Survey Tenders
Survey Tenders
City Of Silver Tender
Others
Czech Republic
Details: The Subject of the Public Contract is the Completion of the Restoration of the Interior of the Church of St. Peter in Stříbro (in the Previous Stage in 2023, Work Was Completed on the Ceiling and Porch), Now the Restoration of the Plaster with Murals, Stone Elements and Brick Floors Will Begin. The Church Is Located at Plot No. St. 227/1 in the Land Registry Office of Stříbro, Which Is an Immovable Cultural Monument Registered in the Registry Office of the Czech Republic Under the Register Number 37746/4-1928. The Subject of the Public Contract Is Precisely Specified in the Contract for the Work (Annex No. 1 to the Tender Documentation), the Restoration Survey and the Plan for the Restoration of the Stone Elements, Porch, Ceiling and Floor in the Interior of the Church of St. Petra Ve Stříbře, Restoration Survey And Plan For The Restoration Of The Mural Paintings And Plaster In The Interior Of The Church Of St. Peter In Stříbře, Binding Opinion Issued By The City Of Stříbro, Department Of Construction And Spatial Planning On 07.07.2021 And List Of Works, All Prepared By Terrigena Art Sro Company No. 29105293 (Annex No. 2 To The Tender Documentation).
Closing Date4 Feb 2025
Tender AmountRefer Documents
DEFENSE HEALTH AGENCY DHA USA Tender
Laboratory Equipment and Services
United States
Details: Request For Information (rfi) Only
metabolomics Analysis Services For Urine, Blood, Fecal, Saliva
and Tissue Samples
market Survey Request:
this Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement.
background:
the United States Army Medical Research Institute Of Environmental Medicine – Military Nutrition Division (usariem – Mnd) Is Requiring Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples (urine, Blood, Feces, Saliva, And Tissue) And Data Analysis For On-going Research Studies Led By Usariem Primary Investigators (pi’s).
requirement:
usariem – Mnd Is Requiring The Measurement Of Multiple Biochemical Markers Of Metabolic, Nutritional, And Physiologic Status And Function, Known As Metabolites, In A Variety Of Biological Matrices. This Will Require Untargeted Metabolomics Analysis (i.e., Measurement Of Hundreds-to-thousands Of Metabolites In Single Biological Samples) And Targeted Metabolomics Analysis (i.e., Quantitative Measurement Of Specific Metabolites) In Both Planned And Future Research Studies. The Services Include, But Are Not Limited To:
laboratory Analysis Services:
laboratory Analysis Services Must Include The Following, At Minimum:
1. Must Have Ultra-high Performance Liquid Chromatography-tandem-mass Spectrometry (uplc-ms/ms) With A Heated Electrospray Ionization Source And Orbitrap Mass Analyzer Capability That Can Be Operated In Both Positive And Negative Ion Modes, And Gas Chromatography-mass Spectrometry (gc-ms) Capability For Measuring Metabolites Derived From Multiple Biochemical Pathways In Human Blood, Urine, Saliva, Stool, And Muscle.
2. Must Have The Capability To Detect At Least 8,000 Novel Metabolites And To Validate And Confidently Identify At Least 5,000 Known Metabolites Using Company-owned Libraries.
3. Must Use Bioinformatics Systems That Include A Laboratory Information System (lims) That Enables Fully Auditable Laboratory Automation Through A Secure, Easy To Use, And Highly Specialized System. This System Must At Least Include Sample Accessioning, Sample Preparation, Instrumental Analysis And Reporting, And Must Also Be Able To Provide Advanced Data Analysis. The System Must Enable Data Extraction And Peak Identification, Utilize Data Processing Tools For Quality Control And Compound Identification In Accordance With Good Laboratory Practices (glp), And Contain, At A Minimum, A Collection Of Information Interpretation And Visualization Tools Used Specifically For Metabolomics Data Analysis.
4. Potential Offeror’s Must Show Detailed Expertise In Bioinformatics Analysis Of Metabolomics Data, Ability To Provide User-friendly Web Portals For Exploring, Analyzing, And Visualizing Metabolomics And Electronic Reports Summarizing Analytical Results And Their Interpretation.
5. Contractor Staff Must Include Phd-level Scientists Available To Assist Usariem Scientists In Interpretation Of Study Results Such As Analyzing, Summarizing, And Interpreting The Generated Untargeted And/or Targeted Metabolomics Data For All Samples. Contracting Company And/or Its Scientists Must Show History Of Contributing To Peer-reviewed Publications Using The Above-mentioned Technologies.
6. Must Have The Capability To Conduct Quantification Of Short-chain Fatty Acids And Bile Acids And Their Derivatives In Multiple Biological Sample Types.
7. Must Have Laboratory Systems Governed By Standard Operating Procedures (sop’s) That Are Reviewed And Updated With Adherence To Good Clinical Laboratory Practice (glp) Standards And Quality Control For All Analysis Conducted.
8. Laboratory Technicians Trained On Appropriate Measurement Procedures And Validated Equipment.
data Analysis Services:
data Analysis Services Must Include The Following, At Minimum:
1. Must Be Able To Provide A List Of Biochemicals Detected And Identified By Biochemical Name, Biochemical Class (grouped By Super Pathway And Sub Pathway), Platform Used For Measurement, Kegg Identifier, Hmdb Identifier, Pubchem Identifier, Chemspider Identifier And Cas Identifier.
2. Must Include Kegg/hmbd Links For All Compounds Having A Kegg Or Hmdb Id.
3. Must Be Able To Show Relative Quantitation Expressed As Peak Area (both Raw And Normalized With And Without Missing Data Imputed).
4. Must Deliver Results Of All Statistical Analyses Requested By The Primary Investigator (p.i.) Including Unadjusted P-values And False Discovery Rate Adjusted P-values (q-value).
5. Must Be Able To Provide Box Maps Showing Quantification Of All Detected Compounds By Study Group And Timepoint.
6. Must Be Able To Provide A Narrative Summary Of All Results Along With Their Interpretation Within The Context Of The Study Design. Narrative Summary Will Include Visualizations, Demonstrating Results Of Statistical Analyses And Biochemical Pathways, And Methods Sufficiently Detailed To Be Used In Peer- Reviewed Publications.
7. Must Provide Access To A Web-based Portal In Which The Usariem Pi Can Continue To Access, Analyze, And Visualize The Generated Metabolomics Data Using Data Analysis Tools Including Principal Components Analysis, Partial Least Squares Discriminant Analysis, Volcano Plots, Hierarchical Clustering, T-tests, And Anova.
additional Comments For Analytical Support Under This Effort:
1. Interested Parties Who Wish To Respond Must Have A Bioinformatics System Consisting Of A Laboratory Information Management System (lims) That Enables Fully Auditable Laboratory Automation Through A Highly Specialized System, Access To A Specialized Library Of Purified Standards Or Recurrent Unknown Entities And Provide Usariem Scientists Access To Visualization And Interpretation Software To Conduct Analysis For This Requirement. Previous And Ongoing Studies At The Usariem Have Been Performed Under These Systems And Future Analyses Must Utilize The Same Methods And Equipment To Allow For Valid And Accurate Comparisons Across Studies.
submittals:
summaries Of The Services As Listed Above Shall Be No More Than Ten (10) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A “page”) And Shall Describe Service Capabilities In Each Of These Areas.
interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 541380, Testing Laboratories And Services, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Government's Requested Date Of Submittal Of 07 January 2025. Interested Parties Shall Submit Information In Response To This Rfi To: Kasey.l.carroll.civ@health.mil.
responses Shall Be Submitted And Received Via Email No Later Than Two O’clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And/or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered.
questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Kasey.l.carroll.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above.
please Provide Information On Your Organization In The Following Areas:
company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address.
duns Number And Cage Code
confirmation Of Current Active Registration In System For Award Management (sam)
primary Naics Code(s) And Business Size (i.e., Small/large)
gsa Schedule, If Available
commercial Price List, If Gsa Schedule Is Not Available
product Specific Brochures Literature
provisions And Clauses:
52.215-3 Request For Information Or Solicitation For Planning Purposes.
request For Information For Planning Purposes (oct 1997)
(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation.
(b) Although "proposal" And "offeror" Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal.
(c) This Request For Information (rfi) Is Issued For The Purpose Of Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples.
(end Of Provision)
Closing Date7 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A 12-month Contract To Supply Ga68 Dotatate (netspot). This Radiopharmaceutical Is Required For Imaging Procedures For The Corporal Michael J. Crescenz Va Medical Center- 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Performance Work Statement.
the North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300 Employees For This Type Of Effort.
vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov).
capability Statement And Documentation:
companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information:
1. Company Information:
Company Name
Company Address
Company Uei Sam
Company Naics Code(s)
Point Of Contact Name
Point Of Contact Phone Number
Point Of Contact Email Address
Company Website (if Available)
2. The North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300.
based On This Information, Please Indicate Whether Your Company Is A:
service-disabled Veteran Owned Small Business (sdvosb)
veteran Owned Small Business (vosb)
8(a)
hub Zone Small Business
women Owned Small Business
small Disadvantaged Business (sdb)
small Business Concern
large Business
3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Pws).
4. Government Contracts For These Services In The Last 3 Years. Include:
government Agency
contract Number
dollar Value
period Of Performance
government Point Of Contact Information (name, Email, Phone Number)
information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Wednesday, 01/29/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov.
performance Work Statement
date
december 6, 2024
client
philadelphia Veterans Affairs Medical Center
job Name
netspot Ga68 Dotatate
requested By
betty Taylor, Supervisor
from
tarideana Breazeale, Administration Officer
summary
the Corporal Michael J. Crescenz Va Medical Center (cmc Vamc) Requires A Vendor Licensed By The Nuclear Regulatory Commission To Provide The Radiopharmaceutical Netspot And Calibration Sources For The Nuclear Medicine Service. This Radiopharmaceutical Is Required For Imaging Procedures. The Calibration Sources Are Required For Equipment Quality Control Testing. This Product Is A Patented Drug Kit For The Preparation Of Gallium Ga 68 Dotatate For Injection. It Is Used For Pet Imaging For Localization Of Somatostatin Receptor Positive Neuroendocrine Tumors (nets) In Adult Patients. These Items Are To Be Delivered Directly To The Nuclear Medicine Service S Secured Receiving Areas, Room 3a101b Of The Corporal Michael J. Crescenz Va Medical Center 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
project Scope
this Pws Covers The Following Activities And Deliverables. The Vendor Agrees To Perform These Services With The Standard Of Care, Skill, And Diligence Normally Provided By A Professional Organization In The Performance Of Similar Services. It Is Understood That The Contractor Must Perform The Services Based, In Part, On Information Furnished By This Medical Center; However, The Vendor Is Given Notice That The Medical Center Will Be Relying On The Accuracy, Competence And Completeness Of The Contractor S Services In Utilizing The Results Of Such Services. The Nuclear Medicine Authorized Staff Of Cmc Vamc, When Needed For Next Day Delivery During Work Hours Will Place All Orders Daily. There May Be Orders Placed During Other Than Normal Working Hours, To Be Delivered Within A 45-minute Window For An Emergency. The Vendor Must Be Able To Fulfill This Requirement. All Items Delivered To The Nuclear Medicine Department As Specified Above. Cmc Vamc Will Require Credit Statements (itemized Returned Doses) And Monthly Invoices. Electronic Daily Dose Tracking Systems Should Be Available For The Medical Center S Use In Certifying And Tracking Of Patient Doses Delivered.
deliverables:
unit Per Dose
netspot
the Contractor Shall Have Available An Adequate Supply Of Contract Products To Meet The Requirements Of The Corporal Michael J. Crescenz Va Medical Center.
the Contractor Shall Label All Unit Doses Of Delivered Radiopharmaceuticals, With The Amounts, Preparation Time, Expiration Time, Date, Etc., And Provide A Bar Labeled Insert To Allow Scanning Data Into The Nuclear Medicine Information Management System (nmis).if The Contractor S System Varies From Our Current (pinestar) Nmis Information System, The Contractor Shall Provide Their System As Well As Data Migration, Technical Support And Training Of Staff On Its Use At No Additional Price To The Government.
all Packaging Of Radioactive Material Must Be Clearly Labeled Radioactive With The Proper Class And Exposure Levels On The Outside Of The Shipping Container.
the Contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies.
the Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, Nhpp, Fda, Osha And All Other Agency Rules And Regulations (federal And State).
radiopharmaceutical Returns For Credit:
the Contractor Shall Be Responsible To Accept Returns For Full Credit Toward Future Orders Only Under The Following Conditions:
product(s) Ordered Or Shipped In Error
product(s) Damaged In Shipment
concealed Shipping Damages
recalled Product(s)
outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacture)
the Contractor Shall Invoice At Least Once Per Month Showing Period Covered, Billing Date, Name Of Preparation, Quantity, And Amount.
schedule
only Authorized Cmc Vamc Nuclear Medicine Service Personnel Shall Place Orders During The Normal Workday, And First Delivery Shall Be Received No Later Than 08:00 Am The Following Workday To The Cmcvamc Nuclear Medicine Department.
depending On Medical Center Patient Care Requirements, The Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Cmcvamc.
the Delivery Order Shall Include The Following Information:
contract Item(s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number.
authorized Cmcvamc Personnel Via Telephone, Fax, Or E-mail Shall Only Place Orders. Contractor Agrees To Accept Unused Radiopharmaceutical And Provide Reimbursement Per Unit Dose Applicable Towards Future Orders.
after Award, The Cmcvamc Will Furnish The Name(s) Of Personnel Who Are Authorized To Place Orders Against The Contract.
the Contractor Will Be Furnished With A Copy Of The User S License As Per Nuclear Regulatory Commission Guidelines.
same-day Delivery
same-day Delivery Requires Delivery And Receipt At The Cmcvamc Nuclear Medicine Department No Later Than 2 Hours After Order Is Placed During Normal Business Hours. Nuclear Medicine Normal Business Hours Are Considered Monday Through Friday: 8:00 Am 4:30 Pm Except Federal Holidays.
the Following Are Federal Holidays:
new Year S Day
martin Luther King, Jr. Day
president S Day
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veteran S Day
thanksgiving
christmas Day
pricing
items Will Be In Unit Dose, Daily, And On An As Needed Basis In Accordance With Patient Requirements.
key Assumptions
all Annual Quantities Are Estimates, Contractor Will Only Be Paid For Items And Quantities That Are Ordered And Delivered.
Closing Date28 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: It Is Anticipated That A Formal Solicitation Will Be Issued Within 30 Days Of This Pre-solicitation Notice. No Response Is Required For This Notice.
pre Solicitation Notice For N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri.
description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download.
background:
the Naval Undersea Warfare Center Newport Division (nuwcdivnpt) Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Is $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent Of The Estimated Of Construction Of The Public Work Or Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Is $3,000,000.
this Proposed Contract Is Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein.
comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies.
performance Location(s):
newport, Ri
requirements:
for Complete Details On This Requirement See Attachment 1, “saes.” Specific Types Of A‐e Services That May Be Required Under This Contract Include:
facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects.
development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements.
development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements.
preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents.
development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects.
condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions.
field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project.
surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions.
preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions.
incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions.
consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements.
energy Computations; Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements.
soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions.
obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work.
environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions.
review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications.
field Consultation And Inspection During Construction: Services May Include Responding To Contractor Rfi’s During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects.
commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications.
operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction.
as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects.
functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s).
document Deliverable Requirements:
cdrl Number
title
sub-title
cdrl A001
contractor’s Personnel Roster
contractor Personnel
cdrl A002
hazardous Materials Management Program (hmmp) Plan
facility Operations Inventory Hmmp Plan
cdrl A003
monthly Status Report
monthly Status Report
cdrl A004
product Drawings/models And Associated Lists
drawing Package
cdrl A005
manhour Estimate, Technical Cost Proposal
estimates And Proposal
cdrl A001 – Contractor’s Personnel Roster
within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel List Shall Be Submitted At Least Ten Business Days In Advance. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Possible, The Contractor Shall Submit The Required Information Regarding The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board.
cdrl A002 – Hazardous Materials Management Program (hmmp) Plan
the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Saes.
cdrl A003 – Monthly Status Report
contractor Shall Provide A Monthly Status Report For Each Project In Which The Support Was Provided. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience.
cdrl A004 – Product Drawings/models And Associated Lists
the Contractor Shall Develop And Deliver Drawings, Specifications, Architect / Engineering Reports, To The Technical Point Of Contact Upon Request.
cdrl A005 – Manhour Estimate, Technical Cost Proposal Insert Title
a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level.
other Special Considerations:
as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant.
asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces.
all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens.
a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term.
submission Requirements:
a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, At Least 11 Point Times New Roman Or Larger. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Certificates Licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330.
all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov.
in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural And/or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration.
firms Who Are Offering As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation.
if An Sf 254/sf 255 Is Submitted For This Solicitation, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number).
interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below.
sf 330 Submissions Are Due No Later Than Xx Xxxxx 2023 At Xx:xx Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Xxxxx Xxxxxx, At Xxxxxxxxx@navy.mil And Xxxxx Xxxxxxx, Contracting Officer, At Xxxxxxx@navy.mil. (to Be Provided Within Formal Solicitation)
the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner, To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date, Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. A Timely Manner Is Defined As Requesting Such Dod Safe Information From The Identified Government Poc's No Later Than 10 Calendar Days In Advance Of The Response Date Of The Synopsis.
if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3).
inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov.
list Of Attachments:
scope Of Architect-engineer (a-e) Services (saes) (draft)
cdrls (draft)
selection Criteria:
firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria.
failure To Comply With Instructions, Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include:
specialized Experience
professional Qualifications And Technical Competence
past Performance
quality Control
program Management And Capacity
firm Location
volume Of Work
criterion 1 —specialized Experience (sf 330, Part I, Section F):
firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In:
infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd);
conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating;
demonstrated Ability To Design To Project Budget And Schedule;
experience Preparing Design‐bid‐build;
experience Preparing Design‐build Rfp Packages; And
designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria.
firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following:
experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above.
experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above.
demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software.
demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract.
demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service.
demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including:
dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg),
dd Form 1391 Validation Procedures Including Cost Validation.
demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules.
experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process.
criterion 1 Submission Requirements:
provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted.
all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration.
note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion.
projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated.
all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1.
criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G):
firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are:
project Manager(s)
senior Architect
senior Civil Engineer
senior Structural Engineer
senior Mechanical Engineer
senior Electrical Engineer
senior Quality Control Manager
senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required)
key Personnel, Including Consultants, Shall Be U.s. Citizens.
submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications.
criteria 2 Submission Requirements:
sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G.
criterion 3—past Performance (sf 330, Part I, Section H):
firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction.
evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.
criteria 3 Submission Requirements:
submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference.
firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total.
awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation.
criterion 4—quality Control Program (sf 330, Part I, Section H):
firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And Means Of Ensuring Quality Services From Their Consultants/subcontractors.
criteria 4 Submission Requirements:
describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall:
describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services.
provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components.
identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.
describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors.
explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously.
criterion 5—program Management And Capacity (sf 330, Part I, Section H):
firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time.
criteria 5 Submission Requirements:
provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably.
describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets.
criterion 6—firm Location (sf 330, Part I, Section H)
firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri).
criteria 6 Submission Requirements:
indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members.
provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract.
provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably.
criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker)
in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts.
criterion 7 Submission Requirements:
firms Shall Not Submit Data For This Factor.
Closing Date31 Jan 2025
Tender AmountRefer Documents
City Of Baguio Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description 1 Lot Earthwork And Removal Of Actual Structures / Obstruction & Surface Restoration And Paving Works – For The Proposed Installation Of 10” Ø X 60lm Pvc Mainline Along Marcos Highway (balsigan Road Entrance To Campo-sioco Road Entrance) Scope Of Work: Mobilization Work = 1.00 Lot Signages, Safety, And Traffic Management = 1.00 Lot Site Survey = 1.00 Lot Concrete Cutting Works = 380.00 Lm Concrete Breaking Works = 101.00 Sq M Excavation Works • Concrete Excavation = 24.66 Cu M • Soil Excavation = 76.53 Cu M Backfilling And Compaction Works • Sand Bedding And Filling Of Trench = 32.67 Cu M • Soil Backfilling (including Temporary Resurfacing) = 57.21 Cu M • Compaction Of Trench = 57.21 Cu M Restoration Works • Preparation Of Trench (removal / Excavation Of Temporary Resurfacing) = 24.66 Cu M • Boring Of Holes (for Dowel Bars) = 1,458.00 Holes • Fabrication And Installation Of Dowel Bars = 1,714.07 Kgs • Ready Mix Concrete Pouring (3,500 Psi @ 3 Days) = 25.00 Cu M • Asphalt Restoration (instapave) = 26.00 Sq M • Reflectorized Thermoplastic Pavement Markings Restoration = 6.00 Sq M Testing Of Materials (fdt, Tensile Test Of Rebars, Compression Test Of Concrete Cylinders, Flexural Test Of Concrete Beams) = 1.00 Lot Clearing, Hauling, And Disposal Of Unwanted Materials & Debris = 58.69 Cu M Demobilization Work = 1.00 Lot Refer To The Attached Terms Of Reference (tor) And Drawing Plans For Details. Duration: 56 Working Days Approved Budget Cost: ₱1,368,581.40 / Lot X X X X X This Is A Two (2) Envelope System: Documents Comprising The Bid The First Envelope (technical Proposal) Shall Contain The Following: I. Class “a” Documents A. Legal Documents 1. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives. 2. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. • In Cases Of Recently Expired Mayor’s/business Permits, It Shall Be Accepted Together With The Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit: Provided, That The Renewed Permit Shall Be Submitted As A Post-qualification Requirement In Accordance With Section 34.2 Of The Irr Of Ra 9184. 3. Tax Clearance Per Executive Order No.398, Series Of 2005, As Finally Reviewed And Approved By Bir. B. Technical Documents 1. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of The Irr Of Ra 9184, Except For Foreign Bidders Participating In The Procurement By A Philippines Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of The Irr Of Ra9184. 2. Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid Within The Relevant Period As Provided In The Bidding Documents. The Statement Shall Include, For Each Contract, The Following: A) Name Of The Contract B) Date Of The Contract C) Contract Duration D) Owner’s Name And Address E) Nature Of Work F) Contractor’s Role (whether Sole Contractor Or Partner In A Jv) And Percentage Of Participation G) Total Contract Value At Award H) Date Of Completion Or Estimated Completion Time I) Total Contract Value At Completion, If Applicable; J) Percentages Of Planned And Actual Accomplishments, If Applicable; K) Value Of Outstanding Works, If Applicable; L) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And M) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; 3. Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid. 4. An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. The Slcc Shall Be Supported By An Owner’s Certificate Of Final Acceptance Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 5. Bid Security In Any Of The Following: Form Of Bid Security Amount Of Bid Security (not Less Than The Required Percentage Of The Abc) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank = 2% Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. = 2% Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. = 5% Or Bid Securing Declaration, Which States, Among Others, That The Bidder, Shall Enter Into A Contract With The Procuring Entity And Furnish The Required Performance Security Within Ten (10) Calendar Days, Or Less, As Indicated In The Bidding Documents, From The Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Disqualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Government Procurement Policy Board (gppb). 5. Omnibus Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 Which Shall Be Executed By The Prospective Bidder Or Its Duly Authorized Representative 6. Project Requirements: A) Organizational Chart For The Contract To Be Bid; B) List Of Contractor’s Personnel (viz: Project Manager, Project, Engineers, Safety Officers, Materials Engineers, And Foremen, Etc.), To Be Assigned To The Contract To Be Bid, With Their Complete Qualifications And Experience Data; And C) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. The Contractor Shall Have The Following Equipment: 1. Cargo / Dump Truck, 2. Rotary Driller With Bit, 3. Generator Set, And 4. Concrete Vibrator 7. Proof Of Payment Of Bidding Documents In The Amount Of ₱5,000.00 8. Statement Of Compliance To All Provisions Of The Terms Of Reference (manner Of Implementation, Qualification, Requirements Of Suppliers / Installers, Technical Specifications) C. Financial Documents 1. Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission. 2. The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Ii. Class “b” Document If Applicable, The Joint Venture Bidders Shall Submit A Joint Venture Agreement In Accordance With Ra 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit His Or Her Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of The Irr Of Ra 9184. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Its Ongoing Contracts And Audited Financial Statements. The Second Envelope (financial Proposal) Shall Contain The Following: A) Bid Form, Which Includes Bid Prices And Bill Of Quantities B) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid C) Cash Flow By The Quarter And Payments Schedule All Financial Proposals That Exceed The Abc Shall Be Rejected. Pre-bid Conference: January 2, 2025 9:30am Via Zoom Application Meeting Id: 452 718 8447 Password: 9buvqr
Closing Date14 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers
the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state:washington
city:longview
delineated Area:
north:longview City Limits
south:longview City Limits
east:longview City Limits
west:longview City Limits
gross Square Feet:4,664
net Square Feet:3,631
space Type:retail
gov Parking Spaces (total):9
full Term:60 Months
option Term:none
address:u.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
email Address:cenwsre-rfp@usace.army.mil
real Estate Contracting Officerthomas Seymour Will Be Signing The Lease For The Government.
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 01/30/2025.
any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice.
the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays).
additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements:
request For Lease Proposals
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit E – Construction Specifications Bid Proposal Worksheet
exhibit F – Janitorial Specifications
exhibit G – Sam Representations And Certifications, Gsa Form 3518
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submittedelectronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements.
the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.)
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit E – Construction Specifications Bid Proposal Worksheet
for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required.
exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission)
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit K – Seismic Offer Forms (where Applicable)
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Arenot Requiredto Initial And Return The Following Documents At This Time:
request For Lease Proposal (rlp)
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit F – Janitorial Specifications
exhibit I – Certificate Of Authorization
please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible.
after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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.
funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Work For This Project Includes The Construction (design-bid-build) Of A Guam Defense Radar System Command Center (cc), Power Generation Facility, Switchgear Building, Fuel Storage Facility, Entry Control Facility, And Associated Equipment. The Cc Will Include Functional Areas To Accommodate Personnel, Computing Equipment, User Interfaces, And Communications Needed For Planning, Controlling, And Directing Mission Activities. The Power Generation Facility Will Provide Power Via The Switchgear Facility For The Command Center And Associated Infrastructure With Fuel From The Storage Facility Consisting Of Above Ground Fuel Tanks, Fuel Off-loading Infrastructure, And Associated Containment. The Cc Facility And Power Generation Facility Will Be Designed For Risk Category Iv To Meet Site Specific Ground Motion And Seismic Requirements To Include Base Isolation.
construction Scope And Methods That Will Be Required As Part Of This Project Include, But Are Not Limited To:
demolition Of Existing Housing Units And The Associated Mitigation/disposal Of Asbestos, Lead Contaminated Materials, And Pesticide Contaminated Soil
civil Site Work, Including Grading, Paving, And Retaining Walls
concrete Construction Meeting The Requirements Of Icc-500 Storm Shelter And Including Coordination Of Cast-in-place, Tilt-up, And Precast Elements
150 Foot Galvanized Steel Antenna Tower And Associated Foundation
seismic Isolation Bearings Requiring A Specialized Installation Procedure And Building Erection Sequence Involving Extensive Construction Shoring And Bracing
protection Measures For Nonstructural Components, Including Flex Loops For Piping & Conduit To Accommodate Seismic Movement
security Infrastructure Includes Real Property Features To Support The Installation Of Security System Level (ssl)-c And Integrated Electronic Security System (iess), Site Security Measures, Entry Control, And Material Procurement & Inspection Requirements
facilities Will Be Designed To Provide Cyber Security Engineering And Validation
control System Integration Requiring The Aggregation Of Multiple Control Systems, Including Building Controls, Fuel System Controls, And Utility Controls
complex Schedule Due To The Nature Of The Concrete & Isolated Foundation Construction, Long Lead Times For Major Equipment Such As Tier 2 Emergency Generators And Mechanical Equipment, And Multiple Joint Occupancy Date (jod) Milestones In The Construction Schedule To Accommodate Work Of Other Contractors Outfitting Systems, Installing Equipment, And Integrating Controls
electrical (lighting And Distribution), Fiber Optic And Telecommunications, Fire Protection, Sanitary Sewer, And Storm Drainage
the Work Will Include Four (4) Pre-priced Options. Option 1 Is The Price For One Generator And Fuel Tank #2. Option 2 Is The Price For One Generator. Option 3 Is The Price For One Generator. Option 4 Is The Price For The Uninterruptible Power Supply In The Command Center. Option 5 Is The Price For B-side Systems And Equipment In The Power Plant And Command Center. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award.
the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Is $45.0 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,323 Calendar Days.
a Sources Sought Notice (n62742gdscc) For This Procurement Was Posted On 16 March 2024 On The System For Award Management (sam) Website Https://www.ssam.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 A Best-value, Trade Off Source Selection Procurement Requiring The Submission Of Both Non-price And Price Proposals. All Technical Factors, When Combined Are Of Equal Importance To Past Performance; And All Evaluation Factors Other Than Price, When Combined, Are Approximately Equal To Price. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars.
contract Award Will Be Made To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Technical Factors. The Technical Factors Are As Follows: (1) Experience, (2) Small Business Utilization And Participation, (3) Safety, (4) Management Plan, And (5) Past Performance. For Evaluation Of Experience And Past Performance, A Relevant Construction Project Is Defined As:
new Construction Of An Administrative, Office Or Communications Facility Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of Issuance Of The Solicitation.
new Construction Of A Secure Space Conforming To The Requirements Of Icd-705 Approximately $10 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation.
new Construction Of Essential Facilities Located In Moderate To High Seismic Areas Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation.
“moderate To High Seismic Areas” Are Defined As Geographic Areas With A Peak Ground Acceleration (pga) Greater Than 0.5g And A Probability Of Ground Motion Exceedance Equal Or Less Than 2% In 50 Years. The Whole Building Design Guide (wbdg) Structural Load Tool For Ufc 3-301-01 Can Be Used To Identify The Pga Of Geographic Areas. This Tool Can Be Found At Structural Load Data Tool For Ufc 3-301-01 | Wbdg - Whole Building Design Guide. Examples Of Areas With These Characteristics Include But Are Not Limited To Guam, California, Alaska, And Japan.
the Request For Proposal (rfp) Will Be Available On 30 October 2024. Printed Copies Of The Rfp Will Not Be Issued. The Rfp, Including The Specifications And Drawings, Can Be Accessed Via The System For Award Management (sam) Website At Https://sam.gov/. Contractors Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. 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.
a One-time Pre-proposal Site Visit Has Been Scheduled For 11 December 2024, 9:00 A.m. Chamorro Standard Time (chst). The Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered, And It 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 Dayna Matsumura, Contract Specialist, At Dayna.n.matsumura.civ@us.navy.mil On Or Before 14 November 2024, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To 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.
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers
the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state:oregon
city:grants Pass
delineated Area:
north:i-5
south:w Hardbeck Rd
east:w Jones Creek Rd
west:lincoln Rd
gross Square Feet: 722 - 965
net Square Feet:552 - 690
space Type: Retail
gov Parking Spaces (total): 2
full Term: 60 Months
option Term: None
address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
email Address: Cenwsre-rfp@usace.army.mil
real Estate Contracting Officer: Thomas J. Seymour
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025.
any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice.
the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays).
additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements:
request For Lease Proposals
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit E – Construction Specifications Bid Proposal Worksheet
exhibit F – Janitorial Specifications
exhibit G – Sam Representations And Certifications, Gsa Form 3518
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements.
the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.)
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit E – Construction Specifications Bid Proposal Worksheet
for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required.
exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission)
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Are Not Required To Initial And Return The Following Documents At This Time:
request For Lease Proposal (rlp)
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit F – Janitorial Specifications
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement
please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible.
after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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.
funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n792.14|2h1|see Email|helen.i.carmelo.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving ||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250 Emp|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
offerors Shall Submit Proposals Via Neco Or Email Only.
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Pre-award / Post Award Requirements:
due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended.
1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved
will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The
sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation:
(a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The
same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval.
(b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors.
(c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents.
(d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings,
forgings, Etc.
(e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics
should Be Discernible From All Other Characteristics.
the Above Requirements Are A Subset Of Requirements Specified In The Aso
source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With
mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval
brochure.
1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With
ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii.
1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics,
attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected
one Hundred Percent.
1.6 Contractor Shall Develop A System For Identification Of Individual
piece Parts For Traceability Purposes. Markings Shall Not Be Permanent.
1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And
geometric Feature Controls With A Tolerance Range Of .010 Or Less.
1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor
and Subject To Qar Approval Will Be Used.
1.9 The Material Covered In This Contract/purchase Order Will Be Used In A
crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been
designated As Critical Material And Special Control Procedures Are Invoked
to Ensure Receipt Of Correct Material.
1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;614726; ) ;80020; , Revision ;k; And All Details And Specifications Referenced Therein.
1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not
be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced
specification.
1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents
drawing Data=614726 |80020| K| |d| | | |
3. Requirements - Not Applicable
4. Quality Assurance
1. Unique Requirements:
incorporated In Official Remarks.
2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location:
a. P/n 614726-1, Cylinder (csi):
i. Witness Of Hydrostatic Testing Per Note 8 Of Drawing 614726.
ii. Verification Of Material Properties Per Note 10 Of Drawing 614726 (c2).
iii. Witness Of Magnetic Particle Inspection Per Note 12 Of Drawing 614726.
3. Alre Csi Parts Require Certification.
a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Be In The Same Methodology As
the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below).
4. Receipt Inspection And Certification Of Sub-components: N/a
5. Receipt Inspection And Certification Of The Top Assembly:
a. The Receipt Inspection And Certification Of The Top Assembly, P/n 614726-1, Shall Occur During The Final Inspection.
6. Contractor Assist And Part Marking:
a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel,
to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services
and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will
provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi).
quality Assurance Requirements:
1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows:
a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting
qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The
authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled Be Presented To The
dcma Government Qas For Government Inspection And Acceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Optiono Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit.
notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts.
b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa
section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A
minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin,
type Of Inspection, And Quantity Of Parts.
2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications:
a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%;
b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%;
c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4
d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4.
3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious
personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
4. First Article Testing:
the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The Provisions Of The Applicable Contract Data
requirements List (cdrl).
a. Requirements:
i. First Article Quantity Is One (1); In Uncoated Condition.
ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In
accordance With The "nawcadlke Inspection Witness Option";
iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance;
iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report;
v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys;
any Problems Identified During The Conduct Of The Test Will Also Require Correction.
b. Testing And Evaluation:
i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions,
measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report.
c. Acceptance/reject Criteria:
i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation'
paragraph Above Shall Constitute Acceptance Of The First Article;
ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection.
d. Delivery:
i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming;
ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's.
5. Production Lot Special Tests: N/a
6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body:
a. American Association For Laboratory Accreditation (a2la)
b. Ansi National Accreditation Board (anab)
c. International Accreditation Service, Inc. (ias)
d. National Voluntary Laboratory Accreditation Program (nvlap)
e. Perry Johnson Laboratory Accreditation, Inc. (pjla)
f. Canadian Association For Laboratory Accreditation Inc. (cala)
g. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;applies; ) Heat Treat
( ;n/a ; ) Welding
( ;n/a; ) Cadmium Plating
( ;n/a; ) Engineering Chrome Plating
( ;n/a; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;applies; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below
4.3.1 Dimensional Test (special)
;close Machine Toleraces;
4.3.2 Requirements Of:
;lke Drawing Package;
4.3.3 Form
;applies;
4.3.4 Fit
;n/a;
4.3.5 Function
;applies. Hydrostatic Testing;
4.3.6 Compliance With Drawing ( ;614726; ) ;k; , Revision ;80020; And Specifications Referenced Therein.
4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements
4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection
4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing.
4.6.1 The Qar Shall Be Present To Witness All First Article Testing.
4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Qa Rep At Tel: (732)-323-2834
email: Roy.a.janney.civ@us.navy.mil;
4.7 Disposition Of Fat Samples
4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing.
4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The
sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required.
4.9 Notice To Government Of Testing At The Contractors Facility.
4.9.1 Far 52.209-3 Applies
(a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;614726-1; ; , Revision ;k; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor
shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests.
(b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ;
the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements.
(c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional
approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The
contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval.
(d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First
article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another
report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any
additional Costs To The Government Related To These Tests.
(e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract.
(f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For
acceptance.
(g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates
and/or The Contract Price, And Any Other Contractual Term Affected By The Delay.
(h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be
allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair
of The First Article During Any First Article Test.
(i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article.
(j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On
form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test
report.
4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate)
(a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The
original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That:
(i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And
(ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run.
additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That:
(i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer,
and
(ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause.
(note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States
code, Section 1001.)
(b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And
one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First
article Approval Requirements
(c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The
government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule
he Offers To The Government.
Offeror's Proposed Alternate Delivery Schedule
(based On Waiver Of First Article Approval Requirements)
within Days:
item No. _____________ Quantity:_______ After Date Of Contract:_________
4.11 . Mandatory Inspection Requirements:
100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar).
during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows:
A. Level Of Inspection (loi).
1. Critical Characteristics: 100% Inspection Shall Apply.
2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar.
B. Critical Characteristics:
;roy Janney Nawcadlke Qa / Tel: (732)-323-2834
e-mail: Roy.a.janney.civ@us.navy.mil;
C. Major And Minor Characteristics
1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications.
4.12 Special Inspection Requirements
( ;applies; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ;n/a; ) Penetrant Inspection
( ;n/a; ) Radiographic Inspection
( ;n/a; ) Ultrsonic Inspection
( ;n/a; ) High Shock Test
( ;n/a; ) Mechanical Vibration Test
4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying
office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of
witnessing The Final Inspection. The Contractor Shall Notify By Email Or
telefax Pco And Nawc Lakehurst Qa ;roy Janney Qa Rep At Tel: (732)-323-2834
email: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
this Is An Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet.
(for Navsup Reference Only: Tdr 24-10050 Was Utilized)
the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved Will Be
eligible For Award Under This Solicitation. Any Company Not Previously Approved, May Submit A Source Approval Request As Outlined Later In This Solicitation.
all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Bemaintained By Lke Qa And By The Manufacturer For A Period Of Seven Years.
\
date Of First Submission=asreq
16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data
included".
(block 12) Concurrently With Delivery Of Fat Items.
data Requirements:
a. Copies Of All Approved Requests For Variations
b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726.
c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20.
d. Identification Per Note 6 Of Drawing 614726.
e. Hydrostatic Testing Per Note 8 Of Drawing 614726.
f. Preservation Per Note 9 Of Drawing 614726.
g. Material Properties Per Note 10 Of Drawing 614726.
h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726.
i. Dimensional Inspection Per Drawing 614726.
date Of First Submission=asreq
(block 12) Concurrently With Final Inspection.
data Requirements:
a. Copies Of All Approved Requests For Variations.
b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726.
c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20.
d. Identification Per Note 6 Of Drawing 614726.
e. Hydrostatic Testing Per Note 8 Of Drawing 614726.
f. Preservation Per Note 9 Of Drawing 614726.
g. Material Properties Per Note 10 Of Drawing 614726.
h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726.
i. Coating Per Note 13 Of Drawing 614726.
j. Dimensional Inspection Per Drawing 614726.
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers
the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state:oregon
city:roseburg
delineated Area:
north:kenneth Ford Dr
south:se Ichabod St
east:ne Pamona St
west:loma Vista Dr
gross Square Feet: 772 - 965
net Square Feet: 552 - 690
space Type: Retail
gov Parking Spaces (total):2
full Term: 60 Months
option Term: None
address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
email Address: Cenwsre-rfp@usace.army.mil
real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government.
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025.
any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice.
the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays).
additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements:
request For Lease Proposals
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit E – Construction Specifications Bid Proposal Worksheet
exhibit F – Janitorial Specifications
exhibit G – Sam Representations And Certifications, Gsa Form 3518
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements.
the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.)
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit E – Construction Specifications Bid Proposal Worksheet
for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required.
exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission)
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit K – Seismic Offer Forms (where Applicable)
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Are Not Required To Initial And Return The Following Documents At This Time:
request For Lease Proposal (rlp)
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit F – Janitorial Specifications
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible.
after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. 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.
funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date15 Feb 2025
Tender AmountRefer Documents
6861-6870 of 6993 archived Tenders