Throughout The Usable Life Of This Item. the Following Requirements Describe Iuid Characteristics: marking Method: Direct Part Marking Via Laser Bonding Using, Thermark Or cermark Process. thermark Contact Info: thermark, Corp. 106 S. Main St. Suite 607 butler, Pa 16001 (412) 269-2650 cermark Contact Info: ferro Corp. 1000 Lakeside Ave. cleveland, Oh 44114-7000 (216) 641-8580 marking Location: Iuid Shall Be Used For Part Marking And Shall Be Located In The Area Specified On The Drawing For Part Marking. marking Content: Iuid Minimum Marking Content Shall Consist Of Current Part Number, Serial Number, And Manufacturer's Cage Code. marking Format: Iuid Marking Information Shall Include Machine Readable Information (mri) And Human Readable Information (hri). Font And Size Of Information Will Be Determined By The Manufacturer, Ensuring All Required Content Is Included In Allowable Space Specified In "marking location". a Deviation/waiver Request Must Be Submitted By The Manufacturer And approved By Engineering Prior To Any Deviation From The Above Requirements. reminder: This Is A Critical Item And All Major And Minor Waiver/deviation Requests Must Be Forwarded To The Dscc Contracting Officer Who Will Coordinate The Review And Approval Through The Responsible Engineering Service Activity. class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract. This Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For approval Unless They Are Authorized By The Specification Requirements. mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To, Or Come In Direct Contact With, Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea. portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d). note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity. critical Application Item meggitt North Hollywood Inc 79318 P/n 320135 iaw Reference Drawing Nr 81755 16z001 revision Nr Ak Dtd 03/11/2009 part Piece Number: iaw Reference Drawing Nr 81755 C7880 revision Nr H Dtd 03/11/2003 part Piece Number: iaw Reference Drawing Nr 81755 16z001iss204 revision Nr Fz Dtd 12/21/2011 part Piece Number: iaw Reference Std Nr Mil-std-130n(1) Not 1 revision Nr N Dtd 08/26/2019 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr R Dtd 12/07/1999 part Piece Number: iaw Reference Drawing Nr 81755 16zy007 revision Nr D Dtd 03/23/1981 part Piece Number: iaw Reference Drawing Nr 98747 16vy007002-5 revision Nr Dtd 09/21/2023 part Piece Number: iaw Reference Drawing Nr 81755 16vy007002 revision Nr Z Dtd 09/11/1997 part Piece Number: iaw Reference Qap 16236 Sqap013631952 revision Nr Dtd 09/13/2024 part Piece Number: pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:31 Clng/dry:1 Presv Mat:00 wrap Mat:ea Cush/dunn Mat:na Cush/dunn Thkness:c unit Cont:ed Opi:m pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:zz -zz Special Requirements palletization Shall Be In Accordance With Rp001: Dla Packaging Requirements For Procurement zz -additional Special Marking: each Unit Package Will Be Marked With The Nsn, Contract Number, Lot Number, Contractor Cage Code, Manufacturer Cage Code, And Part Number. hardness Critical Item (hci) Marking. in Addition To The Markings As Specified By The Special Marking Code, The Following Also Applies: reference; Mil-std 129r 5.10.22. the Unit Packs, Intermediate, And Exterior Containers Housing Items Identified On The Parts List As "hci" Shall Be Marked With The Symbol "hci" By Either Stamping Or Stenciling. The Hci Symbol Shall Be Placed On The Identification Marked Side And On Either End Of A Rectangular Container And On Two Equally Spaced Areas On The Circumference Of Cyclindrical Containers. The Hci Lettering Shall Be Black In Color, And The Size Of The Lettering Shall Conform To The Requirements Of Mil-std-129r, Paragraph 4.2.8. On Forest-green Containers, The Hci Lettering Shall Be Either Yellow Or White In Color. required: Per Mil-std-129, Serial Number Shall Be Marked On The Unit, Intermediate, And Shipping Containers. serial Number Marking Required, The Packing List Shall Contain Serial Numbers Per Mil-std-129r, Paragraphs 5.4.1.1.1, 5.4.1.1.2, 5.4.1.2.1, And 5.4.1.2.2. military Packaging Required. ip056: Mercury Or Mercury Compounds Are Prohibited In Preservation, packaging, Packing And Marking. if Product First Article Testing (fat) Is Required And A Packaging Fat Is Included In The Special packaging Instruction Or Drawing, The Packaging Fat Requirement Is Invoked. If There Is No Product Fat, No Packaging Fat Is Required.

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: The Work For This Project Includes, But Is Not Limited To, P-614 Joint Consolidated Communications Center Facility At Andersen Air Force Base, Guam. This Project Consolidates The Andersen Air Force Base Communications, Command And Control, Computer, Intelligence/information Technology (c4i/it) Functions Into A Resilient And Diverse Open Architecture Solution By Construction Of A New, Two-story, Reinforced Concrete Communications Center And Administrative Support Space For The 36th Communications Squadron (36cs). Work To Include Electrical, Mechanical, Water, Communication, Fire Suppression/detection, Air Conditioning System With Humidity Environmental Controls, Utilities, Pavements, Security, Parking, Associated Site Improvements, And All Necessary Supporting Facilities For A Complete And Usable Facility. Special Features Include Sensitive Compartmented Information Facility Construction Work In Accordance With Icd/ics 705 And Incidental Related Work. Secure Facility Construction Shall Be Performed By U.s. Companies Using U.s. Citizens. the Magnitude Of This Project Is Estimated Between $100,000,000 And $250,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Of $45 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,286 Calendar Days. a Sources Sought Notice (n62742-25-s-1303) For This Procurement Was Posted On 22 August 2024 On The System For Award Management (sam) Website Https://www.sam.gov/, And A Market Survey Was Conducted That 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 Pacific Small Business Office Concurs With This Decision. this Is An Lpta Source Selection Procurement. The Government Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306 (a)). Therefore, The Initial Proposal Shall Conform To The Solicitation Requirements And Should Contain The Best Offer From A Technical And Price Standpoint Based On The Following Factors: Factor 1 – Experience, Factor 2 – Past Performance, And Factor 3 – Safety. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars. only The Three (3) Lowest-priced Proposals Will Be Evaluated For Fair And Reasonable Pricing And Technical Acceptability. If None Of The Three (3) Lowest-priced Proposals Are Found To Be Technically Acceptable, Then The Next Three (3) Lowest-priced Proposals Will Be Evaluated For Technical Acceptability. If None Of The Six (6) Lowest Priced Proposals Are Found To Be Technically Acceptable, Then All Remaining Proposals Will Be Evaluated For Technical Acceptability. the Government Intends To Select The Lowest Reasonably Priced Technically Acceptable Offer And Award A Contract (within The Funds Available) Without Conducting Discussions. a Relevant Construction Project Is Defined As A Construction Project That Includes At Least One Of The Following Individual Features: precision Cooling System. New Construction Of A Chiller Type Technology Cooling System Engineered Specifically For Data Center/electronic/it Networking Environments. Projects Submitted Which Reference Comfort Cooling Systems Which Are Engineered Primarily For The Intermittent Use Required To Maintain A Comfortable Environment For People In Facilities Will Not Be Considered. Projects Submitted To Demonstrate Precision Cooling System Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Precision Cooling System Under The Resultant Contract, As Identified In Block 1 Of Attachment A. uninterruptable Power Supply System. New Construction Of An Uninterruptible Power Supply (ups) System That Is 225 Kva Size Or More. Projects Submitted To Demonstrate Ups System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Ups System, As Identified In Block 1 Of Attachment A. clean Agent Fire Suppression System. New Construction Or Replacement Of A Clean Agent Fire Extinguishing System And Releasing System, Including All Mechanical, Controls And Electrical Components Necessary For A Complete And Operating Clean Agent Fire Suppression System. Projects Submitted To Demonstrate Clean Agent Fire Suppression System Experience Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed For The Clean Agent Fire Suppression System, As Identified In Block 1 Of Attachment A. 1. Projects Submitted To Demonstrate Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Will Only Be Considered If The Work Was Performed By The Specific Entity Proposed To Perform That Type Of Work In This Contract. 2. If The Offeror Self-performed The Relevant Construction Individual Features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System, Then The Offeror Must Confirm That It Will Self-perform The Same Relevant Individual Feature(s) In Order To Be Considered. If Offeror Does Not Intend To Self-perform, See Note 9 About Teaming Arrangements. 3. Projects Submitted Shall Collectively Demonstrate Experience In All Three (3) Individual Features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, And (3) Clean Agent Fire Suppression System. Failure To Demonstrate Experience In All Three (3) Individual Features Shall Be Considered A Deficiency And An Unacceptable Rating Will Be Assigned For This Factor. All Individual Features, Or Multiple Individual Features, Do Not Have To Be Within Any Single Project Scope. 4. Relevant Projects Shall Have Been Completed Or Substantially Completed Within The Last Ten (10) Years Of The Date Of Issuance Of The Rfp. “substantially Complete” Is Defined As At Least 90% Physically Completed Construction. 5. Building Alteration, Repair, Renovation, Conversion, And Addition Work Will Not Be Considered As Relevant Projects. 6. A Relevant Construction Project Is Further Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project; Rather Offerors Shall Submit The Work Performed Under A Task Order As A Distinct Project. For Example, Multiple Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts That Demonstrate Experience In One Or More Of The Desired Individual Features Describe Above Shall Be Submitted As A Distinct Project, Rather Than Submitting All Task Orders Under A Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts As A Single Project. the Request For Proposal (rfp) Will Be Available On Or Around 30 January 2025. There Are Two Volumes Of Specifications And Drawings Issued For This Rfp. Volume 1 For The Construction Of The Entire Facility, And Volume 2 Is For The Construction Of A Secure Space Within The Facility. Consequently, The Volume 2 Specifications And Drawings Are Marked “controlled Unclassified Information” And Will Only Be Released To The U.s. Citizens Of U.s. Firms. volume 2 Will Only Be Released As An Amendment To U.s. Citizens Of A U.s. Firm Attachment (1). All Contractor Personnel Handling And Accessing The Volume 2 Documents Must Be Vetted As A U.s. Citizen Prior To Receiving Any Volume 2 Documents. To Determine Eligibility For Receipt Of Volume 2 Rfp Documents, Each Interested Firm Shall Complete And Submit A U.s. Firm Certification, Attachment (1). All Sources, Whether Prime Offerors Or Subcontractors At All Tiers, Must Certify That It Is A U.s. Firm. Once A Favorable U.s. Firm Determination Has Been Made, All Individuals Of The Approved U.s. Firm Requiring Access To The Rfp Documents Shall Complete And Submit: (1) Certification Of U.s. Citizen (attachment 2) (2) Proof U.s. Citizenship (3) Signed Non-disclosure Agreement (attachment 3) a List Of Acceptable Documents For Proof Of U.s. Citizenship Is Provided In Attachment (2). The Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil. Offerors Are Encouraged To Submit The Required Documents As Soon As Possible. the Rfp, Including The Specifications And Drawings, Can Be Accessed By Approved Individuals Via The Sam Website At Https://sam.gov/. Approved Individuals Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Once Registered In Sam, Approved Individuals Must Request Explicit Access To View The Documents. An Email Will Be Forwarded Once The Contracting Office Has Approved Or Declined The Request. Approved Individuals May View And/or Download The Volume 2 Rfp Documents. The Navfac Drawings And Specifications Are Marked "controlled Unclassified Information"; Therefore, The Navfac Drawings And Specifications Are Considered "covered Defense Information.” Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. offerors Are Required To Be Registered In The Sam Database At Https://www.sam.gov At The Time Of Proposal Submission. note: The Prime Contractor Shall Designate A Primary Point-of-contact Who Will Be Responsible For Managing And Submitting The Required Forms And Proof Of U.s. Citizenship For Its Employees And Subcontractor/supplier Firms And Its Employees To A Liaison With The Government. Forms Shall Be Submitted In Alphabetical Order First By Firm Name And Then Alphabetically By Last Name Of Individuals Of The Firm. Also, A List Of Personnel For Each Shall Be Submitted. a One-time Pre-proposal Site Visit Is Scheduled For 27 February 2025, 9:00 A.m., Chamorro Standard Time (chst). This Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered And Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms: base Access Request – Contractor Memo (fill-in Information In Red). iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.) base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass) foreign National Access Request Form contractor Policy Update Memo either A U.s. Passport Or Real Id Act Driver’s License/id the Completed Forms Shall Be Submitted To Ms. Merbby Corpuz At Merbbyjoyce.n.corpuz.civ@us.navy.mil And Ms. Janie Garza At Juanita.i.garza2.civ@us.navy.mil On Or Before 06 February 2025, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To The Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance. on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement. there Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Construction Contracting Firm(s) For A Single Award Task Order Or Multiple Award Task Order For Construction Projects At Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Action Construction (rac), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $249,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2027 With A Five Year-base Period. task Order Limits: minimum: $1,000,000.00 maximum: $50,000,000.00 project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rac Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Construction Contractor Will Be Expected To Perform The Work Described In The Rod Alternative 3b, Including The Dam Removal Noted Below, Retaining Wall Construction, Creating A Cap For The Two Repositories, And Other Construction Activities As Described And/or As Needed For The Site. alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway. additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. A Specific Plan For Removal Of The Dam Will Be Provided To The Dam Removal Contractor. additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils. on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. supplemental Information iron King Mine - Humboldt Smelter dewey-humboldt, Az site Documents & Data https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa. submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Joint Venture (jv), Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement 1)  our Firm Will Be Proposing On This Project As A: a.  sole Contractor b.  prime Contractor (if Small Business) Self-performing At Least 15% Of The Work, Or c.  joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).) d. Other Than Small Business (otsb) section 3: Past Performance/capability past Performance Must Include Project Examples From $5,000,000.00 To $249,000,000.00 In Value. The Idiq Will Be Up To $249,000,000.00 The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Comprehensive Environmental Response, Compensation And Liability Act (cercla), Resource Conservation And Recovery Act (rcra) And/or Military Installation Restoration Program Sites. the Paste Performance Information Should Include: project Title And Location general Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted dollar Value Of Contract percentage Self-performed Vs Subcontracted agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years * Note: If Providing Info About A Contract Team, Jv, Etc, Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. 1)  provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type. 2)  construction Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List. a.  dam Removal, All Types . b.  concrete Dam Removal. i.  provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal. c.  borrow Area Excavation, Restoration, And Revegetation Plans. d.  retaining Wall Construction. e.  stream Restoration And Activities Following Dam Removal. f.  waste Repository Construction. i.  regulatory Compliance. ii.  landfills And Repositories Liner And Cover Systems Design And Construction. iii.  landfill Monitoring Instrumentation Installation. g.  examples Of Projects Using Specifications Using Unified Facilities Guide Specifications (ufgs) Products. h.  ecosystem Restoration Design And Application. 3)  provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Of Similar Scope And Size Within The Past 5 To 10 Years. 4)  provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging Value From $5,000,000.00 To $20,000,0000.00 Within The Past 5 To 10 Years. 5)  provide Examples Of Experience With Waste Remediation And/or Waste Removal For Projects Ranging In Value From $20,000,000.00 To $99,000,000.00 Within The Past 5 To 10 Years. 6)  provide Ability To Satisfy Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations. 7)  offeror's Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Expressed In Dollars) And Current Local Contracting Capacity. 8)  describe Examples Of Contracting With Local/regional Businesses. provide Examples Of Epa Work Experience, If Applicable. “the Remedial Action Construction (rac), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $249m, Notice Id W912pl25s0009, Contract Award Will Not Be Dependent Upon Completion Of The Initial Design Packages From Iron King Mine – Humboldt Smelter, Remedial Design (rd), Indefinite Delivery/indefinite Quantity (idiq), Contract Up To $49m, Notice Id W912pl25s0007. The Rac Base Initial Task Order Scope Will Be Changed From Execution And Construction Of Rd (to Include Repository Construction, Dam Removal, Site Restoration) To Construction Of Site Work That Defines The Ikm-hs Transportation Routes And Construction Staging Areas.”

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Note: Sam.gov Presolicitation Notices/advertisements For Prospectus-level Projects Must Be Provided To The Office Of Leasing (ol) For Pbs Commissioner S Approval, Prior To Posting. also Note That Prospectus-level Rlps Must Be Reviewed By Ol Prior To Issuance. ************************************************************************************************ note: This Section Is Used For Both The Pre-solicitation Notice/advertisement And The Rlp Procurement Summary presolicitation Notice/advertisement Va Office Of Real Property u.s. Government veterans Administration (va) Seeks To Lease The Following Space: the Va Currently Occupies 10,400 Rentable Square Feet (rsf) Of Optical Laboratory Fabrication And Related Space In A Building Under A Lease In Indianapolis, Indiana, That Will Be Expiring September 20, 2025. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space In The Delineated Area That Potentially Can Satisfy The Government S Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. Otherwise, Va Intends To Sole Source The Requirement To The Incumbent Lessor. state: indiana city: indianapolis delineated Area: north: Washington Street Indianapolis, Indiana east: Tibbs Avenue Indianapolis, Indiana south: Kentucky Avenue Indianapolis, Indiana west: Interstate 465 Indianapolis, Indiana minimum Sq. Ft. (aboa): 10,400 maximum Sq. Ft. (aboa): 10,400 space Type: optical Manufacturing parking Spaces (total): 50 parking Spaces (surface): 50 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 240 Months firm Term: 180 Months option Term: n/a additional Requirements: offered Space Must Be Located Within One Building. offered Space Should Preferably Be Located In An Existing Single Tenant Building. if The Offered Space Is Above The First (1st) Floor Or Has Multiple Floors, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided. bifurcated Sites, Inclusive Of Parking, Are Not Permissible. the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet. offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due. offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Alcohol And Or Drug Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths. offered Space Will Not Be Considered If Located In Close Proximity To Residential. offered Space Will Not Be Considered If The Location Is Irregularly Shaped. offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping. offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel. structured Parking Under The Space Is Not Permissible. offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals. a Fully Serviced Lease Is Required. offered Space Must Be Compatible With Va S Intended Use. all Submissions Must Include The Following Information: name And Address Of Current Property Owner. address Or Described Location Of Building. location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area. description Of Ingress/egress To The Building From A Public Right-of-way. description Of The Uses Of Adjacent Properties. fema Map Of Location Evidencing Floodplain Status. a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction. a Document Indicating The Type Of Zoning. a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use. building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development. any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building. a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property. if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement. action: Choose Whether Or Not A Fully Serviced Lease Is Required. Also Choose 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain) Unless Requirement Is Identified By Agency As A Critical Action. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. ************************************************************************************************ action Required: use This Section For Pre-solicitation Notice/advertisements Seeking Expression Of Interest. Do Not Use For Rlp Procurement Summary. action Required: For Pre-solicitation Notices/advertisements Seeking Expressions Of Interest, Insert The Following Language Only For Potential Sole Source Succeeding Lease Actions. Delete For Procurement Summary Page. do Not Use For Full And Open Procurements. note That Any Figures Used For A Cost Benefit Analysis (cba) Must Be Supportable. consideration Of Non-productive Agency Downtime In A Cba Should Be Rare. expressions Of Interest Due: wednesday, January 15, 2025, 12:00pm Est market Survey (estimated): january 20 22, 2025 occupancy (estimated): september 21, 2025 incumbent send Expressions Of Interest To: name/title: andrew D. Seaman, Lease Contracting Officer 8888 Keystone Crossing Suite 325 indianapolis, In 46240 email Address: andrew.seaman2@va.gov government Contact Information lease Contracting Officer lee M. Grant email Address: lee.grant@va.gov Attachment - Vosb Or Sdvosb Status this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. the Naics Code For This Procurement Is 531120 Other Residential Care Facilities With A Small Business Size Standard Of $42.0 Million. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: __ (a) Less Than $25,000; __ (b) Between $25,000 And $100,000; X (c) Between $100,000 And $250,000; __ (d) Between $250,000 And $500,000; __ (e) Between $500,000 And $1,000,000; __ (f) Between $1,000,000 And $2,000,000; __ (g) Between $2,000,000 And $5,000,000; __ (h) Between $5,000,000 And $10,000,000; __ (i) Between $10,000,000 And $20,000,000; __ (j) Between $20,000,000 And $50,000,000; __ (k) Between $50,000,000 And $100,000,000; __ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 15 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp. sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement: 1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address; 2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov); 3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System; 4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit); 5. Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability. although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement submission Checklist And Information Sheet indianapolis, In Domiciliary Lease Pre-solicitation Notice company Name: __________________________________________ company Address: __________________________________________ dunn And Bradstreet Number: __________________________________________ uei Number: __________________________________________ point Of Contact: __________________________________________ phone Number: __________________________________________ email Address: __________________________________________ the Following Items Are Attached To This Capabilities Statement: Evidence Of Sdvosb Or Vosb Status Through Registration At Vetcert (veteran Small Business Certification); Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications; A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And Evidence Of Capability To Obtain Financing For A Project Of This Size. if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages. by: _________________________________________________ (signature) __________________________________________________ (print Name, Title, Date) hidden And Deleted By Macro

Ministry of Justice Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
France
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: This Framework Agreement Covers The Carrying Out Of Preliminary Land And Urban Planning Studies (Data Collection, Feasibility Study) And The Drafting Of Specific Files (Project Declaration, Declaration Of Public Utility, Environmental Study, The Carrying Out Of Impact Studies, Of The Compatibility File Of Urban Planning Documents (Excluding The Land Survey File) Relating To The Construction Of Large (Several Hundred Places) And Small Capacity (Between 15 And 150 Places, Such As Semi-Freedom Center Or Structure For Support Towards Release) Penitentiary Establishments In Mayotte. It May Be Executed Via The Issuance Of Purchase Orders And Subsequent Contracts. Framework Agreement Without Mini / With A Maxi Over The Total Duration Of The AC Of €198,000 excluding VAT. AC With A Duration Of 12 Months Renewable 3 Times - 48 Months (4 Years) Max.

MUNICIPALITY OF DOLNI LANOV Tender

Others
Czech Republic
Closing Date7 Jan 2025
Tender AmountCZK 6.7 Million (USD 275.4 K)
Details: The subject of the public contract is construction work and related supplies and services consisting in the reconstruction of the existing bridge structure, which transfers local traffic over the bed of a watercourse with a permanent flow (malé Elbe – Vodní Linie Idvt: 10100231). The existing bridge shows a number of faults that need to be resolved as soon as possible. A separate diagnostic construction and technical survey was prepared for the bridge structure, including recommendations for further management of the bridge structure. For this reason, the contracting authority decided to carry out the reconstruction of the existing bridge structure within the given scope, while retaining the existing horizontal supporting structure. The necessary modification of the local traffic on both bridgeheads is also being addressed as part of the reconstruction. The reconstruction requires the lateral relocation of the cable line.

Other Organizations Tender

Electrical Goods and Equipments...+1Electrical and Electronics
France
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: Diagnostics of the South Posts of Building N at the Onera Center in Palaiseau The Work Units Are as Follows: • Review of the File and Drafting of a Strategic Note; • Site Installation; • Visual Inspection and Crack Survey; • Reinforcement Coating Measurements; • Moisture Measurement; • Permeability/Capillarity Measurement; • In Situ Carbonation Measurement; • Chloride Ion Dosage Measurement; • Mortar and Concrete Surface Cohesion Measurement; • Electrochemical Potential Measurement; • Measurement of the Compressive Strength of a Test Piece; • Sclerometer Measurements; • Delivery and Return of a Nacelle; • Daily Rental of a Nacelle; • Test Report; • Final Test Summary Report; • General Hypothesis Note; • “Contractual Load Case” Calculation Note; • Calculation Note “Current Load Cases”; • Calculation Note “Acceptable Load Cases”; • Recommendation Report on Repairs and Monitoring of Posts; • Final Diagnostic Report.

National Institutes Of Health Tender

Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Page 3 Of 3 sources Sought Synopsis the Department Of Veterans Affairs Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Firms Having An Interest In And The Resources To Support A Requirement For The Vyntus Cpx/flex Plan Service Contract At The Jesse Brown Va Medical Center (jbvamc. The Result Of This Market Research May Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811210 Electronic And Precision Equipment Repair And Maintenance. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. tentative Requirements: statement Of Work vyntus Cpx/flex Plan Service Contract 1. Description Of Services the Contractor Shall Provide All Labor, Material, Tools, Travel, Management, And Equipment Necessary To Provide Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Equipment For The Pulmonary Function Testing And The Cardiopulmonary Exercise Test Equipment At The Jesse Brown Va Medical Center (jesse Brown Vamc) Located At 820 S. Damen Avenue, Chicago, Illinois 60612. This Is A Base Plus Three (3) Option Year(s) Contract. 2. Background the Jesse Brown Va Medical Center In The Pulmonary Function Lab Is Requesting A Service Contract For Existing Equipment That Was Purchased In September 2016. The Contractor Shall Provide For The Continuum Of Services Such As Upgrades, Repair, Preventative Maintenance And/or Replacement Of The Diagnostic Equipment In The Event Of Malfunction Or Destroyed Parts From The Normal Wear And Tear Of Use. Due To The Highly Specialized And Technical Equipment Requiring Specialized Training And Non-substitutable Parts Required For The Existing Equipment, Only Those Vendors That Specialize With The Software And Hardware Of Jaeger Masterscreen, Sentrysuite And Vyntus Equipment Shall Be Acceptable For Coverage Of This Equipment. 3. Objectives this Service Contract Shall Be Utilized For Performing Preventative Maintenance And Repair Or Replacement Of Malfunctioning Equipment Or Parts. The Services And Personnel Shall Be Provided By The Contractor Who Have Specifically Trained Field Support Representatives And In Coordination, When Needed, By Technical Support Specialists For All Repair, Updates, And Upgrades Of Jaeger Master Screen, Sentry Suite And Vyntus Equipment. The Parts Required For The Repair Of This Equipment Are Specifically Designed And Are Not Substitutable. The Trained Field Support Representatives Provided By The Company Shall Minimize The Potential Of Repair Delays Caused By Misdiagnosis Of Equipment Issues And Incorrect Parts Being Ordered. The Minimization Of Delays Of Veteran Care Due To Equipment That Is Down Shall Be Limited To The Time Period Required For The Appropriate Acquisition Of Equipment And Its Efficient Repair By The Company S Representatives. 4. Scope service Maintenance Call For Equipment the Contractor Shall Provide All Parts For The Year Plus Labor And Travel Expenses For One Preventive Maintenance Call (pmc) (if Needed To Meet Factory Recommended Pm Intervals) And Up To Three On-site Service Calls Per Instrument. The Contractor Shall Provide All Applicable Software Revisions Within The Purchased Version Of Operating Software At No Additional Charge. services Maintenance Call For Parts Only parts Only - Provides For All Replacement/exchange Service Parts And Components Needed For repairs. Additional Features Of This Contract Option Include: a) Software Updates - Includes Revisions To The Originally Purchased Version Of Jaeger Masterscreen, Sentrysuite Or Vyntus Equipment Operating Software And Tutorials At No Additional Charge. b) Software Upgrades - A) Jaeger Or Sentrysuite Equipment Operating Software Upgrades When They Become Available, B) Windows Operating Software And C) Related Hardware (computer And Printer) If Required For Compatibility With Vmax Software Upgrades. c) Peripherals Protection - Provides For Parts Replacements And Coverage For The Computer, Printer, And Associated Components. d) Preferred Tech Support Assistance Shall Have At Minimum Availability Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (cst). e) Field Service Labor Qualified Service Technicians And Technical Support Personnel Shall Be Provided By The Contractor. 5. Requirements the Contractor Shall Fulfill The Agreement As Indicated To Perform All Upgrades, Repairs, And Replacements Of Equipment On Request Within A Reasonable Amount Of Time As Agreed On By The Contractor And Buyer. All Upgrades And Repairs Shall Be Performed By The Contractor S Representative(s) Within The Agreed Upon Time Frame And In The Presence Of The Jesse Brown Va Medical Center S Pulmonary Function Lab Technicians And/or Bio-medical Engineering Representative. 6. Selection Criteria the Criteria Utilized For The Service Contract Is The Selected Company S Ability To Obtain Parts And To Appropriately Replace Damaged Or Malfunctioning Equipment. The Technical Support And/or Field Service Representative Shall Have Completed Specialized Knowledge And Training That Was Provided By The Original Equipment Manufacturer (oem), In Providing Technical Support And Repair Of Existing Equipment, All Aspects Of Troubleshooting And Repair To Best Provide The Upgrades And Repairs For The Existing Equipment. a) The Contractor Shall Have Access To Access To Diagnostic Software And Original Equipment Repair Parts. b) The Contractor Shall Have Access To The Oem Server As Well As The Va Server, With Access To Be Performed Only With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 7. Deliverables the Contractor Shall Provide Technical Support And Field Service Representatives For Troubleshooting, Preventative Maintenance, And Repairs Of Equipment From Fully Trained Employees On Request. The Contractor Shall Provide All Appropriate Parts As Covered In The Service Agreement. On Completion Of Work, The Contractor Shall Provide Timely Billing Of Items That Buyer Is Responsible Per The Service Agreement. Any Repairs Or Upgrades That Requires Technical Support Access To The Server Shall Only Be Performed With Pre-approval And In Conjunction With Providing Access And Monitoring Of Contractor By Appropriate Va Employees. 8. Service scheduled Preventive Maintenance Work Shall Be Required In The Performance Of This Contract And Shall Be Performed During The Hospital S Normal Business Hours Of 8:00 A.m. And 4:30 P.m., Local Time (cst), Excluding Federal Holidays, To Include Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday. The Contractor Shall Notify The Contracting Officers Representative (cor) At Least 7 Calendar Days Prior To The Normal Testing/inspection Cycle Visit And 8 Hours Prior To Any Emergency Activities. The Jesse Brown Vamc May Consider Allowing Work Outside Of The Above-listed Hours Of Operation At The Convenience Of The Government. Federal Holidays Observed By The Jesse Brown Vamc(s) Are: new Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day washington S Birthday Inauguration juneteenth National Independence Day Labor Day independence Day Veterans Day memorial Day Thanksgiving Day christmas Day Columbus Day when One Of The Above Designated Federal Holidays Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Federal Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday By United States Government Agencies. If Different Times Shall Be Needed, This Shall Be Discussed And Mutually Agreed Upon With The Cor And Shall Still Be Considered Normal Business Hours. If Work Must Be Performed Outside Of Mutually Agreed Normal Business Hours ( Over-time Work), The Contractor Shall Obtain Prior Approval At Least 24 Hours From The Cor. If Such Work Shall Be At The Cost Of The Jesse Brown Vamc, A Separate Purchase Order Number Must Be Obtained By The Contractor Prior To Performing Any Over-time Work. Work Shall Be Scheduled In Such As Manner As To Allow As Little Disruption To Patient Services In All Campus Buildings Affected. 9. Security all Contractor Representatives Shall Only Be On Site During The Regular Business Hours Of The Pulmonary Function Lab, Monday Through Friday From 8:00 A.m. To 4:30 P.m. Local Time (illinois) When Management, Pulmonary Technicians Or Bio-medical Department Representatives Are Present And Shall Have Appropriate Identification That Is Easily Visible On Their Person. All Technical Support That Requires Contractor Access To The Equipment Server Shall Always Have Management Of The Lab Or A Representative From Bio-medical Engineering Department To Provide Access And Monitoring Of Work. 10. Reporting Requirements the Check-in Is Mandatory At Medical Center, Pulmonary Function Lab, Room #2254 At 820 S. Damen Avenue, Chicago, Illinois 60612. When The Service Is Completed, The Field Support Technician (fst) Or Technical Support Representatives (tsr) Shall Document Services Rendered On A Legible Equipment Service Report(s) (esr). The Fst Or Tsr Shall Be Required To Sign Out With A Representative From The Pulmonary Function Lab And Submit The Esr(s) To The Cor. All Esr S Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor For An "authorization Signature" Of Approval. jesse Brown Va Medical Center Phone Number: 312-569-8387 va Biomedical Contact Person(s): The Cor Delegation Notice Shall Be Provided At Time Of Award. contractor Contact Personnel Information: The Information Shall Be Produced At Time Of Award. if Your Company Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information:1) Company Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Company; 2) Tailored Capability Statements Addressing The Particulars Of The Above Statement Of Work And Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Companies Should Address The Administrative And Management Structure Of Such Arrangements; And 3) Confirmation Your Company Can Meet The Limitations Of Subcontracting Should They Apply (see Below) the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated. based On The Responses To This Synopsis And Other Market Research, This Requirement May Be Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) (limitation Of Subcontracting Would Apply), Small Businesses (limitations On Subcontracting Would Apply) Or Procured Through Full And Open Competition, Or Procured Through Sole Source Contract. limitations On Subcontracting 13 Cfr §125.6 Will Apply To Any Procurement Set-aside For Veteran-owned Small Businesses (sdvosbs Or Vosbs) Or Small Businesses. 13 Cfr §125.6 States: (a) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than The Simplified Acquisition Threshold (as Defined In The Far At 48 Cfr 2.101) In Paragraph (a) Introductory Text; And An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (1) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. before Any Small Or Large Business Can Be Awarded A Federal Contract, A Contracting Officer (co) Must Affirmatively Determine That The Firm Is Responsible To Perform The Specific Contract It Is Otherwise In Line To Receive. If An Apparent Small Business Successful Offeror Is Denied A Contract Award Because It Lacks Certain Elements Of Responsibility, The Co Will Refer The Matter To The Small Business Administration. Once A Co S Referral Is Received By The Sba S Area Office, The Sba Will Then Inform The Small Business Of The Co S Determination And Offer It The Opportunity To Apply To The Sba For A Certificate Of Competency By A Specific Date. Burden Of Proof Is On The Small Business To Demonstrate That It Meets Specific Coc Eligibility Criteria. after Award, If A Co Or Other Va Officials Determine A Review Of Limitations On Subcontracting Compliance Is Warranted Based Upon Reasonable Information Of Possible Noncompliance, A Request For Review Will Be Submitted To Va S Subcontracting Compliance Review Program. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 10:00 Am Cst On January 17, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Della.bond@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
5301-5310 of 5369 archived Tenders